Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
109445 CONNELL RESOURCES INC - CONTRACT - RFP - 8214 CM/GC FOR LINCOLN CORRIDOR PROJECT (3)
PROJECT MANUAL FOR of ,F6rt, LINCOLN AVENUE CORRIDOR - Phase 2 WORK ORDER 3 CIVIL DESIGN ENGINEER INTERWEST CONSULTING GROUP LANDSCAPE ARCHITECT GENERAL CONTRACTOR CONSTRUCTION MANAGER dwilesco Project & Construction Services DECEMBER 19, 2016 BID SCHEDULE paragraphs 11.91 through 11.9.3. inclusive), 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents by a mutually agreed payment basis, including lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11,6.2)-. 11.3.3, where the Wok involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cast of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTR.4-FOR's fee fox overhead and profit (determined as provided in paragraph 11.6). Cost ofthe Work: 114, The term Cost of the Work means the star of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. E.acept as otherwise may be agreed to in writing by 01AMR, such casts shall he 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 itemi2vd in paragraph l 1.5: 11.4.1 Pa oil costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation superintendents, foremen and other personnel employed full-time at the site:. Payroll costs for employees not employed full-time on the Wcwk shall be apportioned on the basis of their time spent on the Work Payroll casts shall include. but not be limited tot salaries and wages plots the cent of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxis, workers' compensation health and retirement benefits, bonuses, leave,applicable thereto. The c senses of perform', 1'mk after regular working haws, on Saturday, Sunday or legal holidays, shrall be included in the alxwe to the extent authorized by O NI iR. 11.4.2. Cast of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments• in which case the cash discounts shall am -rue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER aril CONTRACTOR shall make provisions so that they may be obtained 11 A.3. Nvrnents made by CONTRACTOR to the Subcontractors fcx Work performed or furnished by Subcontractors. if required by OWNHR, E)CDC GrEP1ERAL C0M*110NS 191()-8 t 191W tdtiao 24 wJ CITY OF FORT COLLIM NICN_t1FIC'A]"IONS(REV 13000) CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to OW2NUZ and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGMER which bids if any. will be acxepted. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractoes 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 patragaphs l I A, t l _5, 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.44 Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following. 11.4.5.1. The proportion of necessary transportation, travel and subsistence e\ xrlses of CONTRACTOR's employees incurred in discharge of duties cone cted with the Work 11.4.5.2 Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances office and temporary facilities at the site and hand tools not owned by the workers, which arc consumed in the performance of the Work, and cost less market value of such items used but not enrsumed which remain the property of COlvTI?ACTOR. 11.4.5.3, Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR tx others in accordance with rental agreements approved by O\L'lv'ER with the advice of ENGLNEER and the casts of transportation loading, unloading, installation, dismantling and removal thereof -all in accordance with terms of slid 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 theta may be liable,, and royalty payments and foes for permits and licenses. 11.4.5.6. Losses and damages (and related cepenses) caused hy, damage to that Work, not compensated by insurance or otherwise. sustained hY CONTRACTORt in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.91 provided they have resulted from causes other than the negligence of CONTRACTOR, am, Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OI "INMR. No such lasses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOWs fee. IC however. any such loss cr damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRAC'fOR shall be paid for services a fee proportionate to that stated in para_rraph 11.6.2. 11.4.537 The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connections with the Work 11 A.5.9 Cost of premiums for additional Ronde and msurartce required because of changes in the Work. 11.5 The term Cost of the Work shall not include any of the following; 11.5.1. payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general maanaewrs, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timckeepers, clerks and other personnel employed by CONTRACTOR whether at the site cr in COINURACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4-4--all of which are to tic considered administrative costs covered by the CONTRACTOR's fee. 11.5.2. E.Venses of CONTRACTOWs principal and branch offices other than CONTRACTOWs office at the site. 11.5.3. Any part of CONTRACTOWs capital expenses~ including interest on CONTRr\CTOR'S capital employed fox the Wok and charges agaimt CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the coat of premiums covered M, subparagraph 11.4.5.9 above). E.KW GENBul, CONIAT1ONS 1910$ 0990 Edhm) w- (CITY OF FORT COI.I.IM MOINFICATIONS (REV dQO(1p) I1.1.5. Coats due to the negligence of COb1TRACTOR, any Subcontractor, or anycxte directly or indirectly employed by any of them or for whose ads any, of them may be liabre. including but not limited to, the correction of defecixe Work. disposal of materials or equipment wrongly supplied and making good any damage to property. I t.5.6. Other overhead or general expense costs of any kind and the costs of any item not spa:ifically and expressly included in paragraph 11.4. 11.6. The CONTRAC `*OR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows- 11.6.I. a mutually acceptable heal fee. or 11.6.1 if a fixed fee is not agreed upon, then a fee basod on the following percentages of the various portions of the Cost of the Work: 11.6.2.1, for eoxsts incurred under paragraphs 114.1 and 11 a'_. the CONTRAC'TOR's fee shall he fifteen percent 11.6.E 2. for casts incurred under paragraph 11.4.3, the (7ONTRACTOR's foe shall be five percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cast of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11 A.2, 11.4.3 and 11.6.2 Is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11 4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to tilt next lower tier Subcontractor; to be negotiated (n_gocd faith with the OWNER but not to ssexd five pre nt of the amount paid to the next„�wer tier. Subcontractor. 1 l .6.? 4. no fee shall be payable on the basis of coats itemised under paragraphs 11.4.4, 11.4.5 and 11.5, 11.6.2.5. the amount of credit to be allowed by CONTRACTOR to OWNER for am change which results in a net decrease in cog will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease. and 11.6.16. when both additions and credits are involved in any one change. the adjustment in CONTRACTOR'S fee shall be computed of the basis of the net change in accordarxe with paragraphs 11.6.1.1 through 1 1.6.? 5, inclusive, 111. Whenever the cost of any Work is to toe 2-5 detennixoi pursuant to paragraphs 11.4 and I I S, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to D GINEER an itemized cost breakdown together with supporting data. Cash.411mtancer I I.S. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Dod:uments and shall cause the Work so cowered to be fattnished and performed for such sums as may be acceptable toOWNF'.Rand ENGINI-EhR. CONTRACTOR agrees that. 11.8.1. the allowances include the tact to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes. and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation arsts, 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 he valid Prior to final payment, an appropriate Change Order will be issued as recommend by HNI GiNPI-M to reflect actual amounts due CONTRA("1'OR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price If*ork. 11.9.1. Where the Contract Documents provide that all or part of the Work is to be unit Price Work, initially the Contract Price will be deYmedl to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of lent Price Work are not guaranteed and are solely for the purpose of comparison of Bich and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Pnce Work performed by CONTRACTOR will be made by EN011,7MR 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 pmCrt for each separately identified item. 11.9.3.011j1T12 or CONTRACTOR may make a claim fix an adjustment in the Contract Price in accordance with Article i I if. 11.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differ. - materially and sigrmfacantly from the estimated quantity of such item indicated in the Agreement; E 2 XMC GENERAL COMMONS 1910 8 t199U Edition) wl CITY OF FORT COLLIABMWIFICATIOM (REV 420%) And 119.3.2. there is no corresponding adjustment with respect to any other item of Work; arid 11.9.33. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of haritmg incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. 119.3.4. CONTRACTOR acknowlexli;tes that the OWNER has the right to add or delete items in the Bid or char cguantities at OW'NFR'S sole discretion without affecting the Contract Price of arw remaining item so long as the deletion or addition does nsA exceed twenty-five percent of the original total (:ontract price. ARTICLE 12--CHAAiGF OFCONfRACT TIiMFS 1'_ 1 The Contract Times (or ivtilestorim) may only be changed by a Change Order or a Written Arremdmcnt. Any claim for an adjustment of the Contract Times (or Milestones) shall he based on written notice delivered by the party making the claim to the other party and to ENGINF:I R 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 FN- GiNF'FR allows additional time to ascertain more accurate data in support of the claim) and shall be accompanied by the cl<•aimanfs 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 FTTCr1NF.F.R in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Tines (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1 12? All time limits stated in the Contract Lkx.uments are of the essence of the Agrremem 12.3. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Nlestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be mended 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 onvners or other contractors performing other work as contemplated bn Article 7, fires, floods, epidemics. abnormal weather conditions or acts of Ciod. Delays attributable to and within the control of a Subcontractor or Supplier shall be teemed to be delays within the control of CONTRACTOR. 12.4 Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of hoth OWNTER anti CONTRACTOR an extension of the Contract Times (or Milestones) in an amount equal to die time lost due to such delay shall be C'ONTRACTOR's sole and exclusive remedy for such delay. In no evert shall OWNER be liable to CONTRACTOR, any Subcontractor. any Supplier. any Wirer person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of the CONTRA('fOR, or (ii) delays heyond the control of both parties including, but not limited to, fires, floods, epidemics, abnormal weather conditions, acts of God or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7 ARTICLE 13--TFSIFS AN I) INSYFCTiONS; CORRECTION, REMOVAL OR ACCEYTANCF OF DEFECTiIT. WORK 113.1. Notice of Defects Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowledge will be given to CONTRACTOR All defective X ork may be rejected, corrected or accepted as provided in this Article 13. Accen to Work. 13.2. OWNER, ENGINEER. ENGINEER's Consultants, mher representatives aril personnel of OWNER. independent testing laboratories and governmental agencies with jurisdictional interests will have access to the Work at reasdmable limes for their observation, inspecting and tasting. 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 In3pe xionic 13.3. CONTRACTOR shrill give EIGL'y�EER timely notice of readiness of the Work for all required inspections. tests or approvals. aril shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4. OXkNM- shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4.1. for inspections, tests or approvals covered by paragraph 13.5 below: 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 EKW GENFYIdL CONDt110M 1910.3 t 1990 Ee C") W CITY OF FORT COLLIM N1WMC AT10N5 (REV V200W below shall be paid as provided in said paragraph 13.9. and 13.43. as otherwise specifically provided in the. Contract Documents. 133. 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 to connection therewith. and fumish FNGINEFR 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 mispecttotts, tests or approvals required for ON NER's and FNGiNEEWs acceptance of materials or aguipment to be incorporated in the Work. or of materials, mix cesigm 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 he inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if requested by FNCTINEER, he uncovered for observation. 11T Uncovering Work as provided in paragraph 13.6 shall be at CONTRACfOR's expense unless CONTRACTOR has given FNGiNIER timely notice of CONTRACTOR'-, intention to cover the same acid hNGiNF:IR has not acted{ with reasonable promptness in response to such notice. Uncovering 114ork. 13.8 If any Work is covered contrtr} to the written request of ENGI)MER, it must, if requested by 24GIN'EER, be unoovered for ENGINEER's observation and replaced at CONiTRACTORs expense. 13.9. if ENIGINEF.R considers 4 necessary or advisable that covered Work be observed by ENGLNEER or vv�npecctW or tested by others, CONTRACTOR at ENGINEER's request, shall uncover, expose or otherwise make available for observation, inspection or testing as INGIN'EER may require, that portion of the Work in question. famishing all necessary labor, material and equipment If it is &wnd that such Work is &fec&e, CONTRAC-fOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering. exposure, observation. inspection and testing and of satisfactory replacement or reconstruction, (including but not limited to all costs of repair or replacement of work of others), and OWNER stall be entitled to an appropriate decrease in the Contract Price, and if the parties are unable to agree as to the amount thereof may make a claim therefor as provided in Article IL If, however, such Work is not found to be defective. CONTRACTOR shall be allwed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or horh. directly artrihutahle 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 *b ,rk: 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, O1 INFR may order CONTR.A(70R to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party. Correction or Removal ofDefective Work. 13.11. if required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or compkied, or, if the Work has been rejected by ENGINF:1;7i, remove it from the site and replace it with Work that is not &fective. CONTRACTOR shall pay all claims, casts losses and damages caused pry or resulting from such correction or removal (including but not limited to all coots of repair or replacement of work of others). 13.12. Correction Period: M1. if within one-* wr two years after the date of nttal Completion or sue:h longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicatle special guarantee re -Wired by the Contract Documents or by any specific provision of the Contract DocunteM any Work is found to be 4feenve, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OW NT-Ks written instructions; (i) correct such defective Work or, if it has been rejected by OWNEI? 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 ther&om. If CONTRACTOR does not promptly comply with the terms of such instructions, or in .in emerttency where delay would cause serious risk of loss or damage. OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of (Alias) will be paid by CONTRU'1CfOR 1312.2.In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work. the correction period for that Rem may start to run from an earlier date if so provided in the Specifications or by Written Amendment 13.12.3. Where ode/knife Work (and damage to other _x E:JttCUNER&C•ONDI"InOKS191t�:ittrl0 dtimt car aTY OF FORT CO1.UM MU)1F1CATI0NS tRt'V a,2M) Work resulting therefrom) has been corrected. removed or replaced under this paragraph 13.1 ^_, the correction period hereunder with respect to such Work will be extended for an additional period of me ve tivo year after such correction or removal and replacement has been satisfactorily completed lcc•Wtanee of Defective iiork: 13.13. It instead of req u jcorrection or removal and replacement of defective Work.OWNER (and, prior to ENG [NMR's recommendation of final payment also FNGiNF..FR) prefers to accept it, OW'NFR may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such dgfechve Work (such costs to be approved by EN(ILN'EER as to rcasorrablencw). If any such acceptancc occurs prior to hNGiNEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work. and OWNER shall he entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, MWER may make a claim therefor as provided in Article 11. if the acceptance occurs after such recommendation, an appropriate amount will he paid by CONTRACTOR to OWNER. OWAUR blay Correa Defective Work: 13.14. If (7ONTRA(-r0R fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace. rejected Work as required by ENGIN11.R in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work it 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 deCrct-mcy. In exercising the rights and remedies under this paragraph OWN R shall proceed expeditiously. In connection with such corrective and remedial action, OXVNER may exclude CONTRACTOR from all or part of the site, take tx►vx-ssion of all cr part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTORS tools appliances, construction equipment and machinery at the site and ate in the Work all materials and equipment star at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow O\4NER OWNER's representatives, agents and employees. OWNEWs other contractors and ENGINEER and LNG INM. 's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph All claims, costs losses and damages incurred or sustained by 044NER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract lla:uments with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof. OWNER may make a claim therefor as provided in Article 11. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an emensim of the Contract Times (or Uilestcnes) because of any delay in perfirwmattee of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE 14--PAYMENTS TO CO-NTR-kCTOR A_ND COMPLETION .SeJredale of t alxex 14.1. The schedule of values established as provided in paragraph 29 will serve as the basis for progress payments and will be incorporated into a fora of Application for Payment acceptable to ENGIlti'EER. Progress payments on account of Unit Price Work will be based on the number of units completed. Applimtiox for Pmgresc Pa}•runt: 142. At least twenty days before the date cstablished for each progress payment (but not more often than once a month). CONTRACTOR shall submit to ENGINEIUZ for review an Application for Payment filled out and signet] by CONTRACTOR coveting the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. if payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein all of which will be sattisfacuvy to OWNF'R. The amount of retainge with respect to progress payments will be as stipulated in the Agreement —ny funds that are withheld by ihr OMLNBLZ shall rat be subject to substitution by the CONTRACTOR with securities or arty_ arrangements involym m escrow or -_gQ ans}tip. B e�xgcuting the apaplicatiM Cox pewit form the CONTRACTOR exrxlessly waives his right to the benefits of Colorado Revi.`xd Statutes, Section ^4-91-101, Cl 9tC1. CON MCTOR s A*arrantp of Tide: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by am Application fen Payment, whdher incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Reeler• of: tpplicatiorrs for PS vRresw Payment 14.4. ENGI\EER will. within ten days after receipt of each Application for Payment, either indicate in writing a t:xzx tfti�� c�stalxnor� tyros u9vv Eetitimi w' CITY OF FORT COLW M MOMFICATIONS (REV • 12000) recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case. CONTRACTOR may make the necessary corrections and resubmit the Application- Ten days after presentation of the Application for Payment to OWNER with GNGIIvEER's recommendation_ the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR 14.5. ENGIN°EFR's recommendation of any pay7nent requested in an Application for Payment will constitute a representation by FNGiNtiFiR to OWNER, based on ON'GiNEER's on -site observations of the executed Work as an cxpaienced and qualified design professional and on FNGINEF.R's review• of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief 14.5.1. the Work has progressed to the point indicated, 1432. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract lkx:uments, to a final determination of quantities and classifications for lint Price Work under paragraph 9.1 (, and to any other qualifications stated in the recommendation). and 14.5.3 the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENG=— -R's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that. (i) odiaustivc or continuous oat -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contact Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR 146. i NGINEER's recommendation of any payment, including final pavment, shall not mean that ENG11\EER is responsible for CONTRACTOWs means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of Work, or for am failure of CO2"1'RACI'OR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or am= part of any payment if, in ENGINEER's opinion it would he incorrect to make the representations to 9 OWNER referred to in paragraph 14 5. ElsIGIN— MM may also refuse to reccmmmend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspectioxms or is nullify am such payment previously recommended to such extent as may be ss neceary in ENGINEER's opinion to protect OWNI•;R from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement. 14.7.1' the Contract Price has been reduced by Written Amendment or Change Order, 14.7.3. 01LNER has been required to correct deJaetive Work or complete Work in accordance with paragraph 13.14. or 14.7.4. LN-GINEER has actual knowledge of the occurrence of any of the everts enumerated in paragraphs 15 2. I through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount re«immended by RNGINFER because: 14.7.5. claims have been made against OWNER an account of CONTR:4CTOR's perfrmancc or furnishing of the Work, 14.7.6, Liens have been tiled in Connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Lier n, 14.7.7 there are other items entitling OWNER too set- off against the amount recommended or 14.T8 OWNER has actual knowledge of the occurrence of a of the everts enumerated in paragraphs throu14.7.1 gh 14.7 3 or paragraphs 15 .1 through 15.2.4 inclusive, but OWN`T R 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 adjumment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OW`NER's satisfaction the reasons for such action Substantial Contplrt m 14.8 When CONTRACTOR considers the entire Work readv for its intended use CONTRACTOR shall notify OW1NER and ENGINEER m writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that LNGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete. ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. if ENGINEER E)C W GENT& CONUTIOM 1910 3 (1990 EMM) i0 wl CITY OF FORT COMM MODIFTCATION3 (REV 42000) considers the Work substantially complete, ENGINEER will prepare and deliver to OtLNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. IL after considering such objecticxtx ENGINEER concludes des that the Work is rot substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. I> after r.•onsideratiot of MNI ER's objection, PANGINEER considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CON•1'RACTOR a definitive ccrtificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGDSMR believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion IRNOINXER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending finial payment between OWNER and CONTRA(77'OR with nspcct to security. operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR Woe othcnvisc in writing and so inform HNOINEER in writing prior to ENCiINUMs issuing the definitive certificate of Substantial Completion. ENGNEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment 14.9. OWNER shall have the right to exclude CON'fRAC'rOR from the Work after the date of Substantial Completion but OWNTER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list Partial 17eifizadon: 14.1 tl. Use by OWNER at OLLNER's option of any substantially completed part of the Work, which (i) has specifically been identified in the. Contract Documents, or (it) OWNER ENGINEER and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOTs performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Wcxlc subject to the following: 14-10.1.0WNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTR.ACI`OR agrees that sud#t part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINTEER that such part of the Work is substantially complete and request ENNGL\EER to issue a certificate of Substantial Completion for that part of the Work_ CONTRACTOR at arty time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request LNGLN ER 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 nct4 OWNER and CONTRACTOR in writing giving the reasons therefor. if ENGiNFFR considers that part of the Work to be substantially complete, the provision:; of paragraphs 14-8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14 10? No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.13 in respect of property insurance. final Inspection: 14 11, Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, M�GINEER will make a final ion with OWNER and CONTRACTOR and will rtou CONTRACTOR in writing, of all particuLars in which this inspection reveals that the Work is incomplete or *fectit•e. CONTRACTOR shall immediately take such measures as are necessary to complete such work or remedy such deficiencies. Final: Ipplication for Parnrenl: 14.1 Z. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Document all maintenance and operating instructions schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payyment shall be accompanied (except as pt�� iously ck Zceod) by: (i) all documerriation called for in the Contract Documents, including but not limited to the nh iderc:e of insurance required by subparagraph 5 4.13, (6)consent of the suwty, if any. to final payment, and (ii) cxnplete and legally effective releases or waivers (satisfactory to ONVNIER) of all Lions 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 afrxiavit of CO\`TRACTOR that. (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (it) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property, might in any way be responsible have been paid or otherwise satisfied If any Subcontractor or Supplier fails EKW OI:NSUL, CIDNDI 1ON31910-8 (1990 Ed lim> w, CITY OF FORT CULW NS MWIFICATTONS (REV 41210 W) to furnish such a release or receipt in full. CONTRACTOR may furnish a Bond or other collateral satisfactory to ONNNT ER to indemnify OWNER aping any Lien Releases or waivers of liens and the consent of the surety to futaji riaNnent are to be submitted cm forms eonfornting to the fomtat of the ( )WNER'S standard forms bound in the project manual, Herat Payment andAceeptanee: 14.13. If, on the basis of ENG1N'EER's observation of the Work during construction and final inspection and ENGiNI:FR's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, FNGINFER is satisfied that the Work has been completed and CONTRACTOR'S other obligations under the Contract Documents have been fulfilled, ENGiNiER will, within ten 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 hNGINHEiR will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15 Otherwise. INGINEER 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. Thirt) days after presentation to OWNER of the Application and accompanying documentation. in appropriate form and substance and with 1NGINEER"s recommendation and notice of am,ptability, the amount recommended by ENGINEER will became due and will he paid by OUNTEiR to CONTRACTOR subiect to pare ra 17.6.2 of these _Q0AMl Conditigns- 14,14. IC through no fault of CONTRACTOR final completion of the Work is significantly delayed and if ftiCiMEER so confirms, OWNER shall, upon receipt of CON"TRACTOR's fatal 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 ENGINZER with the .application for such paymaent. Such payment "U be made under the terms and conditions governing firm] payment, c.xc:ept tint it shall not cormitute a waiver of Claims, N hirer of Claims: 14 15. The making aril acceptance of final payment will constitute: 14,15.1 a waiver of all claims by OWNER against CONTRACTOR evccept claims arising from unsettled Liem, from defeedhe Work appearing after 31 final inspection pursuant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein. or from COI`?RACTOR's continuing obligations under the Contract Documents. and 14.15.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE IS —SUSPENSION OF AVORK AND TERMINATION 0WA23? .War Swpend ;fork: 15.1, At any time and without cause, OWNER may suspend the Work or atn' portion thereof for a peaied of not more than ninety clays by notice in tyTiting to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRA(7`OR shall resume the Work on the date so fixed CONTRACTOR shall be allowed an adjustment in the Coiract Price or an extension of the Contract Times, or bath, directly attributable to any such susprnsion if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. 01d;NER 37ay 'Terminate: 15.2. Upon the occurrence of any one or more of the following events 15.2.1. if CONTRACTOR persistently fails to perfcvm the Work in accordance with the Contract Documenia (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 paragraph 2.9 as adjusted from time to time pursuant to paragraph 6.6); 15121. if CONTRACTOR disregards laws or Regulations of any public body having jutis ction; 15.2.3. if CONTRACTOR disregards the authority of IIQGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Document& OWNER may. alter giving CONTRACTOR (anti the surety, if any seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's took appliances, construction equipment and machinery at the site and use the same to the full event 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 M.W GtNExAL CONUnorts 19104 ttv1)a Edtimt 32 w/ CITY OFFORT COLLtysMODIFICAMONSttuv4rzoa01 CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims. cots. losses and damages sustained by OWNER ansina out of or resitting from completing the Work such excess will be paid to CONTRACTOR If such claims, costs, losses and damages euxcd such unpaid balance. CONTRACTOR shall pay the difference to OWNER. Such claims, costs. losses and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and when so approved by FNGINFER incorporated in a Change order, provided that when exercising any rights or remedies under this paragraph 0W`N1iR shall not he required to obtain the lowest pncc for the Work perforated 15.3 Where CONTRACI'OR's services have been so terminated by OWNER. the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue- Any retention or payment of moneys due CONTRAcri)R by OWNER will not release ('ONTRtiCTOR from liability. 15.4. Upon seven days' written notice to CONTTRACfOR and ENGINEER, 0WNE1t 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. fin completed and acceptable Work executed in accordance with the Contract Documents prior to the clTective 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 Subco ntractom Suppliers and others. tin(] 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 lobs arising out of or resulting from such termination. COAT&ICTOR May Stop fkork or Terminate: 15.5. K through no act or fault of CONTRACTOR the Work is suspended for a period of more than ninety days by OWNER or under an order of curt or other public authority, or ENGINFFR fails to act on any Application for Payment within thirU• days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days written notice to O1A-WM and ENGINEER. and provided OXVNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OAA'ivER payment on the same terms as provided in paragraph 15.4- In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGLNELR has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to ppaaw CONTRACTOR any sum finally determined to be rhie, CONTRACTOR may upon seven days•' written notice to OWNER and FNCiiNFJ-,R stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon The provisions of this paragraph 15.' are not intended to preclude CONTRACTOR from making claim under Articles I i and 12 for an increase in Contract Pricc or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 164)ISPUTE Rl'SOLITION If and to the extent that OWNER and (`()NTRA('TOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit G( -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 paragraphs 9.10, 9.11 and 9.12, OWNER and CONTRACTOR may exercise such rights or remedies as ciths may otherwise have under the Contract Documents or by Laws or Regulations in respect of any di lute. :ARTICLE 17—AILSCELLA-NEOLTS Gi►vng Notice: 171. lAlienever 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 indiv idoral or to a member of the firm_ or to an officer of the corporation for wham it is intended or if delivered at or sent by registered or certified mail, postage prepaid to the last business address known to the giver of the notice. 17.2. Computation of Time: l7?.1.'Alien any period of time is referred to in the Contract Documents by clays, it will be computed to exclude the first and include the Iasi 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 holidt by the law of the applicable jurisdiction. such day wl be omitted frcmu the computation. EXIXOh`N13M CONDITIONS 1910$ t ") Edtion ) w! CITY OF FORT COLLINS I OINFICATTONS (RE'y,I)2000) 17? 2 A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day Naaee of Claim: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of arty 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 outer party is legally liable. claim sill be made in writ4, to the other party within n reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be conarued as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose.0 emulative RemerGes: 17.4. The duties and obligations imposed by these ('ce-tural Conditions and the rights and remedies available hereunder to the parties hereto, arxl, in particular but without limitation, the wnrrnnties, guarantees and obligations imposed upon CONTRACTOR by fnmgraphs 6.12, 6 16, 630, 6-31, 6.32, 13.1, 13.12,13.14, 14.3 and 15,2 and all of the rights and remedies available to MINER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed cc available by Laws or Regulations by special warranty or guarantee or try• Other provisions Contract the ontract Documents, and the prOV isiorn of this paragraph will be as c1lective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation right and remedy to which they apply, Profasdonal Farr and Court Cara lnetuded: 17.5_ Whenever reference is made to `ckuims, coats, losses and damages", it shall include in each case:, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals aril all cow or arbitration or other dispute resolution casts. 176. The laws of the State of Colorado apply to this Agreement Reference to two pertinent ('utoridu statutes are as follows: 17.6.1. Colorado Revised Statutes tCRS the ll•crk to the extent of not less than 80 peraait ado at the as to race, 17.6.2 If a claim is filed OWNER is rouuired by law (CRS 38-26-107) to withhold from all payments to CONTRACTOR sufficient funds to insure the Mt of all claims for labor, materials, team hire, snce. pmMsions, provender, or other supplies used or constimed by C CONTRACTOR or his 33 Connell Resources, Inc. 7785 Highland Meadows Pkwy, #100 Fort Collins, CO 80528 Phone: (970) 223-3151 Fax: (970) 223-3191 Estimator: Roland Tremble BUDGET FOR COST Submitted To: City Of Fort Collins - Engineering Address: 281 North College Avenue Fort Collins, CO 80522 Contact: Brad Buckman Phone: 970-221-66227 Fax: 970-221-6378 Date: 12/7/2016 Budget Title: Lincoln Corridor 1st Street To Bridge Budget Number: 90% Plans Addendum: 1 Project Location: Lincoln Ave From Lemay To Poudre River Project City, State: Fort Collins, CO Engineer/Architect: Interwest Consulting Group We have prepared for your information the following items for budget evaluation purposes for the referenced project. This budget includes conceptual quantities, resource costs, scope -of -work and schedules and therefore may not completely represent all items of work or cost ultimately necessary for completion of the project. This budget was prepared using reasonable skill and judgment, but is not an offer to perform the Work described. Line # Item # Item Description Estimated Quantity Unit Unit Price Total Price Bridge To 1st Street A. General Conditions 1000 203.05 1002 208.04 1004 626.00 1006 626.01 1008 626.02 1010 626.03 1012 626.04 1014 630.00 626.08 B. Removals 1016 202 1018 202.01 1020 202.03 1022 202.04 1024 202.05 1026 202.06 1028 202.07 1030 202.08 1032 202.09 C. Erosion Control 1036 208.02 1038 208.03 1040 208.05 1042 208.06 1044 208.07 1046 208.08 1048 208.09 D. Earthwork 1050 203.04 1052 203.06 Potholing Tree Retention and Protection Mobilization Project Manager 1 Day Per Week Site Manager Management Project Engineer Office Trailer And Other Misc Costs Associated With Mobilization Toilets, Testing For Dewatering, Water Meter Construction Surveying 1st Street To Bridge Including Bridge Escalations 1.00 LS $18,500.00 $18,500.00 Total Price for above A. General Conditions Items: $153,812.98 Clearing and Grubbing Removal Of Trees And Stumps Remove Pipe Removal of Concrete Sidewalk Removal of Curb and Gutter Removal of Fire Hydrant Removal Of Asphalt Mat Remove Temporary Asphalt Trails Remove Pumping Structure Erosion Control (SWMP, Inspections, ECS) Erosion Control (Gravel Bag) Erosion Control (Wattle) Erosion Control (Concrete Wash Out) Including Haul Off Of Material Street Sweeping Erosion Control (Tracking Pad) Erosion Control (Gravel Inlet Protection) Muck Excavation (Complete In Place) Haul Off Excess Fill 40.00 HR $173.57 $6,942.80 18.00 EACH $120.00 $2,160.00 1.00 LS $16,668.54 $16,668.54 12.00 DY $834.20 $10,010.40 12.00 WK $2,481.70 $29,780.40 60.00 DY $367.28 $22,036.80 12.00 WK $904.17 $10,850.04 1.00 LS $36,864.00 $36,864.00 1.00 LS $5,959.62 $5,959.62 8.00 EACH $2,016.85 $16,134.80 100.00 LF $18.59 $1,859.00 500.00 SY $14.69 $7,345.00 800.00 LF $5.83 $4,664.00 1.00 EACH $1,425.60 $1,425.60 3,000.00 SY $7.58 $22,740.00 700.00 SY $6.80 $4,760.00 1.00 EACH $4,736.00 $4,736.00 Total Price for above B. Removals Items: $69,624.02 16.00 DY $183.64 $2,938.24 300.00 LF $7.93 $2,379.00 1,500.00 LF $4.46 $6,690.00 1.00 EACH $12,221.21 $12,221.21 50.00 HR $150.00 $7,500.00 1.00 LS $3,137.11 $3,137.11 6.00 EACH $307.37 $1,844.22 Total Price for above C. Erosion Control Items: $36,709.78 400.00 CY $32.17 $12,868.00 652.00 CY $11.71 $7,634.92 Lincoln Corridor 1st Street To Bridge Page 1 of 4 E)CM OENFItAL COM71OM 191" (1990 EQdiml 34 wJ CITY OF FORT COLLIDE MODIFICATIONS (RL•V a000 (I hLs page left blank mtcnumal ly ) Rit W OLNULAL CONDITIOM f 910-E n990 EMM) ti%CITY OF FORT (Y)I.L M MOIXFICATIONS (REV 4Rtl00) EXVCUENEMCONDI *Rom 19103(1990Ed") w CITY OF FORT COLUM MOIKi'TCATIOM (REV 4420%) EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DispvrE RESOLL1f10N AGREMENT MNIM and CONTRACTOR herehy agree that Article 16 of the General Conditions of the Co%strudion Contract between OWNER and CONTRACTOR is amended to include the following agreement of the parties. 161 All claims, disputes and other matters in qucgion between OWNER and CO,'NTRACTOR arising out of or relatetp to the Contract fkteumentss or the breach thereof (except tor claims which have been waived by the making or acceptance of final payment as provided hy' paragraph 14.15) will he decoded by, arbitration in acccxdsince with the Ccnwuction lndustry Arbitration Rules of the Amencun Arbitration-voLiaticn then obtaining,. subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent W arbitrate entered into in accordance herewith ies provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction. 1 & 2 No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINTMR initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date an which FNOINFFA has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGLN= of a written decision has not been rerdcred by EN(IINEIiR before that daw. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENO NEER has rendered a written decision in respect thereof in accordance with paragraph 9.1). and the failure to demand arbitration within said thirty days period will result in ENMMEWs decision being final and binding upon OWNER and CONTRACTOR. If I:tiGf\°L'CsR ureters a decision after arbitration proceeduip 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 patties 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 thie party making such demand has delivered written notice of interition to appeal as provided in riirigraph 9 14 16 3_ Notice of the demand fix arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a cony will be sent to ENG1NIMR for information The dlematd for arbitration will be made within the thirty -day or ten -lay period specified in paragraph 16-? as applicable, and in all other cases within a reasonable time after the claim. dispute nr other manor in cpie ion hrc nnsrn, and in tit event thrill any such demand be made after the abate when institution of legal or equitable procccdu4s based on such charm, dispute or other matter in question would he barred by the applicable statute of limitations. EKVC GENERAL evwtnONS 19104 41 "0 Eatiam w! OTY OF FORT COLUM MODUICAT10 M (REV 1%99) 16.4. Extvpt as provided in paragraph 16.5 below. no arbitration arising out of or relating to the Contract DoLuments shall mclude by corisolid}aticiL joitdcr or in any other manner am, other person or entity (including ENGINEER. ENGLNEER's Consultant and the officers. directors, agents, employees or consultants of any of them) who is not a party to this contract unless. 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be uffoxoed amo u those who are already parties to the arbitration and 16.4.2. such other parson or entity is substantially involved in a question of law or entity is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONlTRACTOR hag been obtairi d for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute nit specifically described in such consent or to arbitration with nn• party rut specifically identified in such consent. 16.5_ Noxwithstandirg paragraph 16.4. if a claim. dispute or other matter in question between OW\TF.R and CONTRACTOR involves the Work of a Subcontractor, either O%VNHR or CONTRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CO' fRA('TOR hereunder. CONTRACTOR shall include in all subeortracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to beirig joined in an arbitration between OWNER and CONTMCTOR involymg the work of such Subcontmctor. Nothing in thia paragraph 16,5 mw in the rn provision of such subcontract ooentul ,to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER EN(31\m or ENG IN Ws Consu ILints 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 krvitg jurisdiction therek and it will not N. sullied to maiifcauein or appeal 167. O44'vER and CONTRACTOR agree that they shall fret submit any and all unsculed claims. counterciaims, disputes and other matters in question between them arising out of or relating to the Contract l'io.+cuments or the breach thereof ("disputes'). to mediation IN the American Arbitration Association under the Construction lndustn Mediation Rules of the American Arbitration Asscnaation prior to either of them initiating against the tither a demand for arbitration ptustianl to pivagraphs 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 su+pcnded until ten days after the term inatton of the mediation The mediatcx of any dispute submitted to mediation under this A¢rccmcnt shall not serve as arbitrator of such dispute unless othenvtse agreed. (tc••A I EJCDC OENEILAL CONDITIONS 1910.8 (1990 Edrtidn) (W-A 1 w• CITY OF FORT COLI.INS NIODMCATIOM (REV W94) 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 Engineering Report — CTL Thompson (FC07102-125 & R1) Geotechnical Engineering Report — CTL Thompson (FC07102-125 & R21 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. 4.2A .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. 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-8.10 OWNER's Project Manager A. Add the following language to ARTICLE 8: 8.10. The OWNER will provide a Project or Construction Manager. The CONTRACTOR shall direct all questions concerning Contract interpretation, Change Orders, and other requests for clarification or instruction to the Project or Construction Manager. 8.10.1 Authoritv: The Project or Construction Manager will be the OWNER's representative during the construction of the project. The Project or Construction Manager shall have the authority set forth in the OWNER's Capital Project Procedures Manual. The Project or Construction Manager shall have the authority to reject work and materials whenever such rejection may be necessary to ensure the proper performance of the Work in accordance with the Contract Documents. 8.10.2 Duties and Responsibilities: The Project or Construction Manager will make periodic visits to the project site to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Project or Construction Manager shall not be required to make comprehensive or continuous inspections to check the progress or quality of the Work. The Project or Construction Manager shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions or programs in connection with the Work, or for any failure of the Contractor to comply with laws and regulation applicable to the performance or furnishing of the Work. Visits and observations made by the Project or Construction Manager shall not relieve the CONTRACTOR of his obligation to conduct comprehensive inspections of the Work, to furnish materials and perform acceptable Work, and to provide adequate safety precautions in conformance with the Contract Documents. The Project or Construction Manager shall at all times have access to the Work. The CONTRACTOR shall provide facilities for such access so the Project or Construction Manager may perform his or her functions under the Contract Documents. 8.10.3 One or more Resident Construction Inspector(s) (RCI) may be assigned to assist the Project or Construction Manager in providing observation of the Work, to determine whether or not the Work is proceeding according to the construction documents. CONTRACTOR will receive written notification from the OWNER of any RCI assignments. The RCI 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. The RCI will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. The RCI's dealings in matters pertaining to the on -site work will be to keep the Project or Construction Manager properly apprised about such matters. 8.10.4 Communications: All instructions, approvals, and decisions of the Project or Construction Manager shall be in writing. The CONTRACTOR may not rely on instructions, approvals, or decisions of the Project or Construction Manager until the same are reduced to writing. 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 Line # Item # Item Description Estimated Quantity Unit Unit Price Total Price 1054 203.07 Unclassified Excavation (Cut For Overall Site 1,521.00 CY $8.13 $12,365.73 Grading) 1056 212.01 Finish Grading For Landscaping 20,000.00 SF $0.60 $12,000.00 1057 306 Reconditioning (12 Inch) 3,800.00 SY $1.03 $3,914.00 Total Price for above D. Earthwork Items: $48,782.65 F. Storm Drain 1058 3002 18" RCP 16.00 LF $357.93 $5,726.88 1060 3004 18" RCP FES 1.00 EACH $528.00 $528.00 1062 3005 18" Tideflex 1.00 EACH $4,270.00 $4,270.00 1064 3006 Type 13 Inlet 1.00 EACH $4,689.24 $4,689.24 Total Price for above F. Storm Drain Items: $15,214.12 G. Waterline 1034 619 Fire Hydrant Assembly 1.00 EACH $5,196.29 $5,196.29 Total Price for above G. Waterline Items: $5,196.29 J. Concrete Flatwork 1066 412 Concrete Pavement (7.5 Inch) 300.00 SY $70.85 $21,255.00 1068 608.01 Standard Gray Concrete Sidewalk (6 Inch) 1,000.00 SY $52.19 $52,190.00 1070 608.02 Colored Concrete Crosswalk (7.5 Inch) 70.00 SY $67.12 $4,698.40 1072 608.04 Truncated Domes (excludes Sidewalk) 75.00 SF $78.33 $5,874.75 1074 608.05 Concrete Bikeway (5 Inch) Colored 300.00 SY $72.97 $21,891.00 1076 609.01 6"curb Head On Paving Without Gutter 360.00 LF $13.94 $5,018.40 1078 609.02 Vertical Curb And Gutter (2' Gutter) 700.00 LF $22.67 $15,869.00 1080 609.03 2' Pan Only Across Concrete Paved Areas, And 500.00 LF $22.20 $11,100.00 Between Columns 1082 609.04 Concrete Pan At Back Of Retaining Wall 10" 12.00 SY $218.50 $2,622.00 Thick 1084 609.05 Concrete Footing For Railing Including Sleeve 1.00 EACH $2,500.00 $2,500.00 It Installed With Retaining Wall Total Price for above J. Concrete Flatwork Items: $143,018.55 K. Asphalt Paving 1086 210.01 Adjust Manhole 2.00 EACH $534.01 $1,068.02 1088 210.02 Adjust Valve Box 1.00 LS $1,232.00 $1,232.00 1090 304 Aggregate Base Course (Class 5 or 6) 1,500.00 TON $26.47 $39,705.00 1094 403.01 Hot Mix Asphalt (Grading S) (75) (PG 64-22) 1,000.00 TON $76.59 $76,590.00 1096 403.02 Hot Mix Asphalt (Grading S) (100) (PG 64-28) 500.00 TON $84.85 $42,425.00 1098 403.04 Temporary Asphalt Trails For Poudre Trail 700.00 SY $25.07 $17,549.00 Detour, Includes Minor Grading Total Price for above K. Asphalt Paving Items: $178,569.02 L. Traffic Control 1100 630.01 Business and Specialty Signs 1.00 LS $990.00 $990.00 1102 630.02 Construction Zone Traffic Control 1.00 LS $55,621.50 $55,621.50 Total Price for above L. Traffic Control Items: $56,611.50 N. Landscaping And Irrigation 1104 212.04 Import And Place Topsoil Including 400.00 CY $43.86 $17,544.00 Amendment, 6" On Everything 1108 623.01 Irrigation And Landscaping Per Bridge 1.00 LS $34,762.94 $34,762.94 Drawings Including Willow Stakes 1110 623.02 Irrigation And Landscaping Roadway From 1.00 LS $24,388.20 $24,388.20 Bridge To 1st Street 1112 623.03 Landscape Maintenance (24 months) 1.00 LS $10,674.30 $10,674.30 1114 623.04 Seeding Under Bridge 2.00 ACRE $4,447.20 $8,894.40 1116 623.05 Coir Matting Under Bridge 16,000.00 SF $0.82 $13,120.00 1118 905.09 Planter Pot 11.00 EACH $1,770.72 $19,477.92 1120 905.10 Irrigation For Planter Pots 11.00 EACH $148.92 $1,638.12 Total Price for above N. Landscaping And Irrigation Items: $130,499.88 O.Electrical Lincoln Corridor 1st Street To Bridge Page 2 of 4 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: [Project Name] CONTRACTOR: [Contractor] PROJECT NUMBER: [Project #] DESCRIPTION: 1. Reason for change: 2. Description of Change: _ 3. Change in Contract Cost: 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Engineer Project File Architect Purchasing DATE: DATE: DATE: DATE: SECTION 00960 APPLICATION FOR PAYMENT Application for Payment PROJECT: 8214 Lincoln Avenue Corridor • Phase 1 OWNER: City of Fort Collins - Engineering Department CONTRACTOR: Connell Resources APPLICATION NUMBER: 1 281 North College 7785 Highland Meadows Parkway, Suite 100 APPLICATION DATE: 9/1/2016 Fort Collins, CO 80521 Fort Collins, CO 80528 PERIOD BEGINNING: 8/1/2016 PERIOD ENDING: 8/30/2016 ENGINEER: Interwest Consulting Group CONSTRUCTION Ditesco 1218 Ash Street, Suite A MANAGER: 1315 Oakridge Drive, Suite 120 Windsor, CO 80550 Fort Collins, CO 80525 PO NUMBER: CHANGE ORDERS: PAY APPLICATION: RETAINAGE: NUMBER DATE AMOUNT Application is made for Payment as shown below in connection with the Contract. The present status of the account for this Contract is as follows. 0 none $0.00 Original Contract Amount: $ - Retainage to Date: $ Net Change by Change Order: $0.00 Retainage Previous: $ Revised Current Contract Amount: $0.00 Change in Retainage: $ Total Work Completed and Stored to Date: $ - Less Previous Payment: $ Amount due this Pay Application (before retainage) $ Less Retainage: $ Net Change by Change Order: $0.00 AMOUNT DUE THIS APPLICATION: $ Change Order % : #DIV/01 CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the WORK have been satisfied as required in Section 14 of the General Conditions of the Contract. The above Amount Due this Application is requested by the CONTRACTOR. Date: B Payment of the above Amount Due This Application is recommended by the ENGINEER OR CONSTRUCTION MANAGER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER. Date: By: OWNER: City of Fort Collins - Engineering Department 281 North College Fort Collins, CO 80521 Interwest Consulting Group 1218 Ash Street. Suite A Windsor, CO 80550 Application for Payment CONTRACTOR: Connell Resources 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 CONSTRUCTION Ditesco MANAGER: 1315 Oakridge Drive, Suite 120 Fort Collins, CO 80525 BID ITEMS I SCHEDULE OF VALUES Page 2of2 APPLICATION NUMBER: 1 APPLICATION DATE: 9/1/2016 PERIOD BEGINNING: 8112016 PERIOD ENDING: 8/30/2016 PO NUMBER: Item bb Description Oty. UOM Contract SummaryBilled This Period Billed Previous Billed Stored Total Billed & Cost Billed Percent Unit Price Total Amount Ot Amount Qt Amount Ot # Code # Materials Stored to Date RemainingComplete 1 Division 1 - General Conditions la General Conditions 1 LS $ - $ - #DIV101 $ - #DIV01 #DIV/01 $ - $ - $ - #DIV/01 to Surveying 1 LS $ $ #DNl0! $ #DIV01 #DIV/01 7$$ S $ $ #DIV,101 1c Builders Risk Insurance 1 LS $ - $ - #DIV/01 $ - #DIV/01 #DIV/01 $ - $ - $ - #0IV101 Id Overhead and Profit 1 LS $ - $ - #DIV/01 $ - #DIV/01 #DIV,01 $ - $ $ - #DIV'01 2 Division 2 - Site Work 2a Earthwork - wall exc and backf111 1 LS $ - $ - #DIV/01 $ - #DIV/01 #DIV,O!- $ - $ - #DIVl01 3 1 Division 2 - Concrete 3a Structural Concrete t LS $ - $ - #DIV/0! S #DIV01 #DIV/0! $ - $ - $ $ - #DIV/01 4 Division 4 - Masonry 4a Building and Trash Enclosure 1 LS $ - $ - #DIV/O! S - #DIV/01 #DIV!0! $ - $ - $ $ - #DIVIO! 5 Division 5 - Metals 5a Structural Steel and Site Metals I LS $ - $ - #DN/0! S - #DIVO! #DIV/01 $ - $ - S - $ #DIV/01 6 Division 6 - Woods/Plastics 6a Rough Carpentry 1 LS $ - $ - #DIV/0! - #DIVt01 #DIV/O! $ - $ - $ - $ - #DIV101 7 Division 7 - Thermal/Moisture 7a Damproofing/Waterproofing 1 LS $ - $ #DIV/01 $ - #DIVO! ADIV01 $ - $ - $ $ #DIV101 7b Insulation 1 LS $ - $ - #DIV/0! $ - #DIV/01 #DIV101 $ - s - $ - $ - #DIV/01 7c Siding - cememitious 1 LS $ - $ - #DIV10! $ - #DIV/01 #DIV/01 $ - $ - $ - $ - #DIV101 7d Roofing 1 LS $ - $ - #DN/DI $ - #DIV/0! #DIV101 $ - $ - $ $ - #DIV/01 8 1 Division 8 - Openings 8a Glass and Glazing 1 LS $ - $ - #DN/01 - #DIV/01 #DIV,'0! $ $ - $ - S - #DIV/01 9 Division 9 - Finishes 9a Stucco 1 LS $ $ - #DIV/01 $ - #DIV/01 #DIV/01 $ - $ - $ - S - #DIV,10! 9b Framing and Drywall 1 LS S $ - #DIV101 S - #DIV/01 #DIV101 S - $ - $ - $ #DIV/01 9c Paint 1 LS $ - $ - #DIV/01 $ - 0DIV01 #DIV/01 $ - $ - $ - $ #DIV101 10 Division 10 - Specialties 10a Specialties 1 LS $ $ - #DIV/01 - #DIV/01 #DIV/01 $ $ - $ - $ - #DIV101 21 Division 21 - Fire Supresslon 21a Fire Protection 1 LS $ - $ - #DN/01 - #DIV/01 #DIV101 $ - $ - $ - $ - #DIV/01 22 Division 22 - Plumbing 22a Plumbing 1 LS $ - $ - #DIV/01 $ - #DIV/01 #DIV/01 $ - $ - $ - $ - #DIV/01 23 Division 23 - HVAC 23a HVAC 1 LS $ - $ - #DIVl01 $ - #DIV/01 #DIV/01 $ - $ - $ - $ - #DIV101 26 Division 26 - Electrical 26a Electrical - includes site lighting I LS $ - $ - #DIWO' $ - #DIV/01 #DIV/01 $ - $ - $ - $ - #DIV/01 Contract Summary: Sub Totals $ - #DIV/OI Is - #DIVIO! $ " DIVOT 1 $ $ - $ $ 4DIV101 GRAND SUB -TOTALS: $ - $ - S - $ - $ - $ - $ - #DIV'01 1 LS #DIW01 #DIV01 $ - #DIV/O! $ - $ - $ $ - #DIV/01 1 LS #DIV/0� #DIVOT $ - #DIV'0� $ - $ - $ - $ - #DIV/of Change Order Sub -Totals: $ - $ - $ - $ - $ - $ - $ #DIV101 PAY APPLICATION TOTALS: $ - $ $ - $ - $ - $ $ - /lDIV/01 C"TLITHOMPSON Ir SUBGRADE INVESTIGATION AND PAVEMENT RECOMMENDATIONS LINCOLN CORRIDOR IMPROVEMENTS FORT COLLINS, COLORADO Prepared For: INTERWEST CONSULTING GROUP 1218 West Ash Street Suite C Windsor, Colorado 80550 Project No. FC07102-125 R1 November 5, 2015 Revised January 28, 2016 400 North Link Lane I Fort Collins, Colorado 80524 Telephone:970-206-9455 Fax:970-206-9441 TABLE OF CONTENTS SCOPE 1 SUMMARY OF CONCLUSIONS 1 SITE LOCATION AND PROJECT DESCRIPTION 2 FIELD AND LABORATORY INVESTIGATION 2 SUBSURFACE CONDITIONS 3 WATER-SOLUBLE SULFATES 4 PAVEMENT DESIGN 4 Traffic Projections 5 Pavement Thickness Calculations 5 Pavement Recommendations 5 Pavement Selection 6 SUBGRADE PREPARATION 6 MAINTENANCE 7 SURFACE DRAINAGE 8 LIMITATIONS 9 FIGURE 1 — LOCATIONS OF EXPLORATORY BORINGS FIGURE 2 — SUMMARY LOGS OF EXPLORATORY BORINGS APPENDIX A — RESULTS OF LABORATORY TESTING APPENDIX B — PAVEMENT DESIGN CALCULATIONS APPENDIX C — PAVEMENT CONSTRUCTION RECOMMENDATIONS APPENDIX D — MAINTENANCE PROGRAM INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 SCOPE This report presents the results of our subgrade investigation and pave- ment recommendations for the planned roadway improvements along Lincoln Avenue in Fort Collins, Colorado. The purpose of our subgrade investigation was to determine the subsurface conditions and to evaluate pavement support characteristics. The report was conducted in general conformance with the Chapters 5 and 10 of the Larimer County Urban Areas Street Standards (LCUASS) dated January 2, 2001 (repealed and reenacted April 1, 2007) as adopted by the City of Fort Collins (City). This 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 the subsurface conditions found in explorato- ry borings and laboratory test results for the reconstruction of Lincoln Avenue be- tween Willow Street and Lemay Avenue. If plans change significantly, we should be contacted to review our investigation and determine if our recommendations still apply. A brief summary of our conclusions is presented below, with more de- tailed criteria and recommendations contained in the report. SUMMARY OF CONCLUSIONS 1. Pavement sections encountered in two of our borings consisted of 5 and 6 inches of asphaltic concrete. Soils encountered in our bor- ings generally consisted of 4 to 10 feet of clayey sand overlying sand, gravel and cobbles. The upper 5 feet of soil encountered in one boring was considered fill. Groundwater was not encountered in our investigation. 2. The subgrade soils primarily classified as A-6 and A-2-6 materials according to AASHTO criteria, with expected subgrade support of fair to good. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 3. Asphaltic concrete and Portland cement concrete are appropriate surface pavements for this site. Minimum pavement section thick- nesses are presented in this report. SITE LOCATION AND PROJECT DESCRIPTION Lincoln Avenue is planned for reconstruction between approximately Wil- low Street and Lemay Avenue in Fort Collins, Colorado. The existing roadway is paved with asphaltic concrete and has intermittent curb and gutter on the north and south sides. The roadway slopes gently downward east of the Cache la Poudre River. FIELD AND LABORATORY INVESTIGATION Our field investigation consisted of drilling eight borings to a depth of ap- proximately 10 feet, logging the subsurface conditions, recording penetration - resistance tests, and acquiring samples of the subgrade materials. The approx- imate boring locations are shown on Figure 1. The borings were drilled with 4- inch diameter solid -stem augers and a truck -mounted drill. Our field representa- tive directed the field investigation and collected samples. Bulk samples were obtained from the upper 4 feet of each boring. Drive samples were taken at se- lected intervals in each boring by driving a modified California sampler with blows from a 140-pound hammer falling 30 inches. Borings were backfilled following drilling. Summary logs of the borings, including results of field penetration re- sistance tests, are presented on Figure 2. Samples were returned to our laboratory and examined by the geotech- nical engineer for the project. Laboratory testing was performed in general ac- cordance with AASHTO and ASTM methods to determine index properties, clas- sification, and subgrade support values for those soil types influencing the pave- ment design. Laboratory tests and analysis included moisture content, gradation INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 2 CTL I T PROJECT NO. FC07102-125 Ll analyses, Atterberg limits, swell -consolidation, and water-soluble sulfate tests. Swell tests were wetted at a confining pressure of 150 psf as specified in LCUASS. A Hveem stabilometer test was conducted on a combined sample of the upper 4 feet of our borings. Results of our laboratory tests are presented in Appendix A and summarized in Table A -I. SUBSURFACE CONDITIONS Pavement sections encountered in two of our borings consisted of 5 and 6 inches of asphaltic concrete. Soils encountered in our borings generally consist- ed of 4 to 10 feet of clayey sand overlying sand, gravel and cobbles. The upper 5 feet of soil encountered in one boring was considered fill. Groundwater was not encountered in our investigation. A Hveem stabilometer test was conducted on a composite sample of mate- rial obtained from all three borings. The test indicated an R-value of 58, which we converted to a resilient modulus of 16,982 psi according to AASHTO criteria. The clayey sand encountered in our borings classified as loose to medium dense based on field penetration test results. Laboratory testing indicated fines contents (percent passing No. 200 sieve) of 24 to 39 percent. Based on grada- tion and Atterberg limits testing, the pavement subgrade generally classified as A-6 and A-2-6 materials with some samples classifying as A-4 and A-2-7. Three samples of the native soil were tested for swell; results indicated low expansive potential (up to 0.6 percent). A sample of the fill material identified in TH-6 exhib- ited a moderate swell of 3.2 percent. Further description of the subsurface condi- tions is presented on our boring logs (Figure 2) and in our laboratory test results (Appendix A). INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 3 CTL I T PROJECT NO. FC07102-125 WATER-SOLUBLE SULFATES Concrete that is exposed to sulfate -rich soils can be subject to sulfate at- tack. If concrete pavements or structures will not be in contact with sulfate -rich soils, by means of an aggregate base course layer or other materials, the risk of sulfate attack should be low. We measured water-soluble sulfate concentrations in four samples from this site; concentrations were 0.05 percent or less. Water- soluble sulfate concentrations less than 0.1 percent indicate Class 0 exposure to sulfate attack for concrete that is exposed to the soils, according to the American Concrete Institute (ACI). For this level of sulfate concentration, ACI indicates any type of cement can be used for concrete that is exposed to 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 ratio 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 entrained. PAVEMENT DESIGN We understand improvements to Lincoln Avenue are regulated by the City of Fort Collins, which requires the use of the AASHTO and CDOT pavement de- sign methods for their roadways. These design methods require input parame- ters for traffic projections for a specified design life, roadway classification, char- acteristics of the subgrade materials, type and strength characteristics of pave- ment materials, groundwater conditions, and drainage conditions. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 4 CTL I T PROJECT NO. FC07102-125 Line # Item # Item Description Estimated Quantity Unit Unit Price Total Price 1106 613 Electrical At Bridge Including All Wall Mounted 1.00 LS $32,954.81 $32,954.81 Lights And All Associated Wire And Conduit Total Price for above O.Electrical Items: $32,954.81 Total Price for above Bridge To 1st Street Items: $870,993.60 Loris Bid Items 2000 201 Clearing And Grubbing Remove Slope 1.00 LS $14,879.41 $14,879.41 Stabilization Shrubs Etc. 2002 201 Dewatering, Including 100 Tons Of 1.00 LS $32,007.97 $32,007.97 Stabilization Gravel 2004 201 Pioneer Access, Cofferdams, Temporary Pipe 1.00 LS $20,976.43 $20,976.43 2006 201.1 Install Temporary Crane Pads 1.00 LS $10,670.79 $10,670.79 2008 203.01 Haul Off Excess Fill 3,414.00 CY $11.71 $39,977.94 2010 203.02 Unclassified Excavation (Cut For Overall Site 1,130.00 CY $8.61 $9,729.30 Grading) 2012 203.03 Removal Of Bridge 1.00 EACH $80,975.00 $80,975.00 2014 206.01 Structure Excavation Cut To Stockpile Or 4,321.00 CY $12.74 $55,049.54 Disposal 2016 206.02 Structure Backfill Class 1, Includes Fine Grade 1,600.00 CY $46.99 $75,184.00 For Sleeper And Approach Slab 2018 206.03 Mechanical Reinforced Soil 1,600.00 CY $20.54 $32,864.00 2020 206.04 Filter Material Class A 250.00 CY $82.30 $20,575.00 2022 206.06 Structure Backfill Class 2 For Front Of 1,900.00 CY $10.93 $20,767.00 Abutments, Flood Wall And Pier 2024 206.07 Flow Fill Waterline 300.00 CY $104.90 $31,470.00 2026 403.00 Hot Bituminous Pavement 3" Overlay 165.00 TON $129.43 $21,355.95 -bridge Asphalt Only 2028 503.01 Drilled Caisson (30in) 192.00 LF $225.00 $43,200.00 2030 503.02 Drilled Caisson (36in) 132.00 LF $250.00 $33,000.00 2032 504.01 Retaining Wall 1,250.00 SF $60.50 $75,625.00 2034 504.02 Retaining Wall Railing LCUASS Standard 65.00 LF $150.00 $9,750.00 Surface Mounted 2036 506 Rip Rap(18") 715.00 CY $59.07 $42,235.05 2038 506.01 Rip Rap (18") Grouted 280.00 CY $133.12 $37,273.60 2040 514.11 Bridge Railing Type 2 36.00 LF $350.00 $12,600.00 2042 514.12 Bridge Railing Type 1 108.00 LF $300.00 $32,400.00 2044 515.00 Hot Poured Joint Fill 112.00 LF $29.50 $3,304.00 2046 515.01 Waterproofing Membrane 993.00 SY $16.00 $15,888.00 2048 601.01 Concrete Class D (wall) 75.00 CY $900.00 $67,500.00 2050 601.02 Concrete Class D (Bridge) 860.00 CY $780.00 $670,800.00 2052 601.03 Sleeves For Utilities In Concrete Sidewalks 1.00 LS $17,700.00 $17,700.00 2054 601.04 Structural Concrete Coating 6,401.00 SF $3.50 $22,403.50 -Abutments, Wingwalls, & Exterior 2056 602 Reinforcing Steel Epoxy Coated) 169,181.00 LB $1.00 $169,181.00 2058 617 Pre -stressed Concrete Box (B39x49 Section) 12,310.00 SF $50.00 $615,500.00 Total Price for above Loris Bid Items Items: $2,334,842.48 Urban Design M. Concrete Structures 3000 514.01 Bridge Precast Concrete Cap 4" Thick 20" Deep 400.00 LF $165.89 3002 514.02 Bridge Precast Concrete Cap 4" Thick 28" Deep 90.00 LF $206.55 3004 514.03 Bridge Sandstone Veneer 750.00 SF $87.93 3006 514.04 Bridge Steel Angle For Sandstone Veneer At 25.00 LF $20.00 Wing Walls Total Price for above M. Concrete Structures Items: $66,356.00 $18,589.50 $65,947.50 $500.00 $151,393.00 N. Landscaping And Irrigation 3008 905.00 Bridge Pavers 775.00 SF $19.77 $15,321.75 3010 905.01 Bridge Paver Sand Base Polymeric 775.00 SF $1.43 $1,108.25 3012 905.02 Bridge Paver 1" Drain Board 775.00 SF $1.89 $1,464.75 Lincoln Corridor 1st Street To Bridge Page 3 of 4 0 Traffic Projections Traffic projections are expressed as an 18-kip Equivalent Daily Load Ap- plication (EDLA) for a single day and as an 18-kip Equivalent Single Axle Load (ESAL) for the design period, which is typically 20 years. For the pavement de- sign portion of this project, the City has requested the use of an EDLA of 332, corresponding to an ESAL of 2,423,600 for a 20 year design period. Pavement Thickness Calculations Our pavement thickness recommendations were developed from the AASHTO method, with input values provided by the City, LCUASS, and our la- boratory tests and observations. For our design, we assumed the pavement will be constructed during a single stage. Computer generated printouts of the calcu- lations are presented in Appendix B. Pavement Recommendations We have provided pavement design alternatives including hot mix asphalt (HMA) on aggregate base course (ABC) and portland cement concrete (PCC) pavement. Our pavement thickness alternatives are presented in Table A. TABLE A MINIMUM PAVEMENT THICKNESS RECOMMENDATIONS Hot Mix Asphalt (HMA) + Portland Cement Con - Aggregate Base Course crete (PCC) )+ Roadway (ABC)+ Moisture Treated Sub - Moisture Treated Subgrade grade (MTS) MTS Lincoln Avenue ESAL = 2,423,600 6" HMA + 6" ABC+ 12" MTS 81/2 PCC+ 12" MTS INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 5 CTL I T PROJECT NO. FC07102-125 Our pavement design calculations indicated acceptable performance for a flexible pavement having 51/2 inches HMA over 6 inches of ABC; according to LCUASS, Larimer County specifies a minimum 6-inch HMA section for arterial roadways. We have recommended a 6-inch HMA section to comply with this minimum. Pavement Selection Both HMA/ABC composite (flexible) and PCC (rigid) pavements are ex- pected to perform well for the roadway. However, PCC pavement has better per- formance in freeze -thaw conditions and should require less long-term mainte- nance than HMA pavement. PCC pavement is also recommended for sections that may experience frequent stopping and turning, heavy point loads, or chemi- cal spills. In accordance with Section 8.2.21 of LCUASS, arterial intersections are to be paved with rigid, Portland cement concrete (PCC) pavement. SUBGRADE PREPARATION The construction materials are assumed to possess sufficient quality as reflected by the strength factors used in our design calculations. Materials and construction requirements of LCUASS should be followed. We believe chemical stabilization is not necessary for the native soils en- countered. Existing fill in the proposed reconstruction area is likely suitable for roadway support provided that the upper 12 inches of subgrade is scarified, moisture treated and compacted. Subgrade soils that do not require stabilization can be prepared with con- ventional moisture treatment and compaction. To prepare the subgrade for pav- ing with conventional moisture treatment and compaction, subgrade soils should INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 6 CTL I T PROJECT NO. FC07102-125 be scarified a minimum of 12 inches deep, moisture conditioned to within 2 per- cent of optimum moisture content and compacted to at least 95 percent of stand- ard Proctor maximum dry density (ASTM D 698, AASHTO T99). Preparation of the subgrade should extend from back -of walk to back -of -walk where feasible. Further recommendations for conventional moisture treatment and compaction, as well as materials and construction recommendations, are presented in Ap- pendix C. These criteria were developed from analysis of the field and laboratory da- ta, our experience and LCUASS requirements. If the materials cannot meet these requirements, our pavement recommendations should be re-evaluated based upon available materials. The use of recycled materials, such as recycled asphalt pavement (RAP) and recycled concrete may be used in place of aggre- gate base course provided they meet minimum R-values and gradations estab- lished by LCUASS and CDOT. Materials planned for construction should be submitted and the applicable laboratory tests performed to verify compliance with the specifications. Scarification and recompaction of the upper 12 inches of subgrade soils should occur as close to the time of pavement construction as possible. The final subgrade surface must be protected from excessive drying or wetting until such time as the pavement section is constructed. Maintaining moisture contents near optimum will be critical to avoid excessive deflections, rutting and pumping of the subgrade during subgrade preparation of streets. MAINTENANCE Routine maintenance, such as sealing and repair of cracks, is necessary to achieve the long-term life of a pavement system. We recommend a preven- INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 7 CTL I T PROJECT NO. FC07102-125 tive maintenance program be developed and followed for all pavement systems to assure the design life can be realized. Choosing to defer maintenance usually results in accelerated deterioration leading to higher future maintenance costs, and/or repair. A recommended maintenance program is outlined in Appendix D. Excavation of completed pavement for utility construction or repair can destroy the integrity of the pavement and result in a severe decrease in service- ability. To restore the pavement top original serviceability, careful backfill com- paction before repaving is necessary. SURFACE DRAINAGE A primary cause of premature pavement deterioration is infiltration of wa- ter into the pavement system. This increase in moisture content usually results in the softening of base course and subgrade soil and eventual failure of the pavement. In addition, parts of Colorado experience many freeze -thaw cycles each season that can result in deterioration of the pavement. We recommend that subgrade, pavement, and surrounding ground surface be sloped to cause surface water to run off rapidly and away from pavements. Backs of curbs and gutters should be backfilled with compacted fill and sloped to prevent ponding adjacent to backs of curbs and to paving. The final grading of the subgrade should be carefully controlled so the pavement design cross-section can be maintained. Low spots in the subgrade that can trap water should be eliminated. Seals should be provided within the curb and pavement and in all joints to reduce the possibility of water infiltration. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 8 CTL I T PROJECT NO. FC07102-125 Our borings were spaced to obtain a reasonably accurate indication of subgrade and/or pavement conditions for the proposed construction. The bor- ings are representative of conditions encountered only at the exact boring loca- tions. Variations in the subsurface conditions not indicated by our borings are always possible. A representative of our firm should observe subgrade prepara- tion, subgrade stabilization and pavement construction. This report was prepared from data developed during our field exploration, laboratory testing, engineering analysis, and experience with similar conditions. The recommendations contained in this report were based upon our understand- ing of the planned construction. If plans change or differ from the assumptions presented herein, we should be contacted to review our recommendations. We believe this investigation was conducted with that level of skill and care ordinarily used by geotechnical engineers practicing in this area at this time. No warranty, express or implied, is made. If we can be of further service in discussing the contents of this report or in the analysis of the influence of subsoil conditions on design of the pavements, please call the undersigned. CTL I THOMPSON, INC. by: Brendan P. Moran, El Staff Geotechnical Engineer BPM:SAS (2 Copies) Spencer Geotechn 46576 N 2 8 2016,: INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 9 CTL I T PROJECT NO. FC07102-125 APPROXIMATE SCALE: 1 "=250' 0 125' 250' LEGEND: TH-1 INDICATES APPROXIMATE LOCATION OF EXPLORATORY BORING INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 74 C0� G� Locations of Exploratory Borings FIGURE 1 LEGEND: } I I IE TH-1 TH-2 TH-3 TH-4 TH-5 TH-6 TH-7 TH-8 ASPHALTIC CONCRETE, APPROXIMATE THICKNESS 6 INCHES 0 - 0 40 40 ® FILL; CLAY, SANDY, MOIST, STIFF TO VERY STIFF, DARK BROWN, ORGANICS PRESENT 00, 5/12 of 5/12 7/12 8/12 12/12 12/12 11/12 5112 WC=22.5 DD=99 WC=11.1 DD=115 WC=21.6 LL=50 PI=20 WC=8.3 DD=113 WC=18.0 DD=111 00. SW=0.6 e. LL=23 PI=6 -200=32 LL=30 PI=14 SW=0.1 SAND, CLAYEY, SILTY WITH OCCASIONAL LAYERS OF GRAVEL AND CLAY, MOIST, VERY SS=0.030 9/12 3/12 -200=39 3/12 4/12 7/12 32/12 - -200=24 24/12 SS=<0.01 4/12 El LOOSE TO MEDIUM DENSE, LIGHT BROWN TO DARK BROWN (SC, CL) 5 >? WC=10.6 WC=12.9 WC=19.o -_ 17 5 6L LL=28 PI=14 DD=125 SW=0.1 DD=106 SW=3.2 Q - -200=26 Q - 00 SS=6.010 SS=0.05D pD = {f SAND, GRAVELLY WITH COBBLES, RELATIVELY CLEAN TO SLIGHTLY CLAYEY, SLIGHTLY MOIST, LOOSE TO VERY DENSE, LIGHT BROWN (SP, SW -SC) a- 10. EA - 0,41 >� 0 h DRIVE SAMPLE. THE SYMBOL 5/12 INDICATES 5 BLOWS OF A 140-POUND HAMMER 30/12 3/12 : 40/12U50/10 a 40/12 35/12 FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.5-INCH O.D. SAMPLER 12 INCHES. 10 10 DRIVE SAMPLE. THE SYMBOL INDICATES BLOWS OF A 140-POUND HAMMER FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.0-INCH O.D. SAMPLER INCHES. 15 15 LU LU w w w w w w = 20 20 = CL a w w ❑ ❑ F_ -I NOTES: �25 25 1. THE BORINGS WERE DRILLED ON SEPTEMBER 18, 2015, USING 4-INCH DIAMETER CONTINUOUS -FLIGHT AUGERS AND A TRUCK -MOUNTED DRILL RIG. 2. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS, LIMITATIONS AND CONCLUSIONS IN THIS REPORT. 30 30 3. WC - INDICATES MOISTURE CONTENT (%). DD - INDICATES DRY DENSITY (PCF). -200 - INDICATES PASSING NO. 200 SIEVE (%). LL - INDICATES LIQUID LIMIT. PI INDICATES PLASTICITY INDEX. UC INDICATES UNCONFINED COMPRESSIVE STRENGTH (ps1). SS - INDICATES SOLUBLE SULFATE CONTENT (%). 35 35 SW - INDICATES SWELL WHEN WETTED UNDER APPROXIMATE OVERBURDEN PRESSURE (%). 40 40 Summary Logs of Exploratory Borings INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS FIGURE 2 CTL I T PROJECT N0. FC07102-125 R1 APPENDIX A RESULTS OF LABORATORY TESTING 3 2 1 z o O V5 A�� Q a -1 x w 0 Z -2 O rn U) W d -3 2 O t� -a 0.1 1.0 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) From TH - 1 AT 2 FEET 3 WA 1 z O 0 V5 z Q a x -1 w 0 z O -2 Fh U) w Ix d -3 O U -4 0.1 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) From TH - 4 AT 4 FEET INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 RI 1.0 EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 10 100 DRY UNIT WEIGHT= 99 PCF MOISTURE CONTENT= 22.5 % EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 10 100 DRY UNIT WEIGHT= 125 PCF MOISTURE CONTENT= 12.9 % Swell Consolidation FIGURE A-1 7 6 5 4 3 2 1 0 -1 -2 -3 z O -4 z a a X -5 w a z _O -6 y U) W W IL -7 2 O tU 0.1 1.0 APPLIED PRESSURE - KSF Sample of FILL, CLAY, SANDY (CL) From TH - 6 AT 4 FEET INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 10 100 DRY UNIT WEIGHT= 106 PCF MOISTURE CONTENT= 19.0 % Swell Consolidation Test Results FIGURE A-2 Line # Item # Item Description Estimated Quantity Unit Unit Price Total Price 3014 905.03 Bridge Paver Epoxy Coating On Concrete 775.00 SF $3.00 $2,325.00 Total Price for above N. Landscaping And Irrigation Items: $20,219.75 P. Architectural Steel 3016 905.04 Sandstone Bollards 6"x12"x3' With 12.00 EACH $1,130.25 $13,563.00 Sandblasted And Stained Artwork 3018 905.05 6 Ft Bench With Back Forms And Surfaces 4.00 EACH $2,500.00 $10,000.00 Knight Bench 3020 905.06 Decorative Chase Drain 80.00 LF $250.00 $20,000.00 3022 905.07 Bridge Pergola Including Vertical Columns 1.00 EACH $80,000.00 $80,000.00 3024 905.08 Swing Set Structural Members 4.00 EACH $9,000.00 $36,000.00 Total Price for above P. Architectural Steel Items: $159,563.00 Total Price for above Urban Design Items: $331,175.75 Markups 4000 002 Overhead 1.00 LS $222,247.91 $222,247.91 4002 004 Profit 1.00 LS $296,330.55 $296,330.55 4004 006 Bond 1.00 LS $33,781.68 $33,781.68 Total Price for above Markups Items: $552,360.14 Allowances 1034 619 Waterline Casing Allowance 5000 008 Street Sign Allowance 5002 010 Allowance For Shoring At Ranchway 5004 012 Unknown Material / Clear And Grub Allowance 5006 014 Allowance For Landscape / Urban Design Growth 5010 018 Allowance For River Flows / Dewatering 5012 020 Allowance For Paver Scope 5016 202.12 Remove / Replace Fence Allowance (5k) 5018 208.01 Erosion Control Maintenance Allowance 5020 905.13 Swing Set / Bench Allowance 1.00 EACH $6,120.00 $6,120.00 2.00 EACH $3,000.00 $6,000.00 1.00 LS $50,000.00 $50,000.00 1.00 LS $10,000.00 $10,000.00 1.00 LS $20,000.00 $20,000.00 1.00 LS $30,000.00 $30,000.00 1.00 LS $15,000.00 $15,000.00 1.00 LS $5,000.00 $5,000.00 1.00 LS $5,000.00 $5,000.00 8.00 EACH $2,500.00 $20,000.00 Total Price for above Allowances Items: $167,120.00 Total Bid Price: $4,256,491.97 Lincoln Corridor 1st Street To Bridge Page 4 of 4 7 6 5 a 3 2 1 0 -1 -2 -3 z O -4 Fa z Q a X -5 LU z O -6 Fb LU a a -7 O V -8 0.1 1.0 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) From TH - 8 AT 2 FEET INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 10 100 DRY UNIT WEIGHT= 111 PCF MOISTURE CONTENT= 18.0 % Swell Consolidation Test Results FIGURE A-3 IMMMMMINMMM MUM IIIEEIIEI�= mmamp"Mma 7AA 10 MMMM MMMMMWI� MM "1= SEE EEEE1I11IEI CIE IM =00 10 MEE MME 00110101111111 MMMM MMN mommmmmmmmm WNW E= MMMMM EIEN SEE EWE 111SEEE EME MMMMI MINE WEE! WEE IIIIIIIIIINIMM CLAY (PLASTIC) TO SILT (NON -PLASTIC) 2 19 1 wrzm we, mmIiiiim gm -Mr; MM Sample of SAND, CLAYEY From S - I AT FEET GRAVEL 0 % SAND 62 % SILT & CLAY 38 % LIQUID LIMIT 31 % PLASTICITY INDEX 16 % NONE EEEl==w-_ ME WEE ZMEW MMMMW WEEMSEE =00011110 CLAY (PLASTIC) TO SILT (NON -PLASTIC) Sample of SAND, CLAYEY, GRAVELLY (SC) From TH -2AT4 FEET INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 RI GRAVEL 31 % SAND 43 % SILT & CLAY 26 % LIQUID LIMIT 28 % PLASTICITY INDEX 14% Gradation Test Results FIGURE A-4 No Text CLAY (PLASTIC) TO SILT (NON -PLASTIC) Sample of SAND, CLAYEY, GRAVELLY (SC) From TH -7AT2 FEET INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 GRAVEL 30 % SAND 46% SILT & CLAY 24 % LIQUID LIMIT 30 % PLASTICITY INDEX 14% Gradation Test Results FIGURE A-6 nrZ z ::i o m —O;u r �zm 00cn C-o-1 n�0 15 z Oin �c z �oG) c) n'm0 vNmT z C < m VI CAI N O 3 CD r-f CD C m D 0 N O W O A O Of O V O OD O co 0 EXUDATION PRESSURE (PSI) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TABLE A-1 SUMMARY OF LABORATORY TESTING BORING DEPTH FEET MOISTURE CONTENT % DRY DENSITY PCF ATTERBERG LIMITS SWELL TEST RESULTS' PASSING NO.200 SIEVE % WATER - SOLUBLE SULFATES % R- VALUE DESCRIPTION LIQUID LIMIT PLASTICITY INDEX SWELL` % APPLIED PRESSURE PSF S-1 8.7 31 16 38 58 SAND, CLAYEY SC TH-1 2 22.5 99 0.6 150 0.03 CLAY, SANDY CL TH-2 4 10.6 28 14 26 SAND, CLAYEY, GRAVELLY SC TH-3 2 11.1 115 23 6 39 SAND, CLAYEY SC TH-4 4 12.9 125 0.1 150 0.01 SAND, CLAYEY SC TH-5 2 21.6 50 20 32 SAND, CLAYEY SC TH-6 4 19.0 106 3.2 150 0.05 FILL, CLAY, SANDY CL TH-7 2 8.3 113 30 14 24 SAND, CLAYEY, GRAVELLY SC TH-8 2 18.0 111 0.1 150 <0.01 SAND, CLAYEY SC ` NEGATIVE VALUE INDICATES COMPRESSION. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTLIT PROJECT NO. FC07102-125 R1 Page 1 of 1 APPENDIX B PAVEMENT DESIGN CALCULATIONS 11/4/2015 PaveXpress: A: ied Pavement Design Tool PaveXpress Project Information Project Name Project Description Estimated Completion Year State Roadway Classification Pavement Type Design Parameters Design Period (Years) Reliability Level (R) Combined Standard Error (SO) Initial Serviceability Index (pi) Terminal Serviceability Index (pt) Change in Serviceability (APSI) Traffic Data Completion Year Traffic ESAL Growth Rate (%) Load Equivalency Factor Completion Year ESALs Design Period Total Design ESALs (W18) Pavement Structure Surface Lifts Base Layers Resilient Modulus (MR) Design Guidance Surface Lincoln Corridor Reconstruction 2016 Colorado Arterials/Highway New - Asphalt 20 years 90 ZR=-1.282 0.44 4.5 2.5 2.00 N/A N/A N/A N/A N/A 1,278,000 Layer Layer Coef Drainage Thickness Type Layer Coef Drainage Thickness 16982 psi Required minimum design SN: 2.65 Layer Thicknesses (in) Surface: 5.00 Aggregate Base: 6.00 Total SN: 2.89 http://app.pavexpressdesign.com/?usernam e=bmoran@cfthompson.com &payload=%7B%22reportiD%22`/`3A%223121%22%2C%22acbon%22%3A%22getReportDetaiIs%22%7D&authent cation=5a53a44bc6b5l ... 1/2 APPENDIX C PAVEMENT CONSTRUCTION RECOMMENDATIONS SUBGRADE PREPARATION Moisture Treated Subgrade (MTS) 1. The subgrade should be stripped of organic matter, scarified, mois- ture treated and compacted to the specifications stated below in Item 2. The compacted subgrade should extend at least 3 feet be- yond the edge of the pavement where no edge support, such as curb and gutter, are to be constructed. 2. Sandy and gravelly soils (A-1-a, A-1-b, A-3, A-2-4, A-2-5, A-2-6, A- 2-7) should be moisture conditioned near optimum moisture content and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698, AASHTO T 99). Clayey soils (A-6, A-7-5, A-7-6) should be moisture conditioned between optimum and 3 per- cent above optimum moisture content and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698, AASHTO T 99). 3. Utility trenches and all subsequently placed fill should be properly compacted and tested prior to paving. As a minimum, fill should be compacted to 95 percent of standard Proctor maximum dry density. 4. Final grading of the subgrade should be carefully controlled so the design cross -slope is maintained and low spots in the subgrade that could trap water are eliminated. 5. Once final subgrade elevation has been compacted and tested to compliance and shaped to the required cross-section, the area should be proof -rolled using a minimum axle load of 18 kips per ax- le. The proof -roll should be performed while moisture contents of the subgrade are still within the recommended limits. Drying of the subgrade prior to proof -roll or paving should be avoided. 6. Areas that are observed by the Engineer that have soft spots in the subgrade, or where deflection is not uniform of soft or wet subgrade shall be ripped, scarified, dried or wetted as necessary and recom- pacted to the requirements for the density and moisture. As an al- ternative, those areas may be sub -excavated and replaced with properly compacted structural backfill. Where extensively soft, yielding subgrade is encountered; we recommend a representative of our office observe the excavation. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS C-1 CTL I T PROJECT NO. FC07102-125 Connell Resources, Inc. 7785 Highland Meadows Pk«y #100 Fort Collins, CO 80528 Phase: (970) 223-3151 Fax: (970) 223-3191 Cost Detail With Pricing Project Name: Lincoln Corridor 1st Street To Bridge Job Number: Bid Number: 90% Plans Bid As: Estimator: Roland Tremble Project Address: Lincoln Ave From Lemay To Poudre River, Fort Collins, CO Completion Date: Customer: City Of Fort Collins - Engineering Billing Address: 281 North College Avenue Fort Collins, CO 80522 Phone: 970-221-66227 Contact: Brad Buckman Unit Total Margin Description I Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent 1000 - 203.05 - Potholing 40.00 HR $173.57 $6,942.71 $173.57 $6,942.80 0.00% Man Hours: 2.31 MH/HR 92.50 GC -Pothole Existing Utilities 40.00 EACH $173.57 $6,942.71 Man Hours: 2.31 MH/EACH 92.50 GC -Pothole With Vac Truck (8.00 EACH/DY, 40.00 EACH $173.57 $6,942.71 5.00 DY) :,�o LA - Pipelayer 45.00 HR $26.65 $1,199.14 Truck - Pothole Rig 45.00 HR $85.20 $3,834.00 Foreman - Utility 47.50 HR $40.20 $1,909.58 F 1002 - 208.04 - Tree Retention and 18.00 EACH $120.00 $2,160.00 $120.00 $2,160.00 0.000/0 Protection B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 8 to 13. The description was changed from 'Silt Fence' to Tree Retention and Protection'. The bid quantity was changed from 830 LF to 1 LS. 1004 - 626.00 - Mobilization 1.00 LS $16,668.54 $16,668.54 $16,668.54 $16,668.54 0.00% Man Hours: 144.00 MH/LS 144.00 ) GC-Indirects Local 12.00 WK $1,389.05 $16,668.54 Man Hours: 12.00 MH/WK 144.00 OH-1 Mobilizatiion 2.00 LS $8,334.27 $16,668.54 Man Hours: 72.00 MH/LS 144.00 GC -Mobilization For Agg Base 4.00 EACH $1,041.78 $4,167.14 Man Hours: 9.00 MH/EACH 36.00 qg. GC -Mobilization (4.00 LOAD/DY, 4.00 16.00 LOAD $260.45 $4,167.14 DY) Truck - Low Boy Transport 36.00 HR $80.20 $2,887.20 DR - Lowboy 36.00 HR $35.55 $1,279.94 GC -Mobilization For Concrete Grading 4.00 EACH $1,041.78 $4,167.14 Man Hours: 9.00 MH/EACH 36.00 sk'V GC -Mobilization (4.00 LOAD/DY, 4.00 16.00 LOAD $260.45 $4,167.14 DY) Truck - Low Boy Transport 36.00 HR $80.20 $2,887.20 DR - Lowboy 36.00 HR $35.55 $1,279.94 GC -Mobilization For Earthwork 2.00 EACH $1,302.23 $2,604.46 Man Hours: 11.25 MH/EACH 22.50 ktW GC -Mobilization (4.00 LOAD/DY, 2.50 10.00 LOAD $260.45 $2,604.46 DY) 0 Truck - Low Boy Transport 22.50 HR $80.20 $1,804.50 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 1 PAVEMENT MATERIALS AND CONSTRUCTION Aggregate Base Course (ABC) 1. A Class 5 or 6 Colorado Department of Transportation (CDOT) specified ABC should be used. Reclaimed asphalt pavement (RAP) or reclaimed concrete pavement (RCP) alternative which meets the Class 5 or 6 designation and design R-value/strength coefficient is also acceptable. 2. Bases should have a minimum Hveem stabilometer value of 72, or greater. ABC, RAP, and RCP must be moisture stable. The change in R-value from 300-psi to 100-psi exudation pressure should be 12 points or less. 3. ABC, RAP or RCP bases should be placed in thin lifts not to exceed 6 inches and moisture treated to near optimum moisture content. Bases should be moisture treated to near optimum moisture con- tent, and compacted to at least 95 percent of standard Proctor max- imum dry density (ASTM D 698, AASHTO T 99). 4. Placement and compaction of ABC, RAP, or RCP should be ob- served and tested by a representative of our firm. Placement should not commence until the underlying subgrade is properly prepared and tested. Hot Mix Asphalt (HMA) HMA should be composed of a mixture of aggregate, filler, hydrated lime and asphalt cement. Some mixes may require polymer modi- fied asphalt cement, or make use of up to 20 percent reclaimed as- phalt pavement (RAP). A mob mix design is recommended and pe- riodic checks on the job site should be made to verify compliance with specifications. 2. HMA should be relatively impermeable to moisture and should be designed with crushed aggregates that have a minimum of 80 per- cent of the aggregate retained on the No. 4 sieve with two mechan- ically fractured faces. 3. Gradations that approach the maximum density line (within 5 per- cent between the No. 4 and 50 sieves) should be avoided. A gra- INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS C-1 CTL I T PROJECT NO. FC07102-125 dation with a nominal maximum size of 1 or 2 inches developed on the fine side of the maximum density line should be used. 4. Total void content, voids in the mineral aggregate (VMA) and voids filled should be considered in the selection of the optimum asphalt cement content. The optimum asphalt content should be selected at a total air void content of approximately 4 percent. The mixture should have a minimum VMA of 14 percent and between 65 per- cent and 80 percent of voids filled. 5. Asphalt cement should meet the requirements of the Superpave Performance Graded (PG) Binders. The minimum performing as- phalt cement should conform to the requirements of the governing agency. 6. Hydrated lime should be added at the rate of 1 percent by dry weight of the aggregate and should be included in the amount pass- ing the No. 200 sieve. Hydrated lime for aggregate pretreatment should conform to the requirements of ASTM C 207, Type N. 7. Paving should be performed on properly prepared, unfrozen sur- faces that are free of water, snow and ice. Paving should only be performed when both air and surface temperatures equal, or ex- ceed, the temperatures specified in Table 401-3 of the 2006 Colo- rado Department of Transportation Standard Specifications for Road and Bridge Construction. 8. HMA should not be placed at a temperature lower than 2450F for mixes containing PG 64-22 asphalt, and 290OF for mixes containing polymer -modified asphalt. The breakdown compaction should be completed before the HMA temperature drops 20°F. 9. Wearing surface course shall be Grading S or SX for residential roadway classifications and Grading S for collector, arterial, indus- trial, and commercial roadway classifications. 10. The minimum/maximum lift thicknesses for Grade SX shall be 11/2 inches/21/2 inches. The minimum/maximum lift thicknesses for Grade S shall be 2 inches/31/2 inches. The minimum/maximum lift thicknesses for Grade SG shall be 3 inches/5 inches. 11. Joints should be staggered. No joints should be placed within wheel paths. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS C-2 CTL I T PROJECT NO. FC07102-125 12. HMA should be compacted to between 92 and 96 percent of Maxi- mum Theoretical Density. The surface shall be sealed with a finish roller prior to the mix cooling to 185°F. 13. Placement and compaction of HMA should be observed and tested by a representative of our firm. Placement should not commence until approval of the proof rolling as discussed in the Subgrade Preparation section of this report. Sub base, base course or initial pavement course shall be placed within 48 hours of approval of the proof rolling. If the Contractor fails to place the sub base, base course or initial pavement course within 48 hours or the condition of the subgrade changes due to weather or other conditions, proof roll- ing and correction shall be performed again. Portland Cement Concrete (PCC) Portland cement concrete should consist of Class P of the 2005 CDOT - Standard Specifications for Road and Bridge Construction specifications for normal placement or Class E for fast -track pro- jects. PCC should have a minimum compressive strength of 4,200 psi at 28 days and a minimum modulus of rupture (flexural strength) of 600 psi. Job mix designs are recommended and periodic checks on the job site should be made to verify compliance with specifica- tions. 2. Portland cement concrete should not be placed when the subgrade or air temperature is below 40°F. 3. Concrete should not be placed during warm weather if the mixed concrete has a temperature of 90°F, or higher. 4. Mixed concrete temperature placed during cold weather should have a temperature between 50 IF and 90IF. 5. Free water should not be finished into the concrete surface. Atom- izing nozzle pressure sprayers for applying finishing compounds are recommended whenever the concrete surface becomes difficult to finish. 6. Curing of the portland cement concrete should be accomplished by the use of a curing compound. The curing compound should be applied in accordance with manufacturer recommendations. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS C-3 CTL I T PROJECT NO. FC07102-125 7. Curing procedures should be implemented, as necessary, to pro- tect the pavement against moisture loss, rapid temperature change, freezing, and mechanical injury. 8. Construction joints, including longitudinal joints and transverse joints, should be formed during construction or sawed after the concrete has begun to set, but prior to uncontrolled cracking. 9. All joints should be properly sealed using a rod back-up and ap- proved epoxy sealant. 10. Traffic should not be allowed on the pavement until it has properly cured and achieved at least 80 percent of the design strength, with saw joints already cut. 11. Placement of portland cement concrete should be observed and tested by a representative of our firm. Placement should not com- mence until the subgrade is properly prepared and tested. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS C-4 CTL I T PROJECT NO. FC07102-125 MAINTENANCE PROGRAM MAINTENANCE RECOMMENDATIONS FOR FLEXIBLE PAVEMENTS A primary cause for deterioration of pavements is oxidative aging resulting in brittle pavements. Tire loads from traffic are necessary to "work" or knead the asphalt concrete to keep it flexible and rejuvenated. Preventive maintenance treatments will typically preserve the original or existing pavement by providing a protective seal or rejuvenating the asphalt binder to extend pavement life. Annual Preventive Maintenance a. Visual pavement evaluations should be performed each spring or fall. b. Reports documenting the progress of distress should be kept current to provide information on effective times to apply pre- ventive maintenance treatments. c. Crack sealing should be performed annually as new cracks ap- pear. 2. 3 to 5 Year Preventive Maintenance a. The owner should budget for a preventive treatment at approxi- mate intervals of 3 to 5 years to reduce oxidative embrittlement problems. b. Typical preventive maintenance treatments include chip seals, fog seals, slurry seals and crack sealing. 3. 5 to 10 Year Corrective Maintenance a. Corrective maintenance may be necessary, as dictated by the pavement condition, to correct rutting, cracking and structurally failed areas. b. Corrective maintenance may include full depth patching, milling and overlays. c. In order for the pavement to provide a 20-year service life, at least one major corrective overlay should be expected. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS D-1 CTL I T PROJECT NO. FC07102-125 MAINTENANCE RECOMMENDATIONS FOR RIGID PAVEMENTS High traffic volumes create pavement rutting and smooth, polished surfac- es. Preventive maintenance treatments will typically preserve the original or ex- isting pavement by providing a protective seal and improving skid resistance through a new wearing course. Annual Preventive Maintenance a. Visual pavement evaluations should be performed each spring or fall. b. Reports documenting the progress of distress should be kept current to provide information of effective times to apply preven- tive maintenance. c. Crack sealing should be performed annually as new cracks ap- pear. 2. 4 to 8 Year Preventive Maintenance a. The owner should budget for a preventive treatment at approxi- mate intervals of 4 to 8 years to reduce joint deterioration. b. Typical preventive maintenance for rigid pavements includes patching, crack sealing and joint cleaning and sealing. c. Where joint sealants are missing or distressed, resealing is mandatory. 3. 15 to 20 Year Corrective Maintenance a. Corrective maintenance for rigid pavements includes patching and slab replacement to correct subgrade failures, edge dam- age and material failure. b. Asphalt concrete overlays may be required at 15 to 20 year in- tervals to improve the structural capacity of the pavement. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS D-2 CTL I T PROJECT NO. FC07102-125 • • 106I N C O R O R A T E p GEOTECHNICAL INVESTIGATION PROPOSED LINCOLN AVENUE BRIDGE FORT COLLINS, COLORADO INTERWEST CONSULTING GROUP 1218 West Ash Street Suite C Windsor, Colorado 80550 Attention: Bob Almirall Project No. FC07102-125 R2 November 5, 2015 400 North Link Lane I Fort Collins, Colorado 80524 Telephone:970-206-9455 Fax:970-206-9441 TABLE OF CONTENTS SCOPE 0 SUMMARY OF CONCLUSIONS 0 SITE CONDITIONS AND PROPOSED CONSTRUCTION 1 INVESTIGATION 1 SUBSURFACE CONDITIONS 2 SEISMICITY 3 SITE DEVELOPMENT 3 Fill Placement 3 Excavations 4 FOUNDATIONS 4 Drilled Piers Bottomed in Bedrock 5 Laterally Loaded Piers 6 Closely Spaced Pier Reduction Factors 6 LATERAL EARTH PRESSURES 7 WATER-SOLUBLE SULFATES 8 SURFACE DRAINAGE 9 LIMITATIONS 9 FIGURE 1 — LOCATIONS OF EXPLORATORY BORINGS FIGURE 2 — SUMMARY LOGS OF EXPLORATORY BORINGS FIGURE 3 — RESULTS OF GRADATION TESTING TABLE 1 — SUMMARY OF LABORATORY TESTING APPENDIX A — SAMPLE SITE GRADING SPECIFICATIONS INTERW EST CONSULTING GROUP LINCOLN CORRIDOR BRIDGE CTL IT PROJECT NO. FC07102-125 R2 SCOPE This report presents the results of our Geotechnical Investigation for the proposed Lincoln Avenue bridge replacement in Fort Collins, Colorado. The pur- pose of the investigation was to evaluate the subsurface conditions and provide foundation recommendations and geotechnical design criteria for the project. The scope was described in our Service Agreement (FC-15-0233, dated August 13, 2015). 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 explorato- ry 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, lateral earth loads and drainage are provided. If the proposed construction changes, we should be re- quested to review our recommendations. Our conclusions are summarized in the following paragraphs. SUMMARY OF CONCLUSIONS Subsurface conditions encountered in TH-1 (west side of existing bridge) consisted of approximately 10 feet of clayey sand fill overly- ing interbedded claystone and sandstone bedrock. Subsurface conditions encountered in TH-2 (east side of existing bridge) con- sisted of approximately 8 feet of clayey sand fill over 9 feet of sand and gravel, overlying interbedded claystone and sandstone bed- rock. 2. Groundwater was encountered in TH-2 during drilling at a depth of about 17 feet and was measured several days after drilling in both borings at depths of 311/2 and 151/2 feet. Groundwater will likely be encountered during drilled pier installation. Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1004 - 626.00 - Mobilization continued) DR - Lowboy 22.50 HR $35.55 $799.96 W GC -Mobilization For Paving 4.00 EACH $781.34 $3,125.35 Man Hours: 6.75 MH/EACH 27.00 GC -Mobilization (4.00 LOAD/DY, 3.00 12.00 LOAD $260.45 $3,125.35 DY) Truck - Low Boy Transport 27.00 HR $80.20 $2,165.40 DR - Lowboy 27.00 HR $35.55 $959.95 D} GC -Mobilization For Utilities 2.00 EACH $1,302.23 $2,604.46 Man Hours: 11.25 MH/EACH 22.50 GC -Mobilization (4.00 LOAD/DY, 2.50 10.00 LOAD $260.45 $2,604.46 DY) Truck - Low Boy Transport 22.50 HR $80.20 $1,804.50 y DR - Lowboy 22.50 HR $35.55 $799.96 1006 - 626.01 - Project Manager 1 Day Per 12.00 DY $891.71 $10,700.52 $834.20 $10,010.40 -6.89% Week Man Hours: 12.00 MH/DY 144.00 GC-Indirects Local 12.00 WK $891.71 $10,700.52 Man Hours: 12.00 MH/WK 144.00 OH-2 Salary Supervision 12.00 WK $784.20 $9,410.40 Man Hours: 12.00 MH/WK 144.00 ,: GC -Supervision Project Manager 18.00 DY $522.80 $9,410.40 Man Hours: 8.00 MH/DY 144.00 sk'V GC -Project Manager (1.00 UNIT/DY, 18.00 UNIT $522.80 $9,410.40 18.00 DY) 14 Pickup 144.00 HR $10.00 $1,440.00 PM -Project Manager /Estimator 144.00 HR $55.35 $7,970.40 OH-3 Office Expenses 3.00 MO $430.04 $1,290.12 1008 - 626.02 - Site Manager 12.00 WK $2,481.70 $29,780.40 $2,481.70 $29,780.40 -0.00% Man Hours: 40.00 MH/WK 480.00 B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 32 to 44. GC-Indirects Local 12.00 WK $2,481.70 $29,780.40 Man Hours: 40.00 MH/WK 480.00 OH-2 Salary Supervision 12.00 WK $2,481.70 $29,780.40 Man Hours: 40.00 MH/WK 480.00 GC -Supervision Site Manager 12.00 WK $2,481.70 $29,780.40 Man Hours: 40.00 MH/WK 480.00 k-W GC -Site Manager (1.00 UNIT/DY, 60.00 60.00 UNIT $496.34 $29,780.40 DY) Pickup 480.00 HR $10.00 $4,800.00 PM -Site Manager 480.00 HR $52.04 $24,980.40 Ai 1010 - 626.03 - Management Project 60.00 DY $367.28 $22,036.80 $367.28 $22,036.80 0.00% Engineer Man Hours: 8.00 MH/DY 480.00 GC-Indirects Local 60.00 WK $367.28 $22,036.80 Man Hours: 8.00 MH/WK 480.00 0) OH-2 Salary Supervision 60.00 WK $367.28 $22,036.80 Man Hours: 8.00 MH/WK 480.00 GC -supervision Field Engineer 60.00 WK $367.28 $22,036.80 Man Hours: 8.00 MH/WK 480.00 k� GC -Field Engineer (1.00 DY/DY, 60.00 60.00 DY $367.28 $22,036.80 DY) Pickup 480.00 HR $10.00 $4,800.00 ? PM - Field Engineer 480.00 HR $35.91 $17,236.80 Al 1012 - 626.04 - Office Trailer And Other 12.00 WK $904.17 $10,850.00 $904.17 $10,850.04 0.00% Misc Costs Associated With Mobilization Toilets, Testing For Dewatering, Water Meter �P) GC-Indirects Local 12.00 WK $904.17 $10,850.00 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 2 3. A drilled pier foundation system bottomed into bedrock is appropri- ate for the proposed bridge. Foundation design and construction recommendations are presented in this report. 4. Fill was encountered behind the existing bridge abutments in both of our borings. The existing fill should be considered unsuitable for structural support. It is likely that all or most of the existing fill will be removed during construction of the new bridge abutments. The fill material is suitable for re -use as backfill provided that it is stripped of debris and organics and compacted as described in this report. SITE CONDITIONS AND PROPOSED CONSTRUCTION The existing bridge crosses the Cache la Poudre River east of Willow Street in Fort Collins, Colorado. The roadway slopes gently to the east in the vi- cinity of the bridge. The new bridge project will include reconstruction of the ex- isting bridge, to widen the roadway. INVESTIGATION Subsurface conditions were investigated by drilling two borings to depths of approximately 20 and 35 feet. The approximate locations of the borings are shown on Figure 1. Our field representative observed drilling, logged the soils and bedrock found in the borings and obtained samples. Sampling was per- formed 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 pen- etration test, and is typical for local practice. Groundwater measurements were taken during drilling and several days after drilling. Summary logs of the borings, including results of field penetration 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, particle -size analyses, and water-soluble sulfate tests. Results of laboratory tests are presented on Figure 3 and summa- rized in Table I. SUBSURFACE CONDITIONS Subsurface conditions encountered in TH-1 (west side of existing bridge) consisted of approximately 10 feet of clayey sand fill overlying interbedded clay - stone and sandstone bedrock. Subsurface conditions encountered in TH-2 (east side of existing bridge) consisted of approximately 8 feet of clayey sand fill over 9 feet of sand and gravel, overlying interbedded claystone and sandstone bedrock. The fill soils encountered in both borings classified as medium dense based on field penetration test results. Laboratory testing of the existing fill indi- cated fines contents (percent passing No. 200 sieve) of 17 and 31 percent. The gravelly soil encountered in TH-2 classified as medium dense to very dense. One sample indicated a fines content of 11 percent. The bedrock encountered in our borings consisted of hard to very hard interbedded sandstone and claystone. Some expansive bedrock material may be present at this site. Based on labora- tory testing and visual classification, we judge most of the bedrock material to be non -expansive or low -swelling. Groundwater was encountered in TH-2 during drilling at a depth of about 17 feet, and was measured several days after drilling in both borings at depths of 311/2 and 151/2 feet. Groundwater will likely be encountered during drilled pier in- stallation. Groundwater levels will fluctuate with the water level in the Cache la Poudre River. Fill was encountered behind the existing bridge abutments in both of our borings. The existing fill should be considered unsuitable for structural support. It is likely that all or most of the existing fill will be removed during construction of the new bridge abutments. The fill material is suitable for re -use as backfill pro- vided that it is stripped of debris and organics and compacted as described in this report. Further description of the subsurface conditions is presented on our boring logs (Figure 2) and in our laboratory test results (Appendix A). SEISMICITY This area, like most of central Colorado, is subject to a low degree of seismic risk. As in most areas of recognized low seismicity, the record of the past earthquake activity in Colorado is incomplete. According to the 2012 International Building Code and the subsurface conditions encountered in our borings, this site probably classifies as a Site Class C. Only minor damage to relatively new, properly designed and built build- ings would be expected. Wind loads, not seismic considerations, typically govern dynamic structural design in this area. SITE DEVELOPMENT Fill Placemen The existing onsite soils are suitable for re -use as fill material provided debris 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, AASH- TO T99). Sand soils used as fill should be moistened to within 2 percent of opti- mum moisture content. Clay soils should be moistened between optimum and 3 percent above optimum moisture content. The fill should be moisture - conditioned, placed in thin, loose lifts (8 inches or less) and compacted as de- scribed above. We should observe placement and compaction of fill during con- struction. Fill placement and compaction should not be conducted when the fill material is frozen. Site grading in areas of landscaping where no future improvements are planned can be placed at a dry density of at least 90 percent of standard Proctor maximum dry density (ASTM D 698, AASHTO T 99). Example site grading spec- ifications are presented in Appendix A. 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. FOUNDATIONS Based on the subsurface conditions encountered in our borings, we judge that a drilled pier foundation system bottomed into bedrock is appropriate for the new bridge. Walls integral with the bridge should be founded on the same foun- dation type. Design criteria for a drilled pier foundation developed from analysis of field and laboratory data and our experience are presented below. Drilled Piers Bottomed in Bedrock Piers should be designed for a maximum allowable end pressure of 50,000 psf and an allowable skin friction of 5,000 psf for the portion of pier in bedrock. Skin friction should be neglected for the upper 3 feet of pier. Pier end pressure can be increased 30 percent for short duration live loads such as wind loads. 2. Piers should penetrate at least 5 feet into comparatively fresh bed- rock. 3. Piers smaller than 12 inches in diameter are not recommended. 4. There should be a 4-inch (or thicker) continuous void beneath abutments, between piers, to concentrate the dead load of the structure onto the piers. 5. Abutments should be well reinforced. A qualified structural engi- neer should design the reinforcement. Lateral earth pressures and the effects of large openings within basement walls should be con- sidered. 6. Pier borings should be drilled to a plumb tolerance of 1.5 percent relative to the pier length. 7. Piers should be carefully cleaned prior to placement of concrete. 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 may be necessary for proper cleaning, dewatering, and concrete placement. 8. 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. 9. Formation of "mushrooms" or enlargements at the top of piers should be avoided during pier drilling and subsequent construction operations. 10. 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. �l_1:311�1 SOIL INPUT DATA FOR LPILE or COM624 Backfill Bedrock Soil Type Stiff Clay Stiff Clay Unit Weight (pcf) 105 120 Cohesive Strength, c (psf) 1,500 6,000 Soil Strain, E50- (in/in) 0.007 0.004 p-y Modulus ks (pci) 500 2,000 *The £50 represents the strain corresponding to 50 percent of the maximum prin- ciple stress difference. Closely Spaced Pier Reduction Factors For axial loading, a minimum spacing of three diameters is recommended. At one diameter (piers touching) the skin friction reduction factor for both piers would be 0.5. End bearing values would not be reduced provided the bases of the piers are at similar elevations. Linear interpolation can be used between one and three diameters. Piers in -line with the direction of the lateral load should have a minimum spacing of six diameters (center -to -center) based upon the larger pier. If a closer spacing is required, the modulus of subgrade reaction for initial and trailing piers should be reduced. At a spacing of three diameters, the effective modulus of subgrade reaction of the first pier can be estimated by multiplying the given mod- ulus by 0.6. For trailing piers in a line at three -diameter spacing, the factor is 0.4. Linear interpolation can be used for spacing between three and six diameters. Reductions to the modulus of subgrade reaction can be accomplished in LPILE by inputting the appropriate modification factors for the p-y curves. Re- ducing the modulus of subgrade reaction in trailing piers will result in greater computed deflections on these piers. In practice, the grade beam can force de- flections of piers to be equal. Load -deflection graphs can be generated for each pier in the group using the appropriate p-multiplier values. The sum of the piers' lateral load resistance at selected deflections can be used to develop a total lat- eral load versus deflection relationship for the system of piers. For lateral loads perpendicular to the line of piers a minimum spacing of three diameters can be used with no capacity reduction. At one diameter (piers touching) the piers can be analyzed as a single unit. Linear interpolation can be used for intermediate conditions. LATERAL EARTH PRESSURES Walls should be designed to resist lateral earth pressures wherever back - fill is not present to roughly the same height on both sides. Recommended equivalent fluid density values for calculating lateral earth loads are provided in Table B. Walls that cannot tolerate minor deflections should be designed for the "at -rest" condition. Walls that can tolerate minor deflections (0.5 to 1 percent of the wall height) can be designed with an equivalent fluid density between the "ac- tive" and "at -rest" conditions. Resistance to lateral loads can be provided by fric- tion between concrete and soil and/or "passive" earth pressure. EQUIVALENT FLUID DENSITIES Equivalent Hydro- static Fluid Pressure Passive (pcf) 375 At -Rest (pcf) 55 Active (pcf) 40 Horizontal Friction Coefficient 0.4 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 were measured at 0.03 and 0.07 percent. Sulfate con- centrations 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 Institute (ACI). For this level of sulfate concentration, ACI indicates any type of cement can be used for concrete that comes into contact with the soils and/or bedrock. In our experience, superficial damage may occur to the exposed surfaces of highly permeable concrete, even though sulfate levels are relatively low. To control this risk and to resist freeze -thaw deterioration, the water-to- cementitious material ratio 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 entrained. SURFACE DRAINAGE Performance of foundations, flatwork and pavements are influenced by changes in subgrade moisture conditions. Carefully planned and maintained sur. face grading can reduce the risk of wetting of the foundation soils and pavement subgrade. Positive drainage should be provided away from foundations. Backfill around foundations should be moisture treated and compacted as described in Fill Placement. LIMITATIONS 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 pier hole drilling to confirm adequate penetration into bed- rock. Placement and compaction of fill, backfill, subgrade and other fills should be observed and tested by a representative of our firm during construction. This report was prepared from data developed during our field exploration, laboratory testing, engineering analysis and experience with similar conditions. The recommendations contained in this report were based upon our understand- ing of the planned construction. If plans change or differ from the assumptions presented herein, we should be contacted to review our recommendations. 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. 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: Brendan P. Moran, El Staff Geotechnical Engineer BPM:SAS (2 Copies) Spence Project Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1012 - 626.04 - Office Trailer And Other Misc Costs Associated With Mobilization Toilets, Testing For Dewatering, Water Meter continued) ;p) OH-4 Temp Utilities 3.00 MO $600.00 $1,800.00 D) GC -Temp Utility -Sanitary Facility 3.00 MO $600.00 $1,800.00 *4 Temp Sanitary Facility [3] 3.00 MO $200.00 $1,800.00 C) OH-5 Temp Job Construction 3.00 MO $286.67 $860.00 Water Meter Rental 3.00 MO $286.67 $860.00 Water Meter Rental Fort Collins 3.00 DY $286.67 $860.00 Construction Water Fort Collins Meter 90.00 DY $8.60 $774.00 Rental +,' Construction Water Fort Collins Meter 1.00 EACH $86.00 $86.00 Set & GC-OH-9 Permits 1.00 LS $2,640.00 $2,640.00 Dewatering Sampling And Testing 12.00 WK $220.00 $2,640.00 GC -Office Trailer CRI 3.00 MO $1,850.00 $5,550.00 D) Office Trailer 3.00 MO $650.00 $1,950.00 Office Trailer Setup / Tear Down 1.00 EACH $750.00 $750.00 Trailer -Field Office 12' X 60' OSR 3.00 MO $400.00 $1,200.00 ,P) GC -Temp Utility -Power W/ Power Drop 3.00 MO $1,200.00 $3,600.00 Electrical Hook Up 1.00 EACH $3,000.00 $3,000.00 40 Electrical Service 3.00 MO $200.00 $600.00 5 E 1014 - 630.00 - Construction Surveying 1st 1.00 LS $36,864.00 $36,864.00 $36,864.00 $36,864.00 0.000/0 Street To Bridge Including Bridge (Northern Engineering Services) 1 B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 31 to 43. 1016 - 202 - Clearing and Grubbing 1.00 LS $5,959.62 $5,959.62 $5,959.62 $5,959.62 -0.00% Man Hours: 59.00 MH/LS 59.00 B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 3 to 1. The description was changed from 'Removal of Asphalt Mat' to 'Clearing and Grubbing'. The bid quantity was changed from 520 SY to 1 LS. RMV-Clear And Grub 2.00 ACRE $2,979.81 $5,959.62 Man Hours: 29.50 MH/ACRE 59.00 RMV-Removal Haul -Clearing 10.00 LOAD $300.63 $3,006.28 Man Hours: 2.25 MH/LOAD 22.50 10 Dump Fee - Clearing- LC Landfill 10.00 LOAD $92.48 $924.80 it, RMV-Removal Haul (8.00 LOAD/DY, 1.25 10.00 LOAD $208.15 $2,081.48 DY) Truck - Tractor W/ Trailer [2] 11.25 HR $64.01 $1,440.23 DR - Truck Driver [2] 11.25 HR $28.50 $641.25 Clear And Grub 2.00 ACRE $1,476.67 $2,953.35 Man Hours: 18.25 MH/ACRE 36.50 Skw EX -Clear & Grub - Heavy (2.00 ACRE/DY, 2.00 ACRE $1,476.67 $2,953.35 1.00 DY) Loader GAT 966, 970, 972 9.00 HR $95.25 $857.25 Pickup 9.50 HR $10.00 $95.00 LA - Laborer 9.00 HR $24.30 $218.67 OP - Loader, Large 9.00 HR $38.19 $343.71 Foreman - Grading 9.50 HR $38.66 $367.25 Excavator KOM 200 / 210 / 228 9.00 HR $83.00 $747.00 fj OP - Excavator, Small 9.00 HR $36.05 $324.47 1018 - 202.01 - Removal Of Trees And 8.00 EACH $2,016.85 $16,134.83 $2,016.85 $16,134.80 -0.00% Stumps Man Hours: 11.38 MH/EACH 91.00 B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The description was changed from 'Removal of Concrete Pavement' to 'Removal of Tree'. The bid quantity was changed from 60 SY to 25 EACH. RMV-Remove Tree (Swingle Lawn And Tree 8.00 EACH $975.00 $7,800.00 Care) RMV-Clear And Grub 25.00 EACH $333.39 $8,334.83 Man Hours: 3.64 MH/EACH 91.00 RMV-Removal Haul -Clearing 8.25 LOAD $294.32 $2,428.14 Man Hours: 2.18 MH/LOAD 18.00 10 Dump Fee - Clearing- LC Landfill 8.25 LOAD $92.48 $762.96 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 3 APPROXIMATE SCALE: 1" = 100' 0' 50' 100, LEGEND: TH-1 INDICATES APPROXIMATE LOCATION OF EXPLORATORY BORING BM INDICATES APPROXIMATE LOCATION OF SURVEY BENCHMARK (FC 3-00, ELEV. 4967.33 FT) ■ k �. CHERRYST. Oly?� sr �o SITE LAPORTE AVE. LINCOLN AVE MOUNTAIN AVE. of 9�F VICINITY MAP FORT COLLINS, COLORADO NOT TO SCALE TH lrO Ot$F Y Locations of Exploratory Borings INTERWEST CONSULTING GROUP FIGURE 1 LINCOLN CORRIDOR BRIDGE CTL I T PROJECT NO. FC07102-125 R2 F- w w LL Z O F- w w T El. 494961 E1. I.494955 LEGEND: 4,965 4,965 FILL; SAND, SLIGHTLY CLAYEY TO CLAYEY WITH OCCASIONAL GRAVEL AND COBBLES, MOIST, MEDIUM DENSE, DARK BROWN SAND AND GRAVEL WITH OCCASIONAL COBBLES, -4,960 4,960 a. RELATIVELY CLEAN TO SLIGHTLY CLAYEY, MOIST, VERY DENSE, BROWN (SP, GP, SP SC) WEATHERED CLAYSTONE AND SANDSTONE, MOIST, LIGHT BROWN, GRAY, OLIVE (BEDROCK) 10/12 W C=6.0 DD=99 -4,955 -200=17 4,955 INTERBEDDED CLAYSTONE AND SANDSTONE, MOIST, SS=0.030 HARD TO VERY HARD, LIGHT BROWN, GRAY, OLIVE (BEDROCK) 15/12 10/12 DRIVE SAMPLE. THE SYMBOL 10/12 INDICATES 10 -4,950 4,950 BLOWS OF A 140-POUND HAMMER FALLING 30 INCHES -0031 2=31 00 WERE REQUIRED TO DRIVE A 2.5-INCH O.D. SAMPLER SS=0.065 12 INCHES. -- - - - - 50l7 _ _ _ _ _ _ _ -- _ _ _ _ _ _ _ _ SZ WATER LEVEL MEASURED AT TIME OF DRILLING. - 15/12 4,945 0© 4,945 w 1 WATER LEVEL MEASURED SEVERAL DAYS AFTER DRILLING. RIVER WATER SURFACE ELEVATION Op 0 50/3 -200=37 Q 50/7 > 4,940 1 WC=2.1 4,940 w -4- -200=11 tr" NOTES: 50/5 NE 1. THE BORINGS WERE DRILLED ON SEPTEMBER 18, 950/3 2015, USING 4-INCH DIAMETER CONTINUOUS -FLIGHT 4,935 4,935 AUGERS AND A TRUCK -MOUNTED DRILL RIG. 2. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS, LIMITATIONS AND CONCLUSIONS IN THIS REPORT. 3. WC - INDICATES MOISTURE CONTENT (%). DID - INDICATES DRY DENSITY (PCF). 4,9301 4,930 -200 - INDICATES PASSING NO.200 SIEVE (%). - LL - INDICATES LIQUID LIMIT. PI INDICATES PLASTICITY INDEX. UC - INDICATES UNCONFINED COMPRESSIVE STRENGTH (psf). 50/4 SS - INDICATES SOLUBLE SULFATE CONTENT (%). 4,925 4,925 Summary Logs of 4,920 4,92o Exploratory Borings INTERWEST CONSULTING GROUP FIGURE 2 LINCOLN CORRIDOR BRIDGE CTL I T PROJECT NO. FC07102-125 R2 w Emil CLAY (PLASTIC) TO SILT (NON-PLAST�IC)j Sample of SAND, SLIGHTLY CLAYEY, GRAVELLY (SW -SC) GRAVEL 37 % SAND 52 % From TH - 2 AT 14 FEET SILT & CLAY 11 % LIQUID LIMIT % PLASTICITY INDEX % INTERWEST CONSULTING GROUP LINCOLN CORRIDOR BRIDGE CTL I T PROJECT NO. FC07102-125 R2 Gradation Test Results FIGURE 3 TABLE SUMMARY OF LABORATORY TESTING BORING DEPTH FEET MOISTURE CONTENT (% DRY DENSITY (PCF) PASSING NO.200 SIEVE % WATER - SOLUBLE SULFATES % DESCRIPTION TH-1 4 6.0 99 17 0.03 FILL, SAND, CLAYEY SC TH-1 19 37 SANDSTONE TH-2 4 4.3 31 0.07 FILL, SAND, CLAYEY SC TH-2 14 2.1 11 SAND, SLIGHTLY CLAYEY, GRAVELLY SW -SC INTERWEST CONSULTING GROUP LINCOLN CORRIDOR BRIDGE CTLIT PROJECT NO. FC07102-125 R2 Page 1 of 1 I_1»:11►l010I,1 SAMPLE SITE GRADING SPECIFICATIONS SAMPLE SITE GRADING SPECIFICATIONS DESCRIPTION This item shall consist of the excavation, transportation, placement and compac- tion of materials from locations indicated on the plans, or staked by the Engineer, as necessary to achieve building site elevations. The Geotechnical Engineer shall be the Owner's representative. The Geotech- nical Engineer shall approve fill materials, method of placement, moisture con- tents and percent compaction, and shall give written approval of the completed fill. 3. CLEARING JOB SITE The Contractor shall remove all trees, brush and rubbish before excavation or fill placement is begun. The Contractor shall dispose of the cleared material to pro- vide the Owner with a clean, neat appearing job site. Cleared material shall not be placed in areas to receive fill or where the material will support structures of any kind. 4. SCARIFYING AREA TO BE FILLED All topsoil and vegetable matter shall be removed from the ground surface upon which fill is to be placed. The surface shall then be plowed or scarified to a depth of 8 inches until the surface is free from ruts, hummocks or other uneven fea- tures, which would prevent uniform compaction by the equipment to be used. 5. COMPACTING AREA TO BE FILLED After the foundation for the fill has been cleared and scarified, it shall be disked or bladed until it is free from large clods, brought to the proper moisture content and compacted to not less than 95 percent of maximum dry density as deter- mined in accordance with ASTM D 698 or AASHTO T 99. 6. FILL MATERIALS On -site materials classifying as CL, SC, SM, SW, SP, GP, GC and GM are ac- ceptable. Fill soils shall be free from organic matter, debris, or other deleterious substances, and shall not contain rocks or lumps having a diameter greater than three (3) inches. Fill materials shall be obtained from the existing fill and other approved sources. INTERWEST CONSULTING GROUP A-1 LINCOLN CORRIDOR BRIDGE CTL I T PROJECT NO. FC07102-125 R2 7. MOISTURE CONTENT Fill materials shall be moisture treated. Clay soils placed below the building en- velope should be moisture -treated to between 1 and 4 percent above optimum moisture content as determined from Standard Proctor compaction tests. Clay soil placed exterior to the building should be moisture treated between optimum and 3 percent above optimum moisture content. Sand soils can be moistened to within 2 percent of optimum moisture content. Sufficient laboratory compaction tests shall be performed to determine the optimum moisture content for the vari- ous soils encountered in borrow areas. The Contractor may be required to add moisture to the excavation materials in the borrow area if, in the opinion of the Geotechnical Engineer, it is not possible to obtain uniform moisture content by adding water on the fill surface. The Con- tractor may be required to rake or disk the fill soils to provide uniform moisture content through the soils. The application of water to embankment materials shall be made with any type of watering equipment approved by the Geotechnical Engineer, which will give the desired results. Water jets from the spreader shall not be directed at the em- bankment with such force that fill materials are washed out. Should too much water be added to any part of the fill, such that the material is too wet to permit the desired compaction from being obtained, rolling and all work on that section of the fill shall be delayed until the material has been allowed to dry to the required moisture content. The Contractor will be permitted to rework wet material in an approved manner to hasten its drying. 8. COMPACTION OF FILL AREAS Selected fill material shall be placed and mixed in evenly spread layers. After each fill layer has been placed, it shall be uniformly compacted to not less than the specified percentage of maximum dry density. Fill materials shall be placed such that the thickness of loose material does not exceed 8 inches and the com- pacted lift thickness does not exceed 6 inches. Compaction, as specified above, shall be obtained by the use of sheepsfoot roll- ers, multiple -wheel pneumatic -tired rollers, or other equipment approved by the Engineer. Compaction shall be accomplished while the fill material is at the specified moisture content. Compaction of each layer shall be continuous over the entire area. Compaction equipment shall make sufficient trips to insure that the required dry density is obtained. INTERW EST CONSULTING GROUP A-2 LINCOLN CORRIDOR BRIDGE CTL I T PROJECT NO. FC07102-125 R2 9. COMPACTION OF SLOPES Fill slopes shall be compacted by means of sheepsfoot rollers or other suitable equipment. Compaction operations shall be continued until slopes are stable, but not too dense for planting, and there is no appreciable amount of loose soil on the slopes. Compaction of slopes may be done progressively in increments of three to five feet (3' to 5') in height or after the fill is brought to its total height. Permanent fill slopes shall not exceed 3:1 (horizontal to vertical). 10. DENSITY TESTS Field density tests shall be made by the Geotechnical Engineer at locations and depths of his choosing. Where sheepsfoot rollers are used, the soil may be dis- turbed to a depth of several inches. Density tests shall be taken in compacted material below the disturbed surface. When density tests indicate that the dry density or moisture content of any layer of fill or portion thereof is below that re- quired, the particular layer or portion shall be reworked until the required dry density or moisture content has been achieved. 11. COMPLETED PRELIMINARY GRADES All areas, both cut and fill, shall be finished to a level surface and shall meet the following limits of construction: A. Overlot cut or fill areas shall be within plus or minus 2/10 of one foot. B. Street grading shall be within plus or minus 1/10 of one foot. The civil engineer, or duly authorized representative, shall check all cut and fill areas to observe that the work is in accordance with the above limits. 12. SUPERVISION AND CONSTRUCTION STAKING Observation by the Geotechnical Engineer shall be continuous during the place- ment of fill and compaction operations so that he can declare that the fill was placed in general conformance with specifications. All site visits necessary to test the placement of fill and observe compaction operations will be at the ex- pense of the Owner. All construction staking will be provided by the Civil Engi- neer or his duly authorized representative. Initial and final grading staking shall be at the expense of the owner. The replacement of grade stakes through con- struction shall be at the expense of the contractor. INTERW EST CONSULTING GROUP A-3 LINCOLN CORRIDOR BRIDGE CTL I T PROJECT NO. FC07102-125 R2 13. SEASONAL LIMITS No fill material shall be placed, spread or rolled while it is frozen, thawing, or dur- ing unfavorable weather conditions. When work is interrupted by heavy precipi- tation, fill operations shall not be resumed until the Geotechnical Engineer indi- cates that the moisture content and dry density of previously placed materials are as specified. 14. NOTICE REGARDING START OF GRADING The contractor shall submit notification to the Geotechnical Engineer and Owner advising them of the start of grading operations at least three (3) days in advance of the starting date. Notification shall also be submitted at least 3 days in ad- vance of any resumption dates when grading operations have been stopped for any reason other than adverse weather conditions. 15. REPORTING OF FIELD DENSITY TESTS Density tests performed by the Geotechnical Engineer, as specified under "Den- sity Tests" above, shall be submitted progressively to the Owner. Dry density, moisture content and percent compaction shall be reported for each test taken. 16. DECLARATION REGARDING COMPLETED FILL The Geotechnical Engineer shall provide a written declaration stating that the site was filled with acceptable materials, or was placed in general accordance with the specifications. INTERW EST CONSULTING GROUP A-4 LINCOLN CORRIDOR BRIDGE CTL IT PROJECT NO. FC07102-125 R2 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK SECTION 01 11 00 -SUMMARY OF WORK PART1 GENERAL 1.1 SECTION INCLUDES A. Work covered by contract documents B. Contractor use of site and premises C. Work sequence D. Easements and right-of-way E. Protection of public and private property F. Maintenance of traffic G. Barricades and lights H. Field Engineering I. Lines and grades J. Regulatory requirements K. Coordination 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Furnish all materials, equipment, supplies, and appurtenances; provide all construction equipment and tools; and perform all necessary labor and supervision. B. Coordinate the progress of the Work including coordination between trades, subcontractors, suppliers, public utilities and Owner to ensure the progress of Work. C. It is the intent of this contract that Work proceed in the most expeditious manner possible. D. The Work included in the guaranteed maximum price comprises all work completed by the Contractor to construct the Lincoln Avenue Corridor Improvements Project. The project includes tasks described herein and as outlined on the project plans. 1.3 CONTRACTOR USE OF SITE AND PREMISES A. Contractor to keep a clean and tidy work site at all times. At no point should any construction debris move onto any adjacent neighboring property. Contractor to minimize any dust from construction so as not to create a visual impairment for the adjacent properties. Contractor to comply with the City of Fort Collins Dust Manual - http://www.fcgov.com/purchasing/pdf/dust prevention control manual.pdf. B. Contractor to reference plan documents for limits of adjacent properties, ROW details, and additional restrictions. Issue For Bidding October 28, 2016 01 11 00-1 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1018 - 202.01 - Removal Of Trees And Stumps continued) RMV-Removal Haul (8.25 LOAD/DY, 1.00 8.25 LOAD $201.84 $1,665.18 DY) Truck - Tractor W/ Trailer [2] 9.00 HR $64.01 $1,152.18 d DR - Truck Driver [2] 9.00 HR $28.50 $513.00 Clear And Grub 25.00 EACH $236.27 $5,906.69 Man Hours: 2.92 MH/EACH 73.00 k-', EX -Clear & Grub - Heavy (12.50 EACH/DY, 25.00 EACH $236.27 $5,906.69 2.00 DY) b Loader CAT 966, 970, 972 18.00 HR $95.25 $1,714.50 1 Pickup 19.00 HR $10.00 $190.00 :Z� LA - Laborer 18.00 HR $24.30 $437.33 Q � OP - Loader, Large 18.00 HR $38.19 $687.42 Q, Foreman - Grading 19.00 HR $38.66 $734.49 Excavator KOM 200 / 210 / 228 18.00 HR $83.00 $1,494.00 ` OP - Excavator, Small 18.00 HR $36.05 $648.95 -D(0- 202.03 -Remve Pipe 500.00 L -0.01% Man Hours: 4.40 LF/MH 22.75 Q) Remove Pipe 100.00 LF $13.50 $1,350.45 Man Hours: 5.48 LF/MH 18.25 Qk-gr RMV-Removal Crew (200.00 LF/DY, 0.50 DY) 100.00 LF $13.50 $1,350.45 Loader CAT 938 4.50 HR $75.75 $340.88 Pickup 4.75 HR $10.00 $47.50 LA - Laborer 4.50 HR $24.30 $109.33 i OP - Loader, Small 4.50 HR $29.64 $133.38 Foreman - Grading 4.75 HR $38.66 $183.62 Excavator KOM 200 / 210 / 228 4.50 HR $83.00 $373.50 OP Excavator, Small 4.50 HR $36.05 $162.24 RMV-Removal Haul 1.00 LOAD $508.78 $508.78 Man Hours: 4.50 MH/LOAD 4.50 Dump Fee - Landfill 1.00 LOAD $92.48 $92.48 skti► RMV-Removal Haul (4.00 LOAD/DY, 0.25 DY) 1.00 LOAD $416.30 $416.30 Truck - Tractor W/ Trailer [2] 2.25 HR $64.01 $288.05 DR - Truck Driver [2] 2.25 HR $28.50 $128.25 D-i 1022 - 202.04 - Removal of Concrete 500.00 SY $14.69 $7,344.17 $14.69 $7,345.00 0.01% Sidewalk Man Hours: 5.49 SY/MH 91.00 RMV-Remove Concrete Flatwork (6" Thick) 4,500.00 SF $1.63 $7,344.17 Man Hours: 49.45 SF/MH 91.00 RMV Concrete Flatwork 6 4,500.00 SF $1.20 $5,401.79 Man Hours: 61.64 SF/MH 73.00 kw RMV-Removal Crew (2,250.00 SF/DY, 2.00 4,500.00 SF $1.20 $5,401.79 DY) Loader CAT 938 18.00 HR $75.75 $1,363.50 Pickup 19.00 HR $10.00 $190.00 LA - Laborer 18.00 HR $24.30 $437.33 f,p OP - Loader, Small 18.00 HR $29.64 $533.52 r Foreman - Grading 19.00 HR $38.66 $734.49 Excavator KOM 200 / 210 / 228 18.00 HR $83.00 $1,494.00 OP - Excavator, Small 18.00 HR $36.05 $648.95 RMV-Removal Haul - Concrete 6.93 LOAD $280.29 $1,942.38 Man Hours: 2.60 MH/LOAD 18.00 ky RMV-Removal Haul (6.93 LOAD/DY, 1.00 6.93 LOAD $240.29 $1,665.18 DY) Truck - Tractor W/ Trailer [2] 9.00 HR $64.01 $1,152.18 DR - Truck Driver [2] 9.00 HR $28.50 $513.00 Dump Fee - Concrete Non Reinforced - 6.93 LOAD $40.00 $277.20 TConnell Pit 1024 - 202.05 - Removal of Curb and Gutter 800.00 LF $5.83 $4,662.40 $5.83 $4,664.00 0.03% Man Hours: 14.68 LF/MH 54.50 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 4 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK C. Contractor shall determine staging locations as available on site. Easements shall be maintained to allow access to utilities, as needed. D. Coordinate use of premises under direction of Engineer and Project Manager. E. Assume full responsibility for the protection and safekeeping of products stored on site under this Contract. F. Obtain and pay for the use of additional storage or work areas needed for operations. G. Contractor may use those areas indicated on the drawings for staging and storage and such additional areas as Engineer or Project Manager may designate. 1.4 WORK SEQUENCE A. Construction sequencing shall be by the Contractor. Contractor to coordinate Work sequence to complete all facilities, site work, and off -site improvements in the Contract Time. Coordinate construction schedule and operations with the Engineer. Engineer will assist Contractor in coordinating with utility entities. The contractor shall minimize all outages to occupied spaces and shall coordinate the outages and duration with the Owner a minimum of 7 days prior to commencing work. B. All work sequences shall afford continuity of service which includes water, pedestrian, bicycle and vehicular access. If sidewalks, bikeways or vehicular lanes are to be closed for construction purposes, the Contractor shall provide an alternate route, all weather surface, as a temporary detour until the work area can be permanently restored. The temporary detours shall be provided as part of the Contractor's separate Work Plan submittals to the Engineer. Detour elements can also be shown in the Contractor's Method of Handling Traffic (MHT) or Traffic Control Plan (TCP). C. Construction services performed in accordance with the Agreement and specifications include the following: Sequences other than those specified will be considered by Engineer, provided they afford equivalent continuity of operations and service. 2. Work shall include all items incidental to completion of the project whether or not specifically called for including, but not limited to project coordination, traffic control, existing utility protection, potholing, landscape & irrigation restoration, site repair, asphalt patching, curb, gutter and sidewalk replacement, cleaning and service connections. Alternates: Additive or Deductive Alternates shall be defined as narrative specifications and/or supporting drawings. Any additive or deductive alternate shall include all pricing from contractor. Pricing shall include all overhead and profit. Complete in place construction shall include all labor, materials, equipment, taxes, and fees, and any other incidental expenses not specifically listed. Any such additive or deductive alternate changes will be formally documented through Change Order and Work Change Directive, as necessary. Changes will be processed per EJCDC Article 11. 4. This work will commence immediately upon issuance of Notice to Proceed. Funds for this project have been appropriated. 5. Work shall include all items incidental to completion of the project whether or not specifically called for including, but not limited to traffic control, landscape & tree Issue For Bidding October 28, 2016 01 11 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK protection, restoration, site repair, asphalt patching, curb, gutter and sidewalk replacement, yard piping replacement, valve vault replacement, generator building demolition and replacement, electrical and mechanical upgrades, and site cleanup. D. Contract times and completion dates shall be per the Construction Agreement included in the Project Manual. E. Working Hours Contractor shall limit work to the hours as listed in the table below: Day of Week Working Hours Monday — Friday 7:OOAM — 6:OOPM Saturday — Sunday No Work Unless Authorized 2. Contractor may request additional working time by submitting a written request a minimum of 48 hours, prior to commencement of work, to the Owner's Representative. 1.5 EASEMENTS AND RIGHT-OF-WAY A. In general, Owner will provide full use of premises for construction of improvements. Exceptions shall be identified within the contract documents. Owner reserves the right to limit site access as required for changes in operations. B. Confine construction operations to the immediate vicinity of the location indicated on drawings and use due care in placing construction tools, equipment, excavated materials, and pipeline materials and supplies, so as to cause the least possible damage to property and interference with traffic. Excavated soil materials will be required to be hauled off site to an area designated by the Contractor. 1.6 PROTECTION OF PUBLIC AND PRIVATE PROPERTY A. Protect, shore, brace, support, and maintain underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by construction operations. B. Restore to their original condition, pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences sod and other surface structures affected by construction operations. C. Use new materials for replacement. D. Contractor shall be responsible for all damage to streets, roads, shoulders, ditches, embankments, culverts, location or character, which may be caused by transporting equipment, materials, or personnel to or from the Work or any or site thereof, whether by him or his subcontractors. E. Make satisfactory and acceptable arrangements with the Owner of, or the agency or authority having jurisdiction over, any damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. F. Keep fire hydrants and water control valves free from obstruction and available for use at all times. G. The Contractor is responsible for protecting adjacent properties from damage. Any damage caused by the Contractor's operations, whether by him or his subcontractors, is the Contractor's Issue For Bidding October 28, 2016 01 11 00-3 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR responsibility. Contractor shall take special care not to allow any construction debris to blow onto adjacent property, maintain a clean and clear work site. Contractor shall minimize dust debris throughout the site. 1.7 MAINTENANCE OF TRAFFIC A. Conduct Work to interfere as little as possible with public and school travel, whether vehicular or pedestrian. Prepare detailed traffic control plans for each part of the project as required in Section 01 32 16 — Construction Project Schedules. Traffic control plans shall be prepared by a Certified Traffic Control Supervisor and submitted to the Owner for approval. Whenever it is necessary to cross, close, or obstruct roads, driveways and walks, provide and maintain suitable and safe bridges, detours, or other temporary devices for accommodation of private travel. a. Provide Engineer and Owner a minimum of 48 working hours' notice b. Owner is not responsible for Contractors downtime associated with failure to identify closures and compliance with these requirements. B. Detour Provide, as required, bridges across trenches, barricades, guardrail approaches, lights, signals, signs, and other devices necessary for protection of the Work and public safety. 1.8 BARRICADES AND LIGHTS A. Protect streets, sidewalks, and other public thoroughfares, which are closed to traffic by effective barricades, with acceptable warning signs B. Locate barricades at the street intersecting public thoroughfare on each side of the blocked section. C. Provide suitable barriers, signs, and lights to the extent required to adequately protect the public. D. Provide similar warning signs and lights at obstructions such as material piles and equipment. E. Illuminate barricades and obstructions with warning lights from sunset to sunrise. F. Store materials and conduct work in designated areas only in order to cause the minimum obstruction to the adjacent property owners. G. Install and maintain barricades, signs, lights, and other protective devices in conformity with applicable statutory requirements and, as required by the City of Fort Collins 1.9 FIELD ENGINEERING A. Employ a Land Surveyor registered in the State of Colorado and acceptable to the Engineer and Owner. B. Contractor to locate and protect survey control and reference points. C. Control datum for survey is that shown on Drawings. Issue For Bidding October 28, 2016 01 11 00-4 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR D. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.10 LINES AND GRADES A. Construct all Work to the lines, grades, and elevations indicated on the drawings. 1. Remove and reconstruct improperly located Work. B. Provide all additional survey, layout, and measurement work required. 1. Work performed by a qualified professional engineer or registered land surveyor acceptable to Engineer and Owner. 2. Locate and protect control points prior to starting site work, and preserve all permanent reference points during construction. a. Make no changes or relocations without prior written notice to Engineer. b. Report to Engineer when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations. C. Require surveyor to replace Project control points which may be lost or destroyed. 1) Establish replacements based on original survey control. 3. Establish lines and levels, locate and lay out, by instrumentation and similar appropriate means. a. Site improvements 1) Stakes for grading, fill and topsoil placement 2) Utility slopes and invert elevations 4. From time to time, verify layouts by the same methods. 5. Maintain a complete, accurate log of all control and survey work as it progresses. 6. On request of Engineer, submit documentation to verify accuracy or field engineering work. 1.11 REGULATORY REQUIREMENTS A. Comply with all federal, state, and local laws, regulations, codes, and ordinances applicable to the Work. B. Other standards and codes which apply to the Work are designated in the specifications. C. Comply with the following permits: 1. Nationwide Permit dated August 30, 2016 — NW)-2016-00782-DEN, Lincoln Bridge Rebuild Project. 2. Floodplain Use Permit dated August 12, 2016 3. Conditional Letter of Map Revision (CLOMR) for the Lincoln Avenue Bridge Project dated August 19, 2016 COORDINATION D. Coordinate scheduling, submissions, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements. E. Coordinate completion and clean-up of Work of separate Sections. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) Issue For Bidding October 28, 2016 01 11 00-5 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK END OF SECTION Issue For Bidding October 28, 2016 01 11 00-6 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 13 00 ENVIRONMENTAL CONDITIONS SECTION 01 13 00 — ENVIRONMENTAL CONDITIONS PART GENERAL 1.1 SECTION INCLUDES A. Site conditions 1.2 SITE CONDITIONS A. CLIMATE Weather conditions are typically as follows: Fort Collins, Colorado, gets 15 inches of rain per year. The US average is 37. Snowfall is 47 inches. The average US city gets 25 inches of snow per year. The number of days with any measurable precipitation is 81.On average, there are 237 sunny days per year in Fort Collins, Colorado. Description Range of Conditions Location Fort Collins, Colorado Elevation, feet above mean sea level 5,000 Weather Winter Cold, mostly sunny, windy Summer Warm, mostly sunny, windy Average annual rainfall, inches/year 15.1 Average annual snowfall, inches/year 47.2 Air temperature, degrees F Outdoors -20 to 100 Indoors 40 to 90 Prevailing winds Easterly PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END SECTION Issue For Bidding October 28, 2016 01 13 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIODR DIVISION 01 — GENERAL REQUIREMENTS 01 14 00 SITE ACCESS AND USE OF PREMISES SECTION 01 14 00 — SITE ACCESS AND USE OF PREMISES PART GENERAL 1.1 SECTION INCLUDES A. Access to site of work B. Easements and rights -of -way C. Temporary facilities and storage of materials D. Ownership of material E. Use of roads and traffic control F. Protection of property G. Site Maintenance 1.2 ACCESS TO SITE OF WORK Construction access to site of the Work shall be along Lincoln Avenue via Lemay Road, Fort Collins, CO 80524. The Contractor shall not enter private property for any purpose without permission. 1.3 EASEMENTS AND RIGHTS -OF -WAY Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. In the event easements or rights -of -way are not acquired prior to the beginning of construction, the Contractor shall begin Work on such easements and rights -of -way that have been acquired. Owner shall proceed as expeditiously as possible to acquire easements or rights -of -way. Delay in the acquisition of rights -of -way may be cause for unavoidable delay and an extension of Contract Time. 1.4 TEMPORARY FACILITIES AND STORAGE OF MATERIALS Contractor shall provide all temporary staging locations for Contractor's temporary construction facilities and storage of materials and equipment. Confine construction equipment, storage of materials and equipment, and operations of workmen to areas shown on the Contract Documents. If additional area is required for Contractor's temporary construction facilities or storage, Contractor shall provide for all additional lands and access that may be required. 1.5 OWNERSHIP OF MATERIALS All structures or obstructions shown on the Contract Drawings that are not designated to remain in place or are not to be used in the new construction shall be removed to the satisfaction of the Engineer. All material found on the site or removed there from shall remain the property of the Owner unless otherwise indicated. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION Issue For Bidding October 28, 2016 01 14 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIODR DIVISION 01 — GENERAL REQUIREMENTS 01 14 00 SITE ACCESS AND USE OF PREMISES 3.1 USE OF ROADS AND TRAFFIC CONTROL Conduct the Work in such manner as will incur the least practical interference with traffic and existing utility systems. No section of any road shall be closed to the public, nor any utility system put out of service unless authorized by the Engineer and Owner or affected utility. Do not close any road to the public except by express permission of the appropriate authority. When roads are under construction, maintain the subgrade and surface in such condition that the road may be traveled over safely. Cooperate with appropriate officials in the regulation of traffic. 3.2 PROTECTION OF PROPERTY Do not permit any part of the Work, adjacent property, or structure to be subjected to structural loads, stresses, or pressures that may endanger the Work, adjacent property, or structure. 3.3 SITE MAINTENANCE Keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. Periodically sweep existing paved streets to remove dirt from construction. Maintain drainage courses free of obstructions and trash. Protect existing landscaping. END SECTION Issue For Bidding October 28, 2016 01 14 00-2 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 25 00 MEASUREMENT AND PAYMENT CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 0125 00 — MEASUREMENT AND PAYMENT PART1 GENERAL 1.1 SECTION INCLUDES A. Format and Data Required B. Preparation of Application for each Progress Payment C. Substantiating Data for Progress Payments D. Preparation of Application for Final Payment E. Submittal Procedure F. Basis of Payment 1.2 FORMAT AND DATA REQUIRED A. Submit applications typed on Application for Payment and Certificate for Payment using form provided by Engineer, with itemized data typed on 8 1/2" by 11" white paper continuation sheets. B. Utilize Engineer or Owner provided cover sheet. C. Provide Itemized Data on Continuation Sheet: 1. Format, schedules, line items and values: The schedule of values established as part of the Agreement. 1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Submit Applications for Payment to Engineer in accordance with the schedule of values established by Conditions of the Contract and Agreement between Owner and Contractor. B. Application Form: 1. Fill in required information, including that for Change Orders executed prior to the date of submittal application. 2. Fill in summary of dollar values to agree with the respective totals indicated on the continuation sheets. 3. Execute certification with the signature of authorized officer of the Contractor's firm. 4. Notarize signature where required on Certificate for Payment. C. Continuation Sheets: 1. Fill in total list of all scheduled component items of Work, with time number and the scheduled dollar value for each item. 2. Fill in the dollar value in each column for each scheduled line item when work has been performed or products stored. Issue For Bidding October 28, 2016 01 25 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0125 00 MEASUREMENT AND PAYMENT 3. List each Change Order executed prior to the date of submission at the end of the continuation sheets: a. List by Change Order number, dollar amount and description as for an original component item of work. 4. Use data from approved Schedule of Values: Provide dollar value in each column for each line item for portion of work performed and for stored products. 1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When Owner or Engineer requires substantiating data, Contractor shall submit suitable information, with a cover letter identifying: 1. Project 2. Application number and date 3. Detailed list of enclosures 4. For stored products/materials: a. Item number and identification as shown on application b. Description of specific material C. Vendor or supplier invoices substantiating stored costs as required by Owner. B. Submit one copy of data and cover letter for each copy of application C. Submit an updated construction schedule with each application for payment D. Submit evidence of payment and release of liens within 60 days of payment to Contractor for Work performed by subcontractors or for equipment and materials delivered to the site during construction. 1.5 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments B. Use continuation sheets for presenting the final statement of accounting as specified in Section 01 77 00 - Close Out Procedures. 1.6 SUBMITTAL PROCEDURE A. Submit Applications for Payment to Engineer at the times stipulated in the Agreement and according to the General Conditions of the Construction Contract. B. All Pay Applications shall be submitted to Engineer electronically. C. When Engineer finds the Application properly completed and correct, he will transmit Certificates for Payment to Owner, with a copy to Contractor. Upon approval by Owner, Owner will transmit payment to Contractor with one copy of Certificate attached. 1.7 BASIS OF PAYMENT Issue For Bidding October 28, 2016 01 25 00-2 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1024 - 202.05 - Remova/ of Curb and Gutter continued) ,g} RMV-Remove Concrete Curb & Gutter 800.00 LF $5.83 $4,662.40 Man Hours: 14.68 LF/MH 54.50 0} Remove Concrete Curb And Gutter 800.00 LF $3.38 $2,700.90 Man Hours: 21.92 LF/MH 36.50 kk W RMV-Removal Crew (800.00 LF/DY, 1.00 800.00 LF $3.38 $2,700.90 DY) Loader CAT 938 9.00 HR $75.75 $681.75 Pickup 9.50 HR $10.00 $95.00 i LA - Laborer 9.00 HR $24.30 $218.67 ( OP - Loader, Small 9.00 HR $29.64 $266.76 Foreman - Grading 9.50 HR $38.66 $367.25 Excavator KOM 200 / 210 / 228 9.00 HR $83.00 $747.00 OP Excavator, Small 9.00 HR $36.05 $324.47 C,} RMV-Removal Haul -Concrete 7.41 LOAD $264.78 $1,961.50 Man Hours: 2.43 MH/LOAD 18.00 ktW RMV-Removal Haul (7.41 LOAD/DY, 1.00 7.41 LOAD $224.78 $1,665.18 DY) Truck - Tractor W/ Trailer [2] 9.00 HR $64.01 $1,152.18 DR - Truck Driver [2] 9.00 HR $28.50 $513.00 Dump Fee - Concrete Non Reinforced - 7.41 LOAD $40.00 $296.32 TConnell Pit 1026 - 202.06 - Removal of Fire Hydrant 1.00 EACH $1,425.60 $1,425.60 $1,425.60 $1,425.60 -0.00% Man Hours: 18.81 MH/EACH 18.81 B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 1 to 3. The description was changed from 'Removal of Geotextile' to 'Removal of Fire Hydrant'. The bid quantity was changed from 50 SY to 1 EACH. tDY RMV-Remove Minor Structure (MH, Inlet, HW) 1.00 EACH $1,425.60 $1,425.60 Man Hours: 18.81 MH/EACH 18.81 Remove Minor Structure 1.00 EACH $1,350.45 $1,350.45 Man Hours: 18.25 MH/EACH 18.25 skW RMV-Removal Crew (2.00 EACH/DY, 0.50 1.00 EACH $1,350.45 $1,350.45 DY) Loader CAT 938 4.50 HR $75.75 $340.88 Pickup 4.75 HR $10.00 $47.50 t� LA - Laborer 4.50 HR $24.30 $109,33 *.,)� OP - Loader, Small 4.50 HR $29.64 $133.38 Q� Foreman - Grading 4.75 HR $38.66 $183.62 Excavator KOM 200 / 210 / 228 4.50 HR $83.00 $373.50 OP - Excavator, Small 4.50 HR $36.05 $162.24 RMV-Removal Haul 0.25 LOAD $300.63 $75.16 Man Hours: 2.25 MH/LOAD 0.56 Dump Fee - Landfill 0.25 LOAD $92.48 $23.12 k'! RMV-Removal Haul (8.00 LOAD/DY, 0.03 0.25 LOAD $208.15 $52.04 DY) 14 Truck - Tractor W/ Trailer [2] 0.28 HR $64.01 $36.01 c� DR - Truck Driver (2] 0.28 HR $28.50 $16.03 1028 - 202.07 - Removal Of Asphalt Mat 3,000.00 SY $7.58 $22,734.39 $7.58 $22,740.00 0.02% Man Hours: 15.08 SY/MH 199.00 RMV-Milling Asphalt 5" To 7" 3,000.00 SY $7.58 $22,734.39 Man Hours: 15.08 SY/MH 199.00 ) RMV-Removal Haul Millings 1,197.00 TON $9.74 $11,656.26 Man Hours: 9.50 TON/MH 126.00 k°-� RMV-Removal Haul (598.50 TON/DY, 2.00 1,197.00 TON $9.74 $11,656.26 DY) Truck - Tractor W/ Trailer [7] 18.00 HR $64.01 $8,065.26 r;� DR - Truck Driver [7] 18.00 HR $28.50 $3,591.00 GC -Construction Water 9.42 MGAL $5.02 $47.29 , Construction Water Fort Collins 9.42 MGAL $5.02 $47.29 Remove Asphalt By Milling 3,000.00 SY $3.68 $11,030.85 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 5 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0125 00 MEASUREMENT AND PAYMENT A. No quantity measurement for payment will be made unless agreed upon by Contractor and Owner. This guaranteed maximum price contract is based upon cost of work plus fee markup according to the conditions outlined in the master service agreement. B. Payment will be made based on costs incurred for each work item plus overhead and profit within the schedule of values for each phase of work. The schedule of values shall be correlated to line items in the Contractor's schedule and other required administrative schedules and forms including: 1. Contractors Construction Schedule 2. Application for Payment Form 3. List of subcontractors 4. Schedule of allowances 5. Schedule of alternates 6. List of products 7. List of principal suppliers and fabricators 8. Schedule of submittals C. Submit the Schedule of Values to the Engineer and Owner at the earliest feasible date, but in no case later than 7 days before the date scheduled for submittal of the initial Application for Payment. D. The Contract sum prices shall include all costs whatsoever required to accomplish the work as designated in these contract documents and as shown on the plans. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Bidding October 28, 2016 01 25 00-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 29 00 SCHEDULE OF VALUES SECTION 01 29 00 - SCHEDULE OF VALUES PART1 GENERAL 1.1 SECTION INCLUDES A. Requirements B. Form and content C. Sub -schedule of unit material values. 1.2 REQUIREMENTS A. Submit to Engineer schedule of values allocated to various portions of Work, within 10 days after Notice of Award. B. Upon request of Engineer, support values with data which substantiate their correctness C. Schedule of values, unless objected to by Engineer, shall be used only as basis for Contractor's Applications for Payment. D. Submit initial schedule of values per section 01 33 00 — Submittal Procedures. After review by Engineer, revise and resubmit as required. Submit schedule of Values with each Application for Payment, reflecting any changes. E. Submit typed schedule on form provided by Engineer; 8-12" x11". F. Format: 1. As formatted on form provided by Engineer. 2. Include in each line item the actual cost of work or subcontracted cost. Contractor's fee shall be included separately according to the master services agreement. 1.3 FORM AND CONTENT A. Type schedule on 8-112"x11 white paper; Contractor's standard forms and automated printout will be considered for approval by Engineer upon Contractor's request. Identify schedule with: 1. Title of project and location. 2. Project number. 3. Name and Address of Contractor. 4. Agreement designation. 5. Date of submission. B. Schedule shall list installed value of component parts of Work in sufficient detail to serve as basis for computing values for progress payments during construction. C. Follow table of contents of this Construction Project Manual as format for listing component items. Identify each line item with number and title of respective major section of Specifications. D. For each major line item list sub -values of major products or operations under item. E. For various portions of Work: Issue For Bidding October 28, 2016 01 29 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0129 00 SCHEDULE OF VALUES 1. Each item shall include the direct cost of work. 2. For items on which progress payment will be requested for stored materials, break down value into: a. Cost of materials, delivered and unloaded at site, with taxes paid. b. Total installed value. F. Sum of all values listed in schedule shall equal total Contract Price. 1.4 SUBSCHEDULE OF UNIT MATERIAL VALUES A. Form of submittal shall parallel that of schedule of values, with each item identified same as line item in schedule of values. B. Unit quantity for bulk materials shall include allowance for normal waste. C. Unit values for materials shall be broken down into: 1. Cost of materials delivered and unloaded at Site, with taxes paid. 2. Installation costs. D. Installed unit value multiplied by quantity listed shall equal cost of that item in schedule of values. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Bidding October 28, 2016 01 29 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0131 00 PROJECT COORDINATION SECTION 0131 00 — PROJECT COORDINATION PART1 GENERAL 1.1 SECTION INCLUDES A. Coordination requirements B. Coordination of schedules C. Coordination meetings D. Coordination of contract close-out E. Utility locates F. Utility outages 1.2 COORDINATION REQUIREMENTS A. Conform to reference standard by date of issue current on date of Contract Documents B. Obtain copies of standards when required by Contract Documents C. Where specified reference standards conflict with Contract Documents, request clarification from Engineer before proceeding D. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. E. Coordinate with USGS and City of Fort Collins on the protection and relocation of river gauges and monitoring equipment. F. Coordinate with City of Fort Collins Parks on all trail closures and detours. 1.3 COORDINATION OF SCHEDULES A. Submit under provisions of Section 01 33 00. B. Coordinate schedule of construction activities with Engineer and Owner. C. Coordinate schedule of construction activities with subcontractors or other contractors to facilitate efficient completion of the work. 1.4 COORDINATION MEETINGS A. Conduct and manage coordination meetings outside of weekly job meetings to facilitate work amongst subcontractors or other agencies utilizing the site. 1.5 COORDINATION OF CONTRACT CLOSE-OUT A. Coordinate site cleanup and demobilization activities as provided within separate Sections of this specification. Issue For Bidding October 28, 2016 01 31 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 31 00 PROJECT COORDINATION B. Assemble and coordinate close out submittals as provided for in Section 01 77 00 and Section 01 7800. C. Allow access to site for occupancy and correction work. Minimize disruption to the adjacent uses and allow continued access to easements, as needed. 1.6 UTILITY LOCATES A. Utility locations can be requested using One Call by dialing 811. The Contractor shall also contact Utility Notification Center of Colorado (UNCC) at (800) 922-1987 or 811. B. Maintaining utility locate markings is the responsibility of the Contractor. C. Regulations regarding the accuracy of utility location marks are the applicable current laws of the State of Colorado 1.7 UTILITY OUTAGES A. Coordinate all utility outages with the Owner and affected property owners. B. Provide a minimum of 48 hours' notice for any outage. Provide a minimum of 1 week notice for any major outage that is expected to last more than 2 hours. C. Notice shall be provided in writing to Owner and adjacent property owners. Coordinate all outages with approval public relations plan for project. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Bidding October 28, 2016 01 31 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0131 19 PROJECT MEETINGS SECTION 01 31 19 — PROJECT MEETINGS PART1 GENERAL 1.1 SECTION INCLUDES A. General requirements B. Preconstruction conference C. Progress Meetings D. Schedule Punch List Walk through 1.2 GENERAL REQUIREMENTS A. Engineer will schedule and administer pre -construction meeting, schedule punchlist walk through, regularly scheduled progress meetings, and specially called meetings throughout the progress of the Work. 1. Prepare agenda for meetings including items requested by Owner and Contractor. 2. Distribute written notice of each meeting to Owner and Contractor 4 days in advance of regularly scheduled meeting dates. 3. Contractor shall be required to attend specially called meetings as work progresses based on field observations, obtaining additional video footage or for other currently unidentified conditions/concerns of Engineer or Owner. 4. Preside at meetings. 5. Record the minutes; include all significant proceedings and decisions. 6. Reproduce and distribute copies of minutes within 3 days after each meeting. a. To all participants in the meetings b. To Owner C. Furnish copies of minutes to Contractor B. Owner may attend meetings. C. Representatives of contractors, subcontractors, and suppliers attending the meetings shall be qualified and authorized to act on behalf of the entity each represents. 1.3 PRECONSTRUCTION CONFERENCE A. Engineer will schedule a conference within 10 days after Effective Date of Agreement. B. Location: To be determined. C. Attendance Issue For Bidding October 28, 2016 01 31 19-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 31 19 PROJECT MEETINGS 1. Owner's Representative 2. Engineer and his professional consultants 3. Resident Project Representative 4. Contractor's Superintendent 5. Major Subcontractors 6. Major Suppliers 7. Others as appropriate D. Agenda: 1. Execution of Owner - Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of subcontractors and suppliers, list of products, and progress schedule. 5. Designation of personnel representing the parties in Contract and the Engineer. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, cost proposal requests, Change Orders and Contract closeout procedures. 7. Construction scheduling and updates. 8. Scheduling activities of other consultants. 9. Critical work sequencing. 10. Major material deliveries and priorities. 11. Procedures for maintaining Record Documents. 12. Use of premises a. Work and storage areas b. Owner's requirements 13. Construction facilities, controls and construction aids. 14. Temporary utilities. 15. All safety and first -aid procedures are responsibility of the Contractor. 16. Security and housekeeping procedures as required by the Owner. 17. Procedures for testing. Issue For Bidding October 28, 2016 01 31 19-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 31 19 PROJECT MEETINGS 1.4 PROGRESS MEETINGS A. Engineer will schedule and administer meetings throughout progress of the Work at weekly intervals or other agreed upon timeframes. B. Location of the Meetings: On site job trailer C. Engineer will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within three days to Contractor, Owner, participants, and those affected by decisions made. D. Attendance 1. Owner's Representative 2. Engineer, and his professional consultants as needed 3. Resident Project Representative 4. Contractor's Superintendent 5. Subcontractors as appropriate to the agenda 6. Suppliers as appropriate to the agenda 7. Others, as appropriate E. Agenda: 1. Review minutes of previous meetings 2. Review unresolved issues from last meeting 3. Review of Work progress; three week look -ahead schedule prepared by contractor 4. Field observations, problems, conflicts and decisions 5. Identification of problems which impede planned progress 6. Review of submittals schedule and status of submittals 7. Review of off -site fabrication and delivery schedules 8. Maintenance of progress schedule 9. Corrective measures to regain projected schedules 10. Planned progress during succeeding work period 11. Coordination of projected progress 12. Maintenance of quality and work standards 13. Effect of proposed changes on progress schedule and coordination Issue For Bidding October 28, 2016 01 31 19-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 31 19 PROJECT MEETINGS 14. Other business relating to Work 1.5 SCHEDULE PUNCH LIST WALK THROUGH A. Engineer will schedule at least 10 days before submission of the last Application for Payment B. Location: Field C. Attendance 1. Owner's representative 2. Engineer 3. Contractor 4. Others, as appropriate D. Suggested Agenda 1. Review of items remaining to be repaired or replaced prior to final acceptance and payment. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Bidding October 28, 2016 01 31 19-4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0132 16 CONSTRUCTION PROJECT SCHEDULES SECTION 01 32 16 — CONSTRUCTION PROJECT SCHEDULES PART GENERAL 1.1 SECTION INCLUDES A. Requirements B. Format C. Content D. Progress Revisions E. Submittals F. Distribution 1.2 RELATED SECTION A. Section 01 10 00—Summary of Work B. Section 01 25 00—Measurement and Payment C. Section 01 31 19—Project Meetings D. Section 01 33 00—Submittal Procedures E. Section 01 77 00—Close Out Procedures 1.3 REQUIREMENTS A. Within 10 days after Effective Date of Agreement, Contractor shall prepare and submit to Engineer estimated construction progress schedules for the Work, with sub schedules of related activities which are essential to its progress. B. Submit to Owner not less than 10 days prior to beginning Work, a "Detailed Work Plan" for each phase of the project. Detailed Work Plans shall include a Traffic Control Plan, Work Phasing plan, Barricade Plan and miscellaneous other improvements. Schedule review meeting with Owner. C. Submit revised progress schedules with each pay application. D. Owner may require Contractor to add to his equipment, or construction forces, as well as increase the working hours, if operations fall behind schedule at any time during construction period. 1.4 FORMAT A. General schedule format: Conform to @Primavera P6, critical path method (CPM) scheduling format or approved equal: 1. Base schedule on work days and regular working hours, Monday through Friday 7:00 A.M. to 6:00 P.M. Issue For Bidding October 28, 2016 01 32 16-1 Ditesco City of F6rt Collins ` Purchasing SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CM/GC - LINCOLN CORRIDOR PROJECT PHASE 2 NO. 8214 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1028 - 202.07 - Removal OfAspha/t Mat continued) Man Hours: 41.10 SY/MH 73.00 Sk V AC -Asphalt Milling/Removal (1,500.00 3,000.00 SY $3.68 $11,030.85 SY/DY, 2.00 DY) A Water Truck 1500 Gal 18.00 HR $48.00 $864.00 Truck - Crew 19.00 HR $30.10 $571.90 Rotomill Roadtec (7.5 Ft) 18.00 HR $413.00 $7,434.00 DR - Water Truck 18.00 HR $29.64 $533.52 LA - Skilled Laborer [2] 18.00 HR $24.30 $874.67 t Foreman - Milling 19.00 HR $39.62 $752.76 1030 - 202.08 - Remove Temporary Asphalt 700.00 SY $6.80 $4,758.08 $6.80 $4,760.00 0.04% Trails Man Hours: 12.84 SY/MH 54.50 RMV-Remove Asphalt With Hoe (6" Thick) 700.00 SY $6.80 $4,758.08 Man Hours: 12.84 SY/MH 54.50 Remove Asphalt 700.00 SY $3.86 $2,700.90 Man Hours: 19.18 SY/MH 36.50 RMV-Removal Crew (700.00 SY/DY, 1.00 700.00 SY $3.86 $2,700.90 DY) Loader CAT 938 9.00 HR $75.75 $681.75 Pickup 9.50 HR $10.00 $95.00 LA - Laborer 9.00 HR $24.30 $218.67 OP - Loader, Small 9.00 HR $29.64 $266.76 yj Foreman - Grading 9.50 HR $38.66 $367.25 14 Excavator KOM 200 / 210 / 228 9.00 HR $83.00 $747.00 OP - Excavator, Small 9.00 HR $36.05 $324.47 �} RMV-Removal Haul - Asphalt 9.80 LOAD $209.92 $2,057.18 Man Hours: 1.84 MH/LOAD 18.00 k,,w RMV-Removal Haul (9.80 LOAD/DY, 1.00 9.80 LOAD $169.92 $1,665.18 DY) 4 Truck - Tractor W/ Trailer [2] 9.00 HR $64.01 $1,152.18 t,� DR - Truck Driver [2] 9.00 HR $28.50 $513.00 Dump Fee -Asphalt 9.80 LOAD $40.00 $392.00 1032 - 202.09 - Remove Pumping Structure 1.00 EACH $4,736.00 $4,736.00 $4,736.00 $4,736.00 0.00% Man Hours: 54.50 MH/EACH 54.50 RMV-Remove Minor Structure (MH, Inlet, HW) 1.00 EACH $4,736.00 $4,736.00 Man Hours: 54.50 MH/EACH 54.50 Remove Minor Structure 1.00 EACH $2,700.90 $2,700.90 Man Hours: 36.50 MH/EACH 36.50 k-W RMV-Removal Crew (1.00 EACH/DY, 1.00 1.00 EACH $2,700.90 $2,700.90 DY) Loader GAT 938 9.00 HR $75.75 $681.75 Pickup 9.50 HR $10.00 $95.00 LA - Laborer 9.00 HR $24.30 $218.67 OP - Loader, Small 9.00 HR $29.64 $266.76 Foreman - Grading 9.50 HR $38.66 $367.25 Excavator KOM 200 / 210 / 228 9.00 HR $83.00 $747.00 OP - Excavator, Small 9.00 HR $36.05 $324.47 RMV-Removal Haul 4.00 LOAD $508.78 $2,035.10 Man Hours: 4.50 MH/LOAD 18.00 Dump Fee - Landfill 4.00 LOAD $92.48 $369.92 skR eV RMV-Removal Haul (4.00 LOAD/DY, 1.00 4.00 LOAD $416.30 $1,665.18 DY) Truck - Tractor W/ Trailer [2] 9.00 HR $64.01 $1,152.18 DR - Truck Driver [2] 9.00 HR $28.50 $513.00 Doi 1034 - 619 - Fire Hydrant Assembly 1.00 EACH $5,196.29 $5,196.29 $5,196.29 $5,196.29 0.00% Man Hours: 27.25 MH/EACH 27.25 W-6" Tap On Existing 12" Main 1.00 EACH $2,222.40 $2,222.40 Man Hours: 27.25 MH/EACH 27.25 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 6 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 32 16 CONSTRUCTION PROJECT SCHEDULES 2. Minimum sheet size: 8 112" by 11" 3. Color format B. Row (Listings) --Show: 1. Project Title 2. Major areas of construction 3. Construction activities within major areas of construction 4. Provide a separate bar for each construction activity. Bars to be annotated with activity description 5. Critical path activities to be clearly identified by color and lines 6. List in chronological order by start date each major area of construction and then by each construction activity within its respective area of construction 7. Show project start date, finish date, data date, run date, and revision table 8. Contract milestone dates 9. Legend C. Column (Headings) --Show: 1. Activity ID: Define by number corresponding to major specification sections 2. Activity Description 3. Percent Complete 4. Original Duration 5. Remaining Duration 6. Total Float 7. Early Start 8. Early Finish 9. Time Scale: Identify first day of each week. Allow space for notations. 10. Data date line 1.5 CONTENT A. Construction progress schedule —Show: 1. Complete sequence of construction by activity for full length of Contract time. 2. Major areas of construction to include, at a minimum, each separate stage of Work Issue For Bidding October 28, 2016 0132 16-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0132 16 CONSTRUCTION PROJECT SCHEDULES B. Submittals schedule for shop drawings and product data —Show: 1. The dates for Contractor's submittals 2. The dates accepted submittals will be required from Engineer. Extensions of time for delays in submittal approval shall only be allowed as provided in Section 01 33 00. C. Products delivery schedule —Show delivery dates for: 1. All major material deliveries 1.6 PROGRESS REVISIONS A. Progress schedules are to be representative of actual construction progress and sequencing of activities. Schedules that do not accurately represent construction progress will be rejected. B. Indicate progress of each activity as of data date. C. Show changes occurring since previous submission of schedule: 1. Major changes in scope 2. Activities modified since previous submission 3. Revised projections of progress and completion 4. Other identifiable changes D. Provide narrative report as needed to define: 1. Problem areas, anticipated delays, and impact on schedule 2. Corrective action recommended, and its effect 3. Effect on changes on schedules of other prime contractors 1.7 SUBMITTALS A. Submit initial schedules within 10 days after award of Contract: 1. Engineer will review schedules and return review copy within 10 days after receipt 2. If required, resubmit within 7 days after return of review copy B. Submit revised progress schedules with each Application for Payment. C. Schedules shall be provided electronically to Engineer for review and approval. 1.8 DISTRIBUTION A. Engineer will distribute electronic copies of accepted schedules to: 1. Owner 2. Resident Project Representative/Engineer Issue For Bidding October 28, 2016 01 32 16-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0132 16 CONSTRUCTION PROJECT SCHEDULES 3. One copy to Contractor to be kept on file at job site B. Schedule recipients will report promptly to Engineer and Contractor, in writing, any problems anticipated by projections shown in schedules PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Bidding October 28, 2016 01 32 16-4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES SECTION 01 33 00 — SUBMITTAL PROCEDURES PART GENERAL 1.1 SECTION INCLUDES A. Submission of all shop drawings and product data as required by the Contract Documents for all equipment and materials to be furnished under this contract unless specifically indicated otherwise. B. Submittals C. Contractor Responsibilities D. Submission Requirements E. Disposition of Shop Drawings and Product Data F. Disposition of Samples G. Resubmission Requirements H. Engineer's Duties I. Submittal Schedule 1.2 RELATED SECTIONS A. Section 01 32 16—Construction Project Schedules B. Section 01 45 00—Quality Control C. Section 01 77 00—Close Out Procedures D. Sections for Divisions 1 through 48 - Required Submittals 1.3 SUBMITTALS A. Shop Drawings —Drawings shall be presented in a clear and thorough manner: 1. Identify details by reference to sheet and detail, schedule or room numbers shown on Contract Drawings. 2. Identify equipment by reference to equipment name and tag number shown on Contract Drawings. 3. Scale and Measurements: Make drawings accurate to a scale with sufficient detail to show the kind, size, arrangement and function of component materials and devices. 4. Minimum sheet size: 81/2" by 11" 5. Fabrication drawing size: 11" by 17" or 22" by 34" B. Product Data —Preparation: Issue For Bidding October 28, 2016 01 33 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0133 00 SUBMITTAL PROCEDURES 1. Clearly mark each copy to identify pertinent products or models submitted for review. 2. Identify equipment by reference to equipment name and tag number. 3. Catalog cut sheets: Cross -out or delete irrelevant data. 4. Show performance characteristics and capacities. 5. Show dimensions and clearances required for installation and maintenance. 6. Show wiring or piping diagrams and controls. 7. Show external connections, anchorages, and supports required. C. "Certificate of Compliance": 1. Provided by manufacturer or supplier in lieu of submittal data required. 2. Certifies that product data or item identified in certificate is in total compliance with Contract Document requirements. 3. Specifically identifies project name and that there is no deviation from Contract Documents. 4. Identify equipment by reference to equipment name and tag number. 5. Identify limits of equipment, materials or work provided. 6. Provide for specific product data or item only as indicated herein. D. Construction Schedule: Designate in the construction schedule, or in a separate coordinated shop drawing schedule, the dates for submission and the dates that reviewed Shop Drawings and Product Data will be needed. 1.4 CONTRACTOR RESPONSIBILITIES A. Review shop drawings and product data prior to submission for accuracy and completeness of each submission. B. Approve and stamp each submission before submitting. C. Determine and verify: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with specifications D. Prior to each submission, carefully review and coordinate all aspects of each item being submitted Issue For Bidding October 28, 2016 01 33 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES E. Verify that each item and the submittal for it conform in all respects with specified requirements of the Work and of the Contract Documents with respect to means, methods, techniques, sequences, and operations of construction, and safety precautions and programs incidental thereto. Make submissions promptly in accordance with Construction Schedule, and in such sequence as to cause no delay in the Work or in the work of any other Contractor. G. Notify Engineer in writing, at time of submission, of any deviations in the submittals from Contract Document requirements: Identify and tabulate all deviations in transmittal letter. Indicate essential details of all changes proposed, including modifications to other facilities that may be a result of the deviation. 1.5 SUBMISSION REQUIREMENTS A. Make submissions far enough in advance of scheduled dates for installation to provide time required for reviews, for securing necessary approvals, for possible revisions and resubmissions, and for placing orders and securing delivery. B. In scheduling, allow a minimum of 14 calendar days for review by Engineer following receipt of submission in Engineer's office: Time required to mail submissions or resubmissions is not considered a part of review period. C. Consecutively number all submissions: Assign a unique number to include all shop drawings, product data and other information required for individual specification sections. Use numbering system established by Engineer. Each specification section may still have more than one submittal number for later submissions (i.e., Preliminary O&M Manuals, Final O&M Manuals, etc.). D. Electronic Processing of all Submittals: Shop Drawings and Product Data: All shop drawings and submittals to be submitted and processed electronically through SharePoint site. Contractor to submit and track all submittals through SharePoint site. a. Login and password information will be provided to Contractor by Engineer. E. Accompany each submission with a letter of transmittal showing all information required for identification and checking. Submittals shall contain: Submittal number. Date of submission and dates of any previous submissions. Project title and number. 4. Owner Contract identification number if applicable. Issue For Bidding October 28, 2016 01 33 00-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES 5. The names of a. Contractor b. Supplier C. Manufacturer 6. Identification of the product, with the specification section number. 7. Field dimensions, clearly identified as such. 8. Relation to adjacent or critical features of the Work or materials. 9. Applicable standards, such as ASTM or Federal Specification numbers. 10. Identification of deviations from Contract Documents. 11. Identification of revisions on resubmissions. 12. An 8" by 4" blank space for Contractor's and Engineer's stamps. 13. Stamp cover sheet of each submittal as identified in letter of transmittal. 14. Contractor's stamp: Initialed or signed, certifying review and approval of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the Work and of Contract Documents. Use stamp to include wording similar to the following: This submittal has been reviewed by [name of contractor] and approved with respect to the means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incidental thereto. [Name of contractor] also warrants that this submittal complies with contract documents and comprises no deviations thereto: Section No: Submittal No: Date: by: F. Submittal Log: 1. Maintain an accurate submittal log for duration of the Work showing current status of all submissions. 2. Show submittal number, section number, section title, submittal description dates and disposition of submittal. 3. Engineer to create and track submittals using submittal log. G. Unless specified otherwise, make submissions in groups to facilitate efficient review and approval: Issue For Bidding October 28, 2016 01 33 00-4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0133 00 SUBMITTAL PROCEDURES 1. Include all associated items from individual specification sections to assure that all information is available for checking each item when it is received. 2. Submit a complete initial submittal including all components when an item consists of components from several sources. 3. Partial submittals may be rejected as not complying with provisions of the Contract. 4. Do not include items from more than one specification section for any one submittal number. H. Contractor may require subcontractors to provide drawings, setting diagrams and similar information to help coordinate the Work, but such data shall remain between Contractor and his subcontractors and will not be reviewed by Engineer unless specifically called for within the Contract Documents. 1.6 DISPOSITION OF SHOP DRAWINGS AND PRODUCT DATA A. All submissions shall be handled electronically through the SharePoint site. B. "Approved As Submitted": Approved with No Exceptions Noted 1. One copy sent to Owner 2. One copy sent to Resident Project Representative 3. One copy retained in Engineer's file 4. Remaining copies returned to Contractor for his use a. One copy to be kept on file at Contractor's office at job site b. Remaining copies for Contractor's office file, suppliers, or subcontractors 5. No corrections or comments noted on submittal or in transmittal letter 6. Issues or miscellaneous comments pertaining to other related items of the Work may be included in transmittal letter 7. Resubmission not required C. "Exceptions Noted": Approved with Corrections Noted 1. One copy sent to Owner 2. One copy sent to Resident Project Representative 3. One copy retained in Engineer's file 4. Remaining copies returned to Contractor for his use a. One copy to be kept on file at Contractor's office at job site b. Remaining copies for Contractor's office file, suppliers or subcontractors Issue For Bidding October 28, 2016 01 33 00-5 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0133 00 SUBMITTAL PROCEDURES C. Copies of submittal data in operation and maintenance manuals to be revised according to corrections 5. Comply with corrections or comments as noted on submittal and in transmittal letter 6. Resubmission not required D. 'Revise And Resubmit": Incorrect or Specific Information Still Required. 1. One copy sent to Resident Project Representative. 2. One copy retained in Engineer's file. 3. All remaining copies returned to Contractor for revision and re -submittal. 4. Copy of transmittal letter sent to Owner. An "Approved As Submitted" or "Exceptions Noted" submittal will be forwarded to Owner upon resubmission and review per above disposition requirements. 5. Submittal is either: incorrectly annotated; specific comments need to be addressed and incorporated in re -submittal; and/or additional information may be required as noted in transmittal letter. 6. Submitted information may not include or address specific item required per the specification as identified in transmittal letter. 7. Specific information related to identified item may be required for final approval of submittal. 8. Resubmission of entire submittal may be required or resubmission of specific item may be required as identified in transmittal letter. E. 'Rejected": Returned for Correction 1. One copy sent to Resident Project Representative 2. One copy retained in Engineer's file 3. All remaining copies returned to Contractor 4. Copy of transmittal letter sent to Owner 5. Contractor required to resubmit complete submittal package in accordance with Contract Documents 6. Submittal does not comply with provisions of Contract Documents as noted in transmittal letter 7. Resubmission required F. 'Receipt Acknowledged": For Reference Purposes Only or for Record Copy 1. One copy sent to Resident Project Representative 2. One copy retained in Engineer's file Issue For Bidding October 28, 2016 01 33 00-6 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES 3. One copy returned to Contractor 4. Copy of transmittal letter sent to Owner 5. Remaining submittal copies destroyed 6. Detailed review and comment by Engineer not required 7. Resubmission not required 1.7 DISPOSITION OF SAMPLES A. "Approved As Submitted": Approved with No Exceptions Noted 1. One sample sent to Owner 2. One sample sent to Resident Project Representative 3. One sample retained in Engineer's file 4. Acknowledgment: Copy of transmittal letter sent to Contractor 5. Resubmission not required B. "Exceptions Noted": Approved with Corrections Noted 1. One sample sent to Owner 2. One sample sent to Resident Project Representative 3. One sample retained in Engineer's file 4. Acknowledgment: Copy of transmittal letter sent to Contractor 5. Work performed or products furnished to comply with exceptions noted in acknowledgment 6. Resubmission not required C. "Rejected": Returned for Correction 1. One sample retained in Engineer's file 2. Remaining samples sent to Contractor for re -submittal and compliance with the Contract Documents as noted in transmittal letter 3. Copy of transmittal letter sent to Owner 4. Resubmission required 1.8 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in submittals required by Engineer and resubmit until approved Issue For Bidding October 28, 2016 01 33 00-7 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1034 - 619 - Fine Hydrant Assembly continued) CO-M-Concrete Class BZ 4000 PSI 0.28 CY $112.93 $31.06 W-T-12X6" Tapping Sleeve (Dana Kepner) 1.00 EACH $738.86 $738.86 Waterline Fittings (2.00 EACH/DY, 0.50 DY) 1.00 EACH $1,452.48 $1,452.48 Excavator KOM 390 / 400 / 490 [0.5] 4.50 HR $115.25 $259.31 t LA - Laborer 4.50 HR $24.30 $109.33 LA - Pipelayer [2] 4.50 HR $26.65 $239.83 tag OP - Excavator, Large 4.50 HR $36.05 $162.24 14 Loader CAT 938 [0.5] 4.50 HR $75.75 $170.44 Q5 OP - Loader, Small 4.50 HR $29.64 $133.38 y Pickup 4.75 HR $10.00 $47.50 Foreman - Utility 4.75 HR $40.20 $190.96 �d Trench Shoring - Bedding Box 4.50 HR $11.00 $49.50 Trench Shoring - Manhole Box 4.50 HR $10.00 $45.00 Trench Shoring - Trench Box 4.50 HR $10.00 $45.00 D) W-Fire Hydrant (PVC) 1.00 EACH $2,973.89 $2,973.89 Hydrant 1.00 LF $2,973.89 $2,973.89 W-HY-S' 6" Fire Hydrant (Dana Kepner) 1.00 EACH $2,522.86 $2,522.86 1f W-ACC-POLY TUBE, 8" PIPE, 8-MIL 15.00 LF $10.00 $150.00 (Dana Kepner) 3 CO-M-Concrete Class BZ 4000 PSI 0.28 CY $112.93 $31.06 y� W-A-Tracer Wire Termination Box W/ Lid 1.00 EACH $39.20 $39.20 (Dana Kepner) W-HY-6" Hydrant EXTENSION ASSEMBLY 0.50 EACH $461.55 $230.78 (Dana Kepner) P� 1034 - 619 - Waterline Casing Allowance 1.00 EACH $6,120.00 $6,120.00 $6,120.00 $6,120.00 0.00% 1036 - 208.02 - Erosion Control (SWMP, 16.00 DY $183.64 $2,938.24 $183.64 $2,938.24 -0.00% Inspections, ECS) Man Hours: 4.00 MH/DY 64.00 EC -Erosion Control Supervisor 8.00 DY $367.28 $2,938.24 Man Hours: 8.00 MH/DY 64.00 EC -Erosion Control Supervisor (1.00 DY/DY, 8.00 DY $367.28 $2,938.24 8.00 DY) 4 Pickup 64.00 HR $10.00 $640.00 PM - Field Engineer 64.00 HR $35.91 $2,298.24 IDA 1038 - 208.03 - Erosion Control (Gravel 300.00 LF $7.93 $2,379.81 $7.93 $2,379.00 -0.03% Bag) Man Hours: 8.22 LF/MH 36.50 EC -Gravel Bag 300.00 LF $7.93 $2,379.81 Man Hours: 8.22 LF/MH 36.50 UM -Short Crew W/ 436 Hoe (300.00 LF/DY, 300.00 LF $5.80 $1,739.31 1.00 DY) Backhoe Loader CAT 430 9.00 HR $61.25 $551.25 LA - Laborer [2] 9.00 HR $24.30 $437.33 OP - Loader Backhoe / Skid Steer 9.00 HR $30.42 $273.81 Foreman - Utility 9.50 HR $40.20 $381.92 Pickup 9.50 HR $10.00 $95.00 EC -Gravel Bag 300.00 LF $2.14 $640.50 D� 1040 - 208.05 - Erosion Control (Wattle) EC -Straw Wattle (9 In) 7/ EC -Erosion Log Wood Stakes 1.5" X 1.5" X 12" L EC -Erosion Log (Wattle) 9" Diameter k® UM -Short Crew W/ 436 Hoe (750.00 LF/DY, 2.00 DY) 14 Backhoe Loader CAT 430 ,_�j LA -Laborer [2] OP - Loader Backhoe / Skid Steer :__.6 Foreman - Utility 1,500.00 LF $4.46 $6,690.73 $4.46 $6,690.00 -0.01% Man Hours: 20.55 LF/MH 73.00 1,500.00 LF $4.46 $6,690.73 Man Hours: 20.55 LF/MH 73.00 1f200.00 EACH $0.34 $409.92 1,500.00 LF $1.87 $2,802.19 1,500.00 LF $2.32 $3,478.62 18.00 HR $61.25 $1,102.50 18.00 HR $24.30 $874.67 18.00 HR $30.42 $547.63 19.00 HR $40.20 $763.83 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 7 TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR B. Transmit each resubmission under new letter of transmittal. Use number of original submittal followed directly by "rev" and a number corresponding to the number of times a submittal is resubmitted (i.e., rev1, rev2, rev3, etc.) C. Shop Drawings and Product Data: 1. Revise initial drawings or data and resubmit as specified for the initial submittal 2. Indicate any changes which have been made other than those requested by Engineer 1.9 ENGINEER'S DUTIES A. Review submittals with reasonable promptness and in accord with approved submission schedule provided that each submittal has been called for by the Contract Documents and is stamped by Contractor as indicated above: In the event that Engineer will require more than 7 calendar days to perform a submittal review as requested by Contractor, Engineer shall so notify Contractor or indicate so on the submission schedule. 2. No extensions of time are allowed due to Engineer's delay in reviewing submittals unless all the following criteria are met: a. Engineer has failed to return submittal within 7 days of receipt of the submittal or receipt of said notice, whichever is later b. Contractor demonstrates that delay in progress of the Work was directly attributable to Engineer's failure to return submittal within 7 days. No extensions of time are allowed due to delays in progress of the Work caused by rejection and subsequent resubmission of data, including multiple resubmissions. B. Review drawings and data submitted only for general conformity with Contract Documents: Engineer's review of drawings and data returned marked "Approved As Submitted" or "Exceptions Noted" does not indicate a thorough review of all dimensions, quantities, and details of material, equipment device or items shown. 2. Engineer's review does not relieve Contractor of responsibility for errors, omissions or deviations nor responsibility for compliance with the Contract Documents. 3. Engineer's review shall not extend to means, methods, techniques, sequences, operations of construction, and safety precautions and programs incidental thereto. No information regarding these items will be reviewed whether or not included in submittals. C. Assume that no shop drawing or related submittal comprises a deviation to the Contract Documents unless Contractor advises Engineer otherwise in writing which is acknowledged by Engineer in writing: Consider and review only those deviations from the Contract Documents clearly identified as such in submittal and tabulated in the Letter of Transmittal. D. Return submittals to Contractor for distribution or for resubmission. Issue For Bidding October 28, 2016 01 33 00-8 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR E. Transmit, unreviewed, to Contractor all copies of submittals received directly from suppliers, manufacturers and subcontractors. F. Transmit, unreviewed, to Contractor all copies of submittals not called for by the Contract Documents or which have not been approved by Contractor. G. Engineer will not review uncalled-for shop drawings or product data except by special arrangement H. Affix stamp and indicate approval for submittal or resubmission requirements with the following stamp: ❑ Approved As Submitted ❑ Exceptions Noted ❑ Revise And Resubmit ❑ Rejected This review was performed only for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Modifications or comments made on the shop drawings and product data during this review do not relieve contractor from responsibility for compliance with the requirements of the plans and specifications. Approval of a specific item does not include approval of the assembly of which the item is a component. Contractor is responsible for: dimensions to be confirmed and correlated at the jobsite; information that pertains solely to the fabrication processes or to the means, methods, techniques, sequences, and procedures of construction; coordination of the work of all trades; and for performing all work in a safe and satisfactory manner. Ditesco, LLC Date: By: 1.10 SUBMITTAL SCHEDULE A. Unless indicated otherwise, provide all submittals required by individual sections of the Contract Documents to establish compliance with the specified requirements. B. Contractor may provide "Certificate of Compliance" in lieu of product data submittal as required above for the following sections: SECTION NUMBER SECTION TITLE PRODUCT DATA OR ITEM NONE NONE NONE PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Bidding October 28, 2016 01 33 00-9 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0145 00 QUALITY CONTROL SECTION 0145 00 — QUALITY CONTROL PART1 GENERAL 1.1 SECTION INCLUDES A. Quality Assurance and Control of Installation B. Inspection and Testing Laboratory Services and Qualifications C. Qualification of Laboratory D. Laboratory Duties E. Limitations of Authority of Testing Laboratory F. Contractor's Responsibilities G. Contractor's Responsibilities H. Field Testing I. Testing and Services Schedule 1.2 RELATED SECTIONS A. Section 01 10 00—Summary of Work B. Section 01 33 00—Submittal Procedures C. Sections 2 through 48 as applicable 1.3 REFERENCES A. Conform to reference standard by date of issue current on date of Contract Documents. B. Obtain copies of standards when required by Contract Documents. C. Where specified reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. D. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.4 SUBMITTALS A. Submit under provisions of Section 01 33 00. B. Provide copies of written reports for materials as scheduled at the end of this section. Reference each report by respective section number. C. Laboratory test reports —Provide written reports of each test and inspection to Engineer. Each report shall include: Issue For Bidding October 28, 2016 01 45 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0145 00 QUALITY CONTROL 1. Date issued 2. Project title and number 3. Testing laboratory name, address and telephone number 4. Name and signature of laboratory inspector 5. Date and time of sampling or inspection 6. Record of temperature and weather conditions 7. Date of test 8. Identification of product and specification section 9. Location of sample or test in the Project 10. Type of inspection or test 11. Results of tests and compliance with Contract Documents 12. Interpretation of test results when requested by Engineer D. Field test reports: Provide reports detailing results of the tests. Indicate compliance or non- compliance with Contract Documents. Identify corrective action for materials which fail to pass field tests. 1.5 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship to produce Work of specified quality. B. Comply fully with manufacturer's instructions, including each step in sequence. C. Should manufacturer's instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Certification of products: Respective sections of specifications. F. Laboratory tests required and standards for testing: Respective sections of specifications. 1.6 INSPECTION AND TESTING LABORATORY SERVICES A. City of Fort Collins shall employ and pay for the services of an independent testing laboratory to perform all specified services and testing not specifically identified in the technical specifications to be provided by Owner related to the design of mixes, products and equipment, to Engineer's review of proposed materials and equipment before, during and after incorporation in the Work and to retest materials and equipment which fail original tests: Issue For Bidding October 28, 2016 01 45 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0145 00 QUALITY CONTROL 1. Employment of the laboratory shall in no way relieve Contractor's obligations to perform the Work of the Contract. B. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for retesting will be charged to the Contractor by deducting inspection or testing charges from the Contract Sum/Price. 1.7 QUALIFICATION OF LABORATORY A. Perform all tests to determine compliance with Contract Documents by an independent commercial testing firm acceptable to Owner and Engineer. B. Testing firm's laboratory: Staffed with experienced technicians, properly equipped and fully qualified to perform tests in accordance with specified standards. 1.8 LABORATORY DUTIES A. Cooperate with Engineer and Contractor; provide qualified personnel after due notice. B. Perform specified inspections, sampling, and testing of materials and methods of construction: 1. Comply with specified standards 2. Ascertain compliance of materials with requirements of Contract Documents C. Promptly notify Engineer and Contractor of observed irregularities or deficiencies of work or products. 1.9 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release, revoke, alter or enlarge on requirements of Contract Documents 2. Approve or accept any portion of the Work 3. Owner employed laboratory shall not perform any duties of the Contractor 1.10 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel and provide access to Work. B. Secure and deliver to the laboratory adequate quantities of representative samples of materials proposed to be used and which require testing. C. Provide to the laboratory the preliminary design mix proposed to be used for concrete, asphalt and other material mixes which require control by the testing laboratory. D. Furnish copies of product test reports as required. E. Furnish incidental labor and facilities: 1. To provide access to Work to be tested Issue For Bidding October 28, 2016 01 45 00-3 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 0145 00 QUALITY CONTROL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 2. To obtain and handle samples at the project site or at the source of the product to be tested 3. To facilitate inspections and tests 4. For storage and curing of test samples F. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested: Notify Engineer and independent firm 48 hours prior to expected time for operations requiring services to allow for scheduling of tests and laboratory assignment of personnel. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. 1.11 FIELD TESTING A. Contractor shall pay all costs associated with field testing of materials and equipment as required in respective sections of the specifications. Provide all required materials, labor, equipment, water, and power required for testing 2. Perform all tests in presence of Engineer or Owner and provide one copy of field test results to Engineer same day of tests B. Repair with no additional compensation all materials and equipment which fail during testing 1.12 TESTING AND SERVICES SCHEDULE A. Laboratory testing services shall be provided by Contractor for, but shall not be limited to, the following: Specification Type of Material, Equipment Section or System Div 2 Earthwork and Trenching: Gradations, Sieve Analysis, Proctors with Optimum Moisture Content for imported materials Div 2 Asphalt Paving: Coarse and fine aggregate from each material source and each required grading, asphalt cement for each penetration grade, job -mix design mixtures for each material or grade, uncompacted asphalt concrete mix, compacted asphalt concrete mix, density and void analysis. Div 3 Structural Concrete, Concrete Paving and Flatwork: Mix Design properties including Water/Cement Ratio, Slump, Volumetric Air Content, Compressive Strength, Admixtures. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Bidding October 28, 2016 01 45 00-4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 52 00 TEMPORARY CONSTRUCTION FACILITIES SECTION 01 52 00 — TEMPORARY CONSTRUCTION FACILITIES PART1 GENERAL 1.1 SECTION INCLUDES A. General Requirements B. Quality Assurance C. Temporary Utilities: Electricity, lighting, heating, ventilating, telephone service, water and sanitary facilities D. Water Control E. Erosion and Sediment Control F. Protection of Installed Work and Property G. Security H. Progress Cleaning 1.2 GENERAL REQUIREMENTS A. Furnish, install and maintain all temporary utilities to assure continuous service except as allowed herein, and remove on completion of Work. Modify and extend systems as work progress requires. B. Furnish, install and maintain all construction aids required for the Work, except as allowed herein, and remove on completion of the Work. C. Furnish, install and maintain fences and barriers as required for protection of the public, property and the Work. D. Contractor shall limit his use of existing roadways and parking lots to only that which are required for completion of Work within this Contract. E. Clean and repair damage caused by temporary installations or use of temporary facilities. Adjacent parking lots, sidewalks, alleys, and neighboring properties shall be protected to prevent damage with all practical means. F. Clean and repair damage caused by temporary installations or use of temporary facilities. 1.3 QUALITY ASSURANCE A. Requirements of Regulatory Agencies 1. Comply with applicable Federal and State rules and regulations, local codes and ordinances. 2. Comply with utility company requirements. Issue For Bidding October 28, 2016 01 52 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 52 00 TEMPORARY CONSTRUCTION FACILITIES 3. Contractor shall notify Owner to obtain inspections of Work and to request service outages (if applicable). 1.4 TEMPORARY ELECTRICITY A. Contractor shall arrange for and pay all costs associated with power service as required for completion of Work and pay all costs for energy used. 1.5 TEMPORARY LIGHTING A. Provide and maintain incandescent lighting for construction operations. B. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. C. Maintain lighting and provide routine repairs. 1.6 TEMPORARY HEATING A. Provide and pay for all temporary heat as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions of the installation of materials and to protect materials and finishes from damage due to temperature or humidity. B. Portable heaters shall be standard approved units complete with controls. C. Pay all costs of installation, maintenance, operation and removal and for fuel consumed. D. Maintain minimum ambient temperature of 50OF in areas where construction is in progress, unless indicated otherwise in specifications (as applicable). E. Provide temporary heating for all subcontractors as required. 7 TEMPORARY VENTILATING A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. B. Provide and pay for temporary ventilation equipment as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions for the installation of materials and to protect materials and finishes from damage due to temp or humidity. C. Provide adequate forced ventilation of enclosed areas for curing of installed materials, to disperse humidity, and to prevent hazardous accumulations of dust, fumes, vapors or gases. D. Portable ventilators shall be standard approved units complete with controls. E. Pay all costs of installation, maintenance, operation and removal and for power consumed. 1.8 TELEPHONE SERVICE A. Provide, maintain and pay for all telephone service as required for completion of Work. 1.9 TEMPORARY WATER SERVICE Issue For Bidding October 28, 2016 01 52 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 52 00 TEMPORARY CONSTRUCTION FACILITIES A. Provide all drinking water required by construction personnel. Pay all costs. B. Provide all water for construction operations, compaction and dust control. Pay all costs. 1.10 TEMPORARY SANITARY FACILITIES A. Contractor shall provide his own sanitary facilities. 1.11 WATER CONTROL A. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. Protect site and staging area from storm events. 1.12 EROSION AND SEDIMENT CONTROL A. Install sediment control/silt fencing at site perimeter where necessary to prevent erosion and sedimentation from occurring off site. B. During and after site grading, maintain a roughened surface on all disturbed areas to minimize erosion potential. C. Construct temporary drainage swells with staked straw bale barriers to control drainage patterns and minimize erosion. D. Provide gravel & wire or staked hay bale sediment traps at culvert inlets to prevent siltation. Maintain as necessary and as directed by the Engineer to filter storm waters. 1.13 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection as required to protect Owners facilities as required or where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. Provide safety fencing around all work areas. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Protect finished driving surfaces, floors, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic from landscaped or sodded areas. F. Protect adjacent buildings, properties and infrastructure from debris generated during the demolition process. 1.14 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.15 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. Issue For Bidding October 28, 2016 01 52 00-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 52 00 TEMPORARY CONSTRUCTION FACILITIES B. Remove debris and rubbish from remote spaces prior to enclosing the space. C. Remove waste materials, debris, and rubbish from site not less than weekly and dispose off -site in accordance with local and state regulations. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Bidding October 28, 2016 01 52 00-4 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent 14 Pickup 19.00 HR $10.00 $190.00 1042 - 208.06 - Erosion Control (Concrete 1.00 EACH $12,221.21 $12,221.21 $12,221.21 $12,221.21 0.00% Wash Out) Including Haul Off Of Material Man Hours: 145.00 MH/EACH 145.00 ti B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 9 to 14. The description was changed from 'Stabilized Construction Entrance' to 'Erosion Control (SWMP, BMPs, Permits)'. The bid quantity was changed from 1 EACH to 1 LS. EC -Concrete Washout Structure 1.00 EACH $8,410.71 $8,410.71 Man Hours: 100.00 MH/EACH 100.00 ky. UM -Short Crew W/ Kom 200 (0.25 EACH/DY, 1.00 EACH $8,410.71 $8,410.71 4.00 DY) Skid Steer Bobcat W/ Attachments 32.00 HR $45.00 $1,440.00 Truck- Crew 32.00 HR $30.10 $963.20 y OP - Roller 34.00 HR $28.07 $954.45 Foreman - Utility 34.00 HR $38.36 $1,304.10 14 Excavator KOM 200 / 210 / 228 32.00 HR $83.00 $2,656.00 OP - Excavator, Small 32.00 HR $34.16 $1,092.96 EX -Haul Tandem (Dirt) 100.00 CY $38.11 $3,810.50 Man Hours: 2.22 CY/MH 45.00 EX -Haul Tandems (100.00 CY/DY,1.00 DY) 100.00 CY $36.86 $3,685.50 Truck - Tandem Dump [5] 9.00 HR $53.40 $2,403.00 DR - Truck Driver [5] 9.00 HR $28.50 $1,282.50 y/ AG-CRI-Embankment Common Fill (Connell 100.00 CY $1.25 $125.00 Resources, Inc) 1044 - 208.07 - Street Sweeping 50.00 HR $150.00 $7,500.00 $150.00 $7,500.00 0.00% Man Hours: 2.22 CY/MH 45.00 EC -Street Sweeping 50.00 HR $99.52 $4,976.00 Man Hours: 1.00 MH/HR 50.00 EC -Street Sweeping (8.00 UNIT/DY, 6.25 DY) 50.00 UNIT $99.52 $4,976.00 Broom Sweeper 50.00 HR $72.25 $3,612.50 OP - Roller 50.00 HR $27.27 $1,363.50 Al 1046 - 208.08 - Erosion Control (Tracking 1.00 LS $3,137.11 $3,137.11 $3,137.11 $3,137.11 0.00% Pad) Man Hours: 10.13 MH/LS 10.13 EC -Stabilized Cattle Guard Construction 111.00 SY $28.26 $3,137.11 Entrance Man Hours: 10.96 SY/MH 10.13 PC -Cattle Guard For Tracking Pads (16 Ft 2.22 EACH $1,075.50 $2,387.61 Section Partial Replacement Price) sk's EX -Structure Excavation (400.00 SY/DY, 0.28 111.00 SY $6.75 $749.50 DY) Pickup 2.64 HR $10.00 $26.36 (, Foreman - Grading 2.64 HR $38.66 $101.91 Loader CAT 938 2.50 HR $75.75 $189.19 OP - Loader, Small 2.50 HR $29.64 $74.03 LA - Laborer 2.50 HR $24.30 $60.68 Excavator KOM 200 / 210 / 228 2.50 HR $83.00 $207.29 r OP - Excavator, Small 2.50 HR $36.05 $90.04 Al 1048 - 208.09 - Erosion Control (Gravel Inlet Protection) EC -Gravel Inlet Protection 3 EC -Inlet Filters k4,r. UM -Short Crew W/ 436 Hoe (10.00 EACH/DY, 0.60 DY) 4j Backhoe Loader CAT 430 LA - Laborer [2] OP - Loader Backhoe / Skid Steer Foreman - Utility 44 Pickup 6.00 EACH $307.37 6.00 EACH $307.37 6.00 EACH $133.44 6.00 EACH $173.93 5.40 HR $61.25 5.40 HR $24.30 5.40 HR $30.42 5.70 HR $40.20 5.70 HR $10.00 $1,844.21 $307.37 $1,844.22 0.00% Man Hours: 3.65 MH/EACH 21.90 $1,844.21 Man Hours: 3.65 MH/EACH 21.90 $800.63 $1,043.59 $330.75 $262.40 $164.29 $229.15 $57.00 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 8 TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 55 00 TRAFFIC CONTROL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 55 00 — TRAFFIC CONTROL PART GENERAL 1.1 SECTION INCLUDES A. General Requirements B. Regulatory Requirements C. Construction Parking Control D. Flagmen E. Flares and Lights F. Haul Routes G. Roadway Usage Between Operations H. Traffic Signs and Signals I. Barricades J. Barriers K. Removal 1.2 RELATED SECTIONS A. Section 01 11 00—Summary of Work B. Section 01 52 00—Temporary Construction Facilities 1.3 GENERAL REQUIREMENTS A. Unless otherwise authorized, keep at least one lane of traffic open at all times. B. When work is not in progress, keep all traffic lanes open. C. All traffic lanes shall be open during hours of darkness, weekends, and holidays. D. Bridge and Roadway closure to be planned, scheduled and approved by City of Fort Collins Traffic prior to implementation. 1.4 REGULATORY REQUIREMENTS A. Conformance: "Manual on Uniform Traffic Control Devices," U.S. Department of Transportation, or applicable statutory requirements of authority having jurisdiction. 1.5 CONSTRUCTION WORKERS PARKING A. Contractor's worker vehicles are limited to staging zones. These vehicles shall be marked as belonging to the Contractor. Issue For Bidding October 28, 2016 01 55 00-1 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 55 00 TRAFFIC CONTROL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR B. Operations on or about traffic areas and provisions for regulating traffic will be subject to the regulations of the City of Fort Collins. The Contractor shall submit a Method of Handling Traffic (MHT) prepared by a certified Traffic Control Supervisor JCS) to the City of Fort Collins for approval prior to proceeding with any phases of the work. 1.6 CONSTRUCTION PARKING CONTROL A. Contractor is responsible to control vehicular parking to prevent interference with public traffic and parking, access by emergency vehicles, and Owner's operations. Contractor shall be responsible for any and all parking tickets received due to his operations unless they are issued inside the Contractor's work zone or designated staging area. 1.7 FLAGMEN A. Provide trained and equipped flagmen to regulate traffic when construction operations or traffic encroach on parking or traffic lanes. 1.8 FLARES AND LIGHTS A. Use flares and lights during hours of low visibility to delineate traffic lanes and to guide traffic. 1.9 HAUL ROUTES A. Coordinate with The City of Fort Collins to establish public thoroughfares to be used for haul routes and site access. B. Confine construction traffic to designated haul routes. C. Provide traffic control at critical areas of haul routes to regulate traffic, to minimize interference with public traffic. 1.10 ROADWAY USAGE BETWEEN OPERATIONS A. At all times when work is not actually in progress, make open, passable, and maintain to traffic such portions of the Project and temporary roadways or portions thereof as may be agreed upon between Contractor and the City of Fort Collins. 1.11 TRAFFIC SIGNS AND SIGNALS A. At approaches to site and on site, install at crossroads, detours, parking areas, and elsewhere as needed to direct construction and affected public traffic. B. Install and operate traffic control signals to direct and maintain orderly flow of traffic in areas under Contractor's control, and areas affected by Contractor's operations. C. Relocate as Work progresses, to maintain effective traffic control. D. Protect all roadways by effective barricades on which are placed warning signs. 1.12 BARRICADES A. Contractor shall completely enclose operations with barricades at all times when site is encumbered by open trenches, other excavations or other obstructions. B. Barricades shall be construction fencing weighted or adequately secured at the base as to prevent easy removal or relocation. Barricades shall only allow one ingress/egress gate. Issue For Bidding October 28, 2016 01 55 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 55 00 TRAFFIC CONTROL Contractor shall be responsible for monitoring of the gate to prevent access into his operations. Equip gates with locks. Barricade locations shall include open or displaced manhole covers/locations to protect pedestrian and bicycle traffic. C. Provide additional fencing as required to protect stored materials and products and to insure public safety. D. Provide Owner and Engineer two (2) keys to lock(s) if applicable. E. Contractor shall be responsible for depicting location of barricades as defined in Section 01 52 00 — Temporary Construction Facilities. This shall be further required under Section 01 33 00 when submitting "Detailed Work Plans". F. Illuminate by means of warning lights all barricades and obstructions form sunset to sunrise. 1.13 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide suitable barriers as required for public protection. C. Protect non -owned vehicular traffic, stored materials, site and structures from damage. D. Install facilities of a neat and reasonable uniform appearance, structurally adequate for the required purposes. E. Contractor shall be responsible for depicting location of barricades as defined in Section 01 52 00 — Temporary Construction Facilities. F. Illuminate by means of warning lights all barricades and obstructions form sunset to sunrise. G. Relocate barriers as required by progress of construction. H. Completely remove barriers, including foundations, when construction has progressed to the point that they are no longer needed. I. Clean and repair damage caused by installation, fill and grade the areas of the site to required elevations and slopes and clean the area. 1.14 REMOVAL A. Remove equipment and devices when no longer required B. Repair damage caused by installation C. Remove post settings to a depth of 2 feet PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Bidding October 28, 2016 01 55 00-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 57 13 EROSION AND SEDIMENT CONTROL SECTION 01 57 13 — EROSION AND SEDIMENT CONTROL PART 1— GENERAL 1.1 SECTION INCLUDES A. Furnish, install, and maintain erosion and sedimentation control materials and procedures. Remove upon completion of work. B. Design an erosion and sediment control plan in accordance with specified standards. Monitor compliance as required by applicable standards 1.2 RELATED SECTIONS A. Section 01 11 00 — Summary of Work B. Section 01 33 00 — Submittal Procedures C. Section 0145 00 — Quality Control D. Section 01 74 00 — Cleaning 1.3 EROSION AND SEDIMENT CONTROL A. Contractor to meet all requirements of the City of Fort Collins stormwater permit and erosion control plan. B. Install sediment control/silt fencing at site perimeter where necessary to prevent erosion and sedimentation from occurring off site. C. During and after site grading, maintain a roughened surface on all disturbed areas to minimize erosion potential. D. Construct temporary drainage swales with staked straw bale barriers to control drainage patterns and minimize erosion. E. Provide gravel & wire or staked hay bale sediment traps at culvert inlets to prevent siltation. 1.4 EROSION AND SEDIMENT CONTROL IMPLEMENTATION A. Distribution: Contractor shall distribute copies of the approved stormwater management plan to the Superintendent, each affected Subcontractor, Owner and Engineer. One copy shall be posted at the jobsite at all times. B. Instruction: Contractor shall provide onsite instruction of appropriate erosion and sediment control measures to be implemented and maintained at appropriate stages of the work. C. Erosion and Sediment Control Plan Compliance: Contractor shall implement, maintain and monitor compliance with the approved stormwater management plan. 1. Protect areas prone to erosion from construction activities and implement a soil stabilization plan in susceptible areas Issue For Bidding October 28, 2016 01 57 13-1 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 57 13 EROSION AND SEDIMENT CONTROL 1.5 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR D. Conditions in the field may warrant erosion control measures in addition to what is specified herein. The Contractor shall implement whatever measures are determined necessary, as directed by the Owner or Engineer. DUST CONTROL A. Furnish and maintain such facilities or procedures as may be necessary to prevent air -borne dust generated by the construction activities of this project from affecting either the Owner's use of this site or neighboring properties. Damage to adjacent properties through Contractor's neglect of preventing air borne dust shall be paid for by the Contractor. B. C. 1.6 A. B. C. Maintain damp jobsite at all times during demolition/deconstruction. Comply with all provisions of the City of Fort Collins Dust Prevention and Control Manual. PROGRESS CLEANING Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. Remove debris and rubbish from remote spaces prior to enclosing the space. Remove waste materials, debris, and rubbish from site not less than weekly and dispose off -site in accordance with local and state regulations PART 2— PRODUCTS 2.1 MATERIALS A. Erosion and Sediment Control Materials: Refer to specific silt fence and other required materials. B. Straw Bales: Not allowed. C. Wattles: 8" diameter machine -produced tube filled with compacted rice straw in seamless flexible netting material, creating a densely filled fiber log D. Bedding material used shall be equivalent to Colorado Division of Highways Class A filter material. PART 3— EXECUTION 3.1 PREPARATION A. No earth -disturbing activity outside the limits designated on the plans is permitted. B. All required perimeter silt and construction fencing shall be installed prior to any land disturbing activity (stockpiling, stripping, grading, etc.). All other required erosion control measures shall be installed at the appropriate time in the deconstruction sequence as indicated in the approved stormwater and erosion control plan, deconstruction drawings and erosion control report. C. At all times during construction, the Contractor shall be responsible for preventing and controlling onsite erosion including keeping the property sufficiently watered so as to minimize windblown sediment. The Contractor shall also be responsible for installing and maintaining all erosion control and mitigation facilities Issue For Bidding October 28, 2016 01 57 13-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 57 13 EROSION AND SEDIMENT CONTROL D. Pre -disturbance vegetation shall be protected and retained wherever possible. Removal or disturbance of existing vegetation shall be limited to the areas required for immediate deconstruction/demolition operations, and for the shortest practical period of time 3.2 EXECUTION A. All soils exposed during land disturbing activity (stripping, grading, utility installations, stockpiling, filling, etc.) shall be kept in a roughened condition by ripping or disking along land contours until mulch, vegetation or other permanent erosion control best management practices are installed. B. In order to minimize erosion potential, all temporary (structural) erosion control measures shall: Be inspected at a minimum of once after each significant storm event and repaired or reconstructed as necessary in order to ensure the continued performance of their intended function. Remain in place until such time as all the surrounding disturbed areas are sufficiently stabilized as determined by the Owner and Engineer. Be removed after the site has been sufficiently stabilized as determined by the Owner and Engineer. C. No soil stockpile shall exceed 10' in height. All soil stockpiles shall be protected from sediment transport by surface roughening, watering and perimeter silt fencing. Any soil stockpile remaining after 30 days shall be seeded and mulched. D. Silt Fence: Set stakes, construct 4" wide x 4" deep trench upslope of stakes, install fabric to bottom of trench, backfill and compact excavated trench. E. Wattle Sediment Barrier: Wattle sediment barriers will be installed after the initial grading of the site (in swales) and after the installation of storm pipes and inlets. Install wattles with ends tightly abutted. Stake each wattle into the ground with two (2) wooden stakes. PART 1 PRODUCTS (NOT USED) PART 2 EXECUTION (NOT USED) END OF SECTION Issue For Bidding October 28, 2016 01 57 13-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 60 00 SHIPMENT, PROTECTION, AND STORAGE SECTION 0160 00 — SHIPMENT, PROTECTION, AND STORAGE PART GENERAL 1.1 SECTION INCLUDES A. Quality Assurance B. Product delivery, storage, and handling C. Equipment D. Shipping E. Factory -applied coatings F. Storage G. Protection of equipment after installation 1.2 QUALITY ASSURANCE A. To the greatest extent possible, the Contractor shall provide products, materials, or equipment of a singular generic kind from a single source. B. Where more than one choice is available as options for selection of a product, material, or equipment, the Contractor shall select an option which is comparable with other products, materials, or equipment already selected. Compatibility is a basic general requirement of product/material selections. 1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Products shall be delivered, handled, and stored in accordance with manufacturer's written recommendations and by methods and means which will prevent damage, deterioration, and loss including theft. B. Delivery schedules shall be coordinated in accordance with the project construction schedule and controlled to minimize the long-term storage of products at the Site and the overcrowding of construction spaces. C. Contractor shall especially provide delivery/installation coordination to ensure minimum holding or storage time for products recognized as flammable, hazardous, fragile, having a short shelf life, or easily damaged due to deterioration, theft, and/or other source of loss. 1.4 EQUIPMENT A. All equipment shall be protected against damage from moisture, dust, handling, or other cause during transport from manufacturer's premises to Site. Each item or package shall be marked with the number unique to the Specification reference for the specific item. B. Stiffeners shall be used where necessary to maintain shapes and to give rigidity to packaging and/or covers. Parts of equipment shall be delivered in assembled or sub assembled units where possible. Issue For Bidding October 28, 2016 01 60 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 60 00 SHIPMENT, PROTECTION, AND STORAGE 1.5 SHIPPING A. Bearing housings, pipes and other types of openings shall be wrapped or otherwise sealed to prevent contamination by grit and dirt. B. Damage shall be corrected to conform to the requirements of the Contract Documents before the assembly is incorporated into the Work. The Contractor shall bear the costs arising out of dismantling, inspection, repair and reassembly. 1.6 FACTORY -APPLIED COATINGS A. All coatings on all products and equipment shall be intact and free from blemishes and defects. Any blemished or defective coatings shall be repaired at the sole expense of the Contractor responsible for the damage to the Construction Manager's and/or Engineer's approval and in conformance with the manufacturer's recommendations and the Contract Documents. 1.7 STORAGE A. During the interval between the delivery of equipment to the Site and installation, all equipment, unless otherwise specified, shall be stored in an enclosed space affording protection from weather, dust and mechanical damage and providing favorable temperature, humidity and ventilation conditions to ensure against equipment deterioration. Manufacturer's recommendations shall be adhered to in addition to the requirements of the Contract Documents. B. Equipment and materials to be located outdoors may be stored outdoors if approved by the Construction Manager and/or Engineer and if adequately protected against moisture, condensation, sun, temperature, theft, and other outdoor conditions. Equipment shall be stored at least six (6) inches above ground. Temporary power shall be provided to energize space heaters or other heat and/or cooling sources for control of moisture condensation. Space heaters or other heat and/or cooling sources shall be energized without disturbing the sealed enclosure. 1.8 PROTECTION OF EQUIPMENT AFTER INSTALLATION A. After installation, all equipment shall be protected from damage from, including but not limited to, dust, abrasive particles, debris and dirt generated by the placement, chipping, sandblasting, cutting, finishing and grinding of new or existing concrete, terrazzo and metal; and from the fumes, particulate matter, and splatter from welding, brazing and painting of new or existing piping and equipment. 1. As a minimum, vacuum cleaning, blowers with filters, protective shielding, and other dust suppression methods will be required at all times to adequately protect all equipment. 2. During concreting, including finishing, all equipment that may be affected by cement dust must be completely covered. 3. During painting operations, all grease fittings and similar openings shall be covered to prevent the entry of paint. 4. Electrical switchgear, unit substation, and motor load centers shall not be installed until after all concrete work and sandblasting in those areas have been completed and accepted and the ventilation systems installed. B. PVC piping or materials which are to be submerged or buried, shall be installed in locations subject not to exposure to sunlight or more than ambient temperature no earlier than 30 days prior to being placed into service. PART 2 PRODUCTS (NOT USED) Issue For Bidding October 28, 2016 01 60 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 60 00 SHIPMENT, PROTECTION, AND STORAGE PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Bidding October 28, 2016 01 60 00-3 Ditesco TECHNICAL SPECIFICATIONS THE CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 73 29 CUTTING AND PATCHING SECTION 01 73 29 — CUTTING AND PATCHING PART 1 -GENERAL 1.1 SECTION INCLUDES A. Demolition and removal of concrete and asphaltic paving, sidewalk, fencing, vegetation, trees and other work as required herein for a complete and functional project as indicated on the drawings and as specified in this section. B. Submittals C. Project Record Documents D. Regulatory Requirements E. Sequencing F. Scheduling G. Cutting and Patching H. Inspection I. Preparation J. General Requirements K. Disposal L. Site Demolition 1.2 RELATED SECTIONS A. Section 01 52 00—Temporary Construction Facilities: Barricades, fences and landscape protection. Dust control. 1.3 SUBMITTALS A. Submit under provisions of Section 01 33 00. B. Shop Drawings: Indicate demolition, removal sequence, and location of salvageable items. 1.4 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01 33 00 B. Accurately record actual locations of subsurface obstructions. 1.5 REGULATORY REQUIREMENTS A. Conform to applicable State and local codes for demolition of structures, safety of adjacent structures, dust control, and disposal. B. Obtain required permits from authorities. Issue for Bidding: 01 73 29 - 1 Ditesco October 28, 2016 1050 - 203.04 - Muck Excavation (Complete 400.00 CY $32.17 $12,866.72 $32.17 $12,868.00 0.01% In Place) Man Hours: 4.91 CY/MH 81.50 EX -Muck Excavation 400.00 CY $32.17 $12,866.72 Man Hours: 4.91 CY/MH 81.50 Dj GC -Construction Water 16.00 MGAL $5.02 $80.32 0 Construction Water Fort Collins 16.00 MGAL $5.02 $80.32 Legal Haul 400.00 CY $25.21 $10,085.50 Man Hours: 8.89 CY/MH 45.00 EX -Haul Semi / Belly Dump (400.00 CY/DY, 400.00 CY $9.21 $3,685.50 1.00 DY) 14 Truck - Tandem Dump [5] 9.00 HR $53.40 $2,403.00 DR - Truck Driver [5] 9.00 HR $28.50 $1,282.50 AG-CRI-Carr-Aggregate Base Class 5/6 800.00 TON $8.00 $6,400.00 (Connell Resources, Inc) Muck Exc 400.00 CY $6.75 $2,700.90 Man Hours: 10.96 CY/MH 36.50 'k,W EX -Structure Excavation (400.00 CY/DY, 400.00 CY $6.75 $2,700.90 1.00 DY) 14 Pickup 9.50 HR $10.00 $95.00 Q, Foreman - Grading 9.50 HR $38.66 $367.25 Loader CAT 938 9.00 HR $75.75 $681.75 OP - Loader, Small 9.00 HR $29.64 $266.76 LA - Laborer 9.00 HR $24.30 $218.67 14 Excavator KOM 200 / 210 / 228 9.00 HR $83.00 $747.00 :;-:y OP - Excavator, Small 9.00 HR $36.05 $324.47 Al1052 - 203.06 - Haul Off Excess Fill 652.00 CY $11.71 $7,632.32 $11.71 $7,634.92 0.03% Man Hours: 7.90 CY/MH 82.50 EX-400 Backhoe Export Excess- Legal Trucks 652.00 CY $11.71 $7,632.32 Man Hours: 7.90 CY/MH 82.50 Legal Haul 652.00 CY $11.71 $7,632.32 Man Hours: 7.90 CY/MH 82.50 k® EX -Haul Semi / Belly Dump (569.00 CY/DY, 652.00 CY $11.71 $7,632.32 1.15 DY) Truck - Tractor W/ Trailer [8] 10.31 HR $64.01 $5,280.99 DR - Truck Driver [8] 10.31 HR $28.50 $2,351.33 1054 - 203.07 - Unclassified Excavation 2,521.00 CY $8.13 $12,370.98 $8.13 $12,365.73 -0.04% (Cut For Overall Site Grading) Man Hours: 11.14 CY/MH 136.50 EX -Structure Excavation 1,521.00 CY $8.13 $12,370.98 Man Hours: 11.14 CY/MH 136.50 12EX-Structure Excavation (507.00 CY/DY, 1,521.00 CY $8.13 $12,370.98 3.00 DY) I Pickup 28.50 HR $10.00 $285.00 r1,I, Foreman - Grading 28.50 HR $38.66 $1,101.74 f�, LA - Laborer 27.00 HR $24.30 $656.00 Excavator KOM 390 / 400 / 490 27.00 HR $115.25 $3,111.75 ( OP - Excavator, Large 27.00 HR $36.05 $973.42 Loader CAT 966, 970, 972 27.00 HR $95.25 $2,571.75 c� OP - Loader, Large 27.00 HR $38.19 $1,031.13 IV qD Compactor IR 84" Sheeps Foot 27.00 HR $69.00 $1,863.00 (., OP - Roller 27.00 HR $28.79 $777.20 1056 - 212.01 - Finish Grading For 20,000.00 SF $0.60 $11,963.14 $0.60 $12,000.00 0.310/a Landscaping Man Hours: 109.89 SF/MH 182.00 EX -Finish Grading 2,220.00 SY $5.39 $11,963.14 Man Hours: 12.20 SY/MH 182.00 Dj Finish Grading 2,220.00 SY $5.34 $11,862.84 Man Hours: 12.20 SY/MH 182.00 EX -Finish Grading (61.67 SY/PH, 4.00 DY) 2,220.00 SY $5.34 $11,862.84 Pickup 38.00 HR $10.00 $380.00 Foreman - Grading 38.00 HR $38.66 $1,468.99 12/8/2016 1:26:51 PM Lincoin Corridor 1st Street To Bridge 9 TECHNICAL SPECIFICATIONS THE CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 73 29 CUTTING AND PATCHING C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks, or hydrants without written permission from Owner. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 1.6 SEQUENCING A. Sequence work under the provisions of Section 01 32 16. 1.7 SCHEDULING A. Schedule work under the provisions of Sections 01 32 16. B. Provide detailed descriptions for demolition and removal procedures. 1.8 CUTTING AND PATCHING A. Contractor shall be responsible for all cutting, fitting, and patching, including attendant excavation and backfill, required to complete the Work or to: 1. Make its several parts fit together properly 2. Uncover portions of the Work to provide for installation of ill-timed work 3. Remove and replace defective work 4. Remove and replace work not conforming to requirements of Contract Documents 5. Remove samples of installed work as specified for testing B. Provide products as specified or as required to complete cutting and patching operations. C. Inspection: 1. Inspect existing conditions of the Project, including elements subject to damage or to movement during cutting and patching. 2. After uncovering work, inspect the conditions affecting the installation of products, or performance of the work. 3. Report unsatisfactory or questionable conditions to the Engineer in writing; do not proceed with the work until the Engineer has provided further instructions. D. Preparation: 1. Provide adequate temporary support as necessary to assure the structural value of integrity of the affected portion of the Work. 2. Provide devices and methods to protect other portions of the Project from damage. 3. Provide protection from the elements for that portion of the Project which may be exposed by cutting and patching work, and maintain excavations free from water. 4. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances and finishes. 5. Restore work which has been cut or removed; install new products to provide completed Work in accord with requirements of Contract Documents. PART 2 - PRODUCTS NOT USED Issue for Bidding: 01 73 29 - 2 Ditesco October 28, 2016 TECHNICAL SPECIFICATIONS THE CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 73 29 CUTTING AND PATCHING PART 3 - EXECUTION 3.1 INSPECTION A. Verify areas to be demolished are unoccupied and discontinued in use. B. Do not commence work until conditions are acceptable to Engineer. 3.2 PREPARATION A. Provide, erect, and maintain temporary barriers, enclosures, security fences and shoring at demolition/deconstruction locations in accordance with Section 01 52 00 to protect personnel. B. Protect existing structures and utility services designated not to be demolished. C. Provide temporary wiring and connections to maintain existing telephone, electrical, instrumentation and control systems in service during construction (as necessary). D. Protect trees and plants from damage. Erect temporary tree enclosures (fence) as necessary to limit equipment contact with branches or trunks. Reference Section 01 52 00. E. Mark location of existing utilities. Comply with Utility Notification Center of Colorado Requirements. 3.3 GENERAL REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Conduct operations with minimum interference to Owner access. Maintain protected egress and access at all times. C. Sprinkle Work with water to minimize dust at all times. Provide hoses and water connections for this purpose. D. Do not use water to extent causing flooding, contaminated runoff, or icing. E. Break concrete and masonry into sections less than 3 feet in any dimension to facilitate safe removal, deconstruction and reuse. F. Prevent damage to adjacent structures. In the event damage occurs, repair and incur all costs to provide equal or better conditions to that witnessed prior to damage. G. Protect walls or adjacent structures exposed to demolition work. 3.4 DISPOSAL A. Remove demolition and/or deconstruction materials at regular intervals but no longer than weekly. B. Do not burn materials on -site. C. Transport demolition debris to disposal area; reuse materials to salvage vendors or designated storage site. Issue for Bidding: 01 73 29 - 3 Ditesco October 28, 2016 TECHNICAL SPECIFICATIONS THE CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0173 29 CUTTING AND PATCHING 3.5 SITE DEMOLITION A. Disconnect, remove, cap and identify designated utilities within demolition area. B. Remove foundation walls and footings to a minimum of three feet below finished grade. Demolish portions of basement floor slab to allow surface drainage from site as directed by the Engineer. C. Remove asphalt paving, curb, gutter, sidewalk and other concrete slabs to facilitate construction. D. Backfill areas excavated caused as a result of demolition, in accordance with CDOT Division 200 and the LCUASS. E. Rough grade and compact areas affected by demolition to maintain existing site grades and contours. F. Leave site in clean condition. END OF SECTION Issue for Bidding: 01 73 29 - 4 Ditesco October 28, 2016 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 74 00 CLEANING SECTION 01 74 00 — CLEANING PART1 GENERAL 1.1 SECTION INCLUDES A. General work area conditions during construction B. Exterior (site) cleaning 1.2 RELATED SECTIONS A. Division 1—General Requirements B. Cleaning of certain parts of the work described in various sections of the specifications PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 GENERAL WORK AREAS DURING CONSTRUCTION A. Maintain premises free from accumulations of waste and debris caused by work on this project. B. Prevent dust nuisance attributable to this work. C. Recycle construction materials to the greatest extent possible. Separate and reuse materials as applicable. D. Dispose of degradable and non -degradable debris at an approved solid waste disposal site or in an alternate manner approved by Engineer and regulatory agencies. E. Repair, patch, and touch-up marred surfaces to specified finish to match adjacent surfaces. F. On completion of work, leave area in a clean, natural looking condition. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 3.2 EXTERIOR (SITE) CLEANING A. Cleaning During Construction: 1. Construction debris: a. Confine in strategically located container(s) covered to prevent blowing by wind b. Remove from work area to container daily C. Haul from site once a week (minimum) 2. Remove soils, sand, and gravel deposited on paved areas and walks daily or more often as required to prevent muddy or dusty conditions. a. Do not flush into storm sewer system Issue For Bidding October 28, 2016 01 74 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 74 00 CLEANING 3. Comply with stormwater management general permit requirements, and monitor and employ best management practices (BMPs). B. Final Cleaning: 1. Remove trash and debris containers from site: a. Re -sod areas disturbed by location of trash and debris containers 2. Broom clean paved surfaces 3. Rake clean other surfaces of grounds 4. Demobilize all temporary sanitary facilities 3.3 FIELD QUALITY CONTROL A. During substantial completion walk through or prior to start-up, conduct an inspection with Engineer to verify acceptable condition of all work areas. END OF SECTION Issue For Bidding October 28, 2016 01 74 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0175 00 STARTUP AND TESTING OF EQUIPMENT SECTION 01 75 00 — STARTUP AND TESTING OF EQUIPMENT PART 1— GENERAL 1.1 SECTION INCLUDES A. General requirements for startup and testing of equipment. 1.2 RELATED SECTIONS A. Section 01 11 00 — Summary of Work B. Section 01 32 16 — Construction Project Schedules C. Section 01 33 00 — Submittal Procedures D. Section 01 45 00 — Quality Control E. Section 01 77 00 — Close Out Procedures F. Section 01 78 23 — Project Record Documents 1.3 DESCRIPTION A. Contractor shall initially start-up and place all equipment installed by Contractor into successful operation according to manufacturer's written instructions and as instructed by manufacturer's field representative. Contractor shall provide all material, labor, tools, equipment, chemicals, lubricants, and expendables required to complete start-up. B. Contractor shall facilitate integration of all equipment and work in conjunction with Owner in process integration. C. No system or subsystem shall be started up for continuous operation unless all components of that system or subsystem, including instrumentation have been testing and proven to be operable as intended by the Contract Documents. D. General activities include 1. Cleaning. 2. Removing temporary protective coatings. 3. Flushing and replacing greases and lubricants, where required by manufacturer. 4. Lubrication. 5. Check shaft and coupling alignments and reset where needed. 6. Check and set motor, pump and other equipment rotation, safety interlocks, and belt tensions. 7. Check and correct if necessary leveling plates, grout, bearing plates, anchor bolts, fasteners, and alignment of piping which may put stress on pumping equipment connected to it. 8. All adjustments required. E. Provide chemicals and lubricants and all other required operating fluids. Issue For Bidding October 28, 2016 01 75 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 75 00 STARTUP AND TESTING OF EQUIPMENT Provide fuel, electricity, water, filters, and other expendables required for start-up of equipment, unless otherwise specified. 1.4 OWNER FURNISHED MATERIALS & RESOURCES A. Owner shall provide sufficient personnel to assist Contractor in the start-up, but the prime responsibility for proper mechanical operation shall belong to Contractor. It will be the Contractor's responsibility to provide all chemicals and laboratory services necessary for the proper operation of the system during testing and start up. Manufacturer's representatives shall be present during initial startup and operation, unless otherwise acceptable to Owner. B. No system, unit process or any piece of equipment shall be started up for continuous operation without the approved Operation and Maintenance Manuals being turned over to the Owner. C. Training shall be provided prior to turning the operation of a system over to the Owner. Training shall include both classroom and field training. The Contractor shall provide advance training materials and agenda a minimum of two days prior to the training session. The Contractor shall schedule training sessions when convenient for Owner. Training sessions shall be a minimum of/z day for new equipment to Owner. D. Completion of start-up shall be when the Owner assumes responsibility for operation of the equipment. If the Owner does not assume operational responsibility and, in the opinion of the Engineer, start-up tasks are completed, the Engineer will notify Contractor, in writing, of the completion of the start-up period. 1.5 MINIMUM START-UP REQUIREMENTS A. Contractor shall be responsible for all startup, testing, and commissioning of systems integral to the City of Fort Collins. These systems/components include, but are not limited to testing of the following: 1. Lighting System 2. Irrigation system Contractor shall complete testing and shall include scheduling, coordinating, and documenting all startup procedures. Contractor shall coordinate with manufacturer/vendor to complete a final inspection of installed equipment. ManufacturerNendor's Representative shall provide signed "Certificate of Proper Installation" form for all relevant equipment, unless otherwise noted. C. After verification of operational components, Contractor shall coordinate with Engineer to witness final testing of each component. It is anticipated that constant coordination will take place between the Contractor and Engineer during startup activities. PART 2— PRODUCTS NOT USED PART 3- EXECUTION NOT USED END OF SECTION Issue For Bidding October 28, 2016 01 75 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 77 00 CLOSE OUT PROCEDURES SECTION 01 77 00 — CLOSE OUT PROCEDURES PART GENERAL 1.1 SECTION INCLUDES A. Closeout procedures B. Final cleaning C. Contractor's closeout submittals D. Project record documents E. Delivery to Owner F. Substantial completion G. Final inspection H. Final application for payment 1.2 CLOSEOUT PROCEDURES A. Comply with requirements stated in Conditions of the Contract and in specifications for administrative procedures in closing out the Work. B. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. C. Provide submittals to Engineer/Owner that are required by governing or other authorities. D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.4 CONTRACTOR'S CLOSEOUT SUBMITTALS A. Project record documents B. Evidence of payment and waiver of claims/liens: As specified in the General and Supplementary Conditions. C. Final inspection reports by all regulatory agencies demonstrating the agencies' final approval. D. At Contract close-out, deliver Record Documents to Engineer for the Owner. Issue For Bidding October 28, 2016 01 77 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 77 00 CLOSE OUT PROCEDURES E. Accompany submittal with transmittal letter in duplicate, containing: 1. Date 2. Project title and number 3. Contractor's name and address 4. Title and number of each Record Document 5. Signature of Contractor or his authorized representative 1.5 PROJECT RECORD DOCUMENTS A. Provide project record documents under provisions of Section 01 78 23. B. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings 2. Specifications 3. Addenda 4. Change Orders and other Modifications to the Contract 5. Reviewed shop drawings, product data, and samples 6. Field test reports 7. Construction photographs C. Store Record Documents and samples separate from documents used for construction. D. Record information concurrent with construction progress 1. Do not conceal any work until required information is recorded 2. Legibly mark to record actual construction E. Specifications and Addenda —Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name, product model, number, trade name and supplies 2. Product substitutions or alternates utilized 3. Changes made by Addenda, field order or change order F. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Issue For Bidding October 28, 2016 01 77 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 77 00 CLOSE OUT PROCEDURES 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail 4. Details not on original Contract Drawings 5. Changes made by Field Order or by Change Order G. Submit documents to Engineer with claim for final Application for Payment. H. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes I. Make documents and samples available at all times for inspection by Engineer. J. Label each document "Project Record" in neat, large printed letters. 1.6 DELIVERY TO OWNER A. At or prior to the time of the inspection for substantial completion, deliver all required items to Engineer. 1. Contractor and representatives of Owner and Engineer shall inspect and inventory all items delivered. 1.7 SUBSTANTIAL COMPLETION A. Substantial Completion shall not be allowed until each and every component of the project, including roadway construction, bridge construction, signing, striping, landscaping and irrigation, and restoration of surfaces has been completed and approved by Engineer. When Contractor considers the Work to be substantially complete, he shall submit to Engineer: 1. A written notice that the Work or designated portion thereof is substantially complete 2. A list of items to be completed or corrected B. Within a reasonable time after receipt of such notice, Engineer will make an inspection to determine the status of completion. C. Should Engineer determine that the Work is not substantially complete: 1. Engineer will promptly notify the Contractor in writing, giving the reasons therefore. 2. Contractor shall remedy the deficiencies in the Work and send a second written notice of substantial completion to Engineer. 3. Engineer will re -inspect the Work. D. When Engineer finds that the Work is substantially complete, he will: 1. Prepare and deliver to Owner a tentative Certificate of Substantial Completion with a tentative list of items to be completed or corrected before final payment. Issue For Bidding October 28, 2016 01 77 00-3 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1056 - 212.01 - Finish Grading for Landscaping continued) 14 GPS For Blade 36.00 HR $11.50 $414.00 14 Loader JD 210 Skip 36.00 HR $51.25 $1,845.00 { OP - Loader, Small 36.00 HR $29.64 $1,067.04 LA - Skilled Laborer 36.00 HR $24.30 $874.67 Skid Steer Bobcat W/ Attachments 36.00 HR $45.00 $1,620.00 OP - Loader Backhoe / Skid Steer 36.00 HR $30.42 $1,095.26 Excavator Compact John Deer 35 / 60 36.00 HR $50.00 $1,800.00 OP - Excavator, Small 36.00 HR $36.05 $1,297.89 GC -Construction Water 19.98 MGAL $5.02 $100.30 Construction Water Fort Collins 19.98 MGAL $5.02 $100.30 1058 - 3002 - 18" RCP 16.00 LF $357.93 $5,726.88 $357.93 $5,726.88 0.00% Man Hours: 4.53 MH/LF 72.50 SD-18" RCP Storm Sewer 16.00 LF $357.93 $5,726.88 Man Hours: 4.53 MH/LF 72.50 Excavate Storm Drain 16.00 LF $236.34 $3,781.42 Man Hours: 3.41 MH/LF 54.50 RCP - 18" Class III W/ Rubber Gasket Joint 16.00 LF $19.20 $307.20 (Precast Concepts) sk W SD -Storm Sewer Exc & Lay W/ Kom 200 16.00 LF $217.14 $3,474.22 (16.00 LF/DY, 1.00 DY) 14 Pickup 9.50 HR $10.00 $95.00 Q A Foreman - Utility 9.50 HR $40.20 $381.92 14 Excavator KOM 200 / 210 / 228 9.00 HR $83.00 $747.00 (, � OP - Excavator, Small 9.00 HR $36.05 $324.47 0 Loader CAT 938 9.00 HR $75.75 $681.75 Q& OP - Loader, Small 9.00 HR $29.64 $266.76 c LA Pipelayer [2] 9.00 HR $26.65 $479.66 LA - Laborer 9.00 HR $24.30 $218.67 Trench Shoring - Bedding Box 9.00 HR $11.00 $99.00 Trench Shoring - Manhole Box 9.00 HR $10.00 $90.00 Trench Shoring - Trench Box 9.00 HR $10.00 $90.00 SO Storm Bedding Haul 5.56 TON $21.67 $120.59 Trucking (1.00 DY, 0.07 Trucks, 0.70 5.56 TON $8.67 $48.26 TON/HR) AG-CRI-Carr-Bedding Rock 1" Grading 57 5.56 TON $13.00 $72.33 (Connell Resources, Inc) SD -Storm Sewer Backfill <=36" 16.00 LF $114.05 $1,824.87 Man Hours: 1.13 MH/LF 18.00 GC -Construction Water 1.92 MGAL $5.02 $9.64 j%j Construction Water Fort Collins 1.92 MGAL $5.02 $9.64 Storm Backfill <=36 16.00 LF $113.45 $1,815.23 Man Hours: 1.13 MH/LF 18.00 k,k,W SD -Storm Sewer Backfill With Wheel 16.00 LF $113.45 $1,815.23 (16.00 LF/DY, 1.00 DY) Excavator KOM 200 / 210 / 228 9.00 HR $83.00 $747.00 j OP - Excavator, Small 9.00 HR $36.05 $324.47 Water Truck 3500 Gal 9.00 HR $53.00 $477.00 DR - Water Truck 9.00 HR $29.64 $266.76 { f 1060 - 3004 - 18" RCP FES 1.00 EACH $528.00 $528.00 $528.00 $528.00 0.00% D} SD-18" RCP FES 1.00 EACH $528.00 $528.00 rv' RCP - 18" FES (Precast Concepts) 1.00 EACH $528.00 $528.00 f Da 1062 - 3005 - 18" Tideflex 1.00 EACH $4,270.00 $4,270.00 $4,270.00 $4,270.00 -0.00% CI-G-18" TF-1 Tide Flex Check Valve 1.00 EACH $4,270.00 $4,270.00 1064 - 3006 - Type 13 Inlet 1.00 EACH $4,689.24 $4,689.24 $4,689.24 $4,689.24 -0.00% Man Hours: 22.75 MH/EACH 22.75 SD -Inlet Type 13 1.00 EACH $4,689.24 $4,689.24 Man Hours: 22.75 MH/EACH 22.75 Type 13 Inlet (Concrete Structures Inc) 1.00 EACH $3,179.00 $3,179.00 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 10 TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 0177 00 CLOSE OUT PROCEDURES CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR After consideration of any objections made by the Owner as provided in Conditions of the Contract and when Engineer considers the Work substantially complete, he will execute and deliver to the Owner and the Contractor a definite Certificate of Substantial Completion with a revised tentative list of items to be completed or corrected. 1.8 FINAL INSPECTION A. When Contractor considers the Work is complete, he shall submit written certification that: 1. Contract Documents have been reviewed 2. Work has been inspected for compliance with Contract Documents 3. Work has been completed in accordance with Contract Documents 4. Performance testing has been completed in the presence of Owner or Owner's representative 5. Work is completed and ready for final inspection a. Final completion shall be defined as all site work complete, punch list complete, clean up and demobilization complete; the site restored to finish grades and original condition. B. Engineer and Owner will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should Engineer consider that the Work is incomplete or defective: Engineer will promptly notify the Contractor in writing listing the incomplete or defective work. Contractor shall take immediate steps to remedy the stated deficiencies and send a second written certification to Engineer that the Work is complete Engineer will re -inspect the Work D. When the Engineer finds that the Work is acceptable under the Contract Documents, he shall request the Contractor to make closeout submittals. 1.9 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Bidding October 28, 2016 01 77 00-4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS SECTION 01 78 00 — OPERATION AND MAINTENANCE MANUALS PART GENERAL 1.1 SECTION INCLUDES A. Operation and maintenance information and instructions shall be provided in accordance with this Specification section and as required in other individual Specification sections of the Project Manual. Operation and maintenance information shall be provided for each system as well as for each maintainable piece of equipment, equipment assembly or subassembly, and material provided under this Contract. B. Contractor must provide submittals within 60 days of startup and testing of equipment. Final O&M Manuals to be provided within 30 days of successful operation of equipment. 1.2 QUALITY ASSURANCE A. Reference Codes and Specifications 1. No current government or commercial specifications or documents apply. 1.3 SUBMITTALS A. Submittal of operation and maintenance information in the O&M Manuals shall conform to this Specification section, Specification Section 01 33 00, and the requirements of the other individual Specification sections included in the Project Manual. B. The Contractor shall submit to the Engineer a sample of the binders, indices, and makeup of the O&M Manuals for review and approval. In addition, the Contractor shall supply a tabular listing of all the operation and maintenance information/instruction materials required for the Work with an appropriate labeling and sequencing scheme for the Engineer's review and approval. C. Prior to the Work reaching 50 percent completion, submit to the Engineer for approval the requisite number of review copies of the O&M Manuals with all specified material. If a resubmittal(s) is required, submit the same number of copies required for the initial review. D. Furnish to the Engineer three (3) review copies of the Operation and Maintenance Manuals (O&M Manuals) containing operational and maintenance information for all equipment and associated control systems furnished and installed. E. Electronic Operation and Maintenance Manual submittal option: For the initial Operation and Maintenance Manual (O&M Manual) submittals except as otherwise noted herein, the Contractor may at his option provide two (2) compact discs (CDs) each containing electronic copies of the documentation in a single portable document format (.pdf) file. 1. The CDs will not be returned; only review comments will be returned. 2. After initial review, resubmittal (if required), and acceptance of the O&M Manuals, provide three (3) hard copies of all final operation and maintenance manual documentation organized in pre -approved binders per paragraph 1.3 B. 3. Furnish two (2) electronic/digital copies of the final O&M Manuals. The electronic copy shall be a replica of the accepted hard copy, organized in the same manner as the hard copy. The electronic copy shall be a single portable document format (.pdf) file on a compact disc (CD) which shall be installed in a sleeve contained within the hardcopy binder. Issue For Bidding October 28, 2016 01 78 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS F. Submit all material for the final O&M Manuals prior to requesting certification of Substantial Completion. PART2 PRODUCTS 2.1 FORMAT AND CONTENTS A. Organize each of the O&M Manuals into sections paralleling the equipment Specifications sections in numerical order by the equipment numbers assigned in the Project Manual. 1. Use 3-ring, hard -back binders. 2. A single binder may contain operation and maintenance information/instruction materials for several individual pieces of equipment, equipment assembly or subassembly, and material as appropriate to fill the binder. 3. Label multiple O&M Manual binders as "Volume 1", "Volume 2," and so on. 4. Furnish all operation and maintenance information material in the O&M Manuals on 8- 1/2" x 11" commercially printed or typed forms or an alternative format accepted by the Engineer. 5. Punch all loose data for binding. Arrange composition and printing so that punching does not obliterate any data. 6. Print on the cover and binding edge of each volume of the O&M Manuals the Project title, and such other pertinent information as furnished and approved by the Engineer. 7. Include the table of contents for the entire set in each binder, identified by the contents in each volume number. 8. Identify each section of the O&M Manuals using heavy section dividers with reinforced holes and numbered plastic index tabs to permit easy location of desired information. 9. Provide space in the manuals for additional material. 10. In addition to the hard copy O&M Manuals, an electronic version of the O&M must be contained within each binder or set of binders in accordance with Section paragraph 1.3 E.3. B. Prepare and arrange each copy of the O&M Manuals as follows: 1. One copy of the Equipment Maintenance Data Summary Sheet for each item of equipment (see sample form under Part 4 of this Specification section). 2. One copy of the Equipment Preventive Maintenance Data Summary Sheet for each item of equipment (see sample form under Part 4 of this Specification section). 3. One copy of the manufacturer's operating and maintenance instructions for each item of equipment. a. Operating instructions include equipment start-up, normal operation, shutdown, emergency operation and troubleshooting. b. Maintenance instructions include equipment installation, calibration and adjustment, preventive and repair maintenance, lubrication, troubleshooting, parts list and recommended spare parts. 4. List of electrical relay settings and control and alarm contact settings. 5. Electrical interconnection wiring diagram for equipment furnished including all control and lighting systems. 6. One valve schedule giving valve number, location, fluid, and fluid destination for each valve installed. Group all valves in same piping systems together in the schedule. Obtain a sample of the valve numbering system from the Engineer. C. Leave all operating and maintenance material that comes bound by the equipment manufacturer in its original bound state. Cross reference the appropriate sections of the O&M Manuals to the manufacturers' bound materials. 2.2 TYPES OF INFORMATION REQUIRED Issue For Bidding October 28, 2016 01 78 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS A. General 1. Operation and maintenance information/instruction materials shall be adequately indexed, and shall contain the following information: a. Contractor's names, addresses, and telephone numbers. b. Alphabetical list of all system components with the name and address and 24- hour phone number of the company responsible for servicing each item during the first year of operation. C. Guarantees and warranties of all equipment whenever applicable. d. All data applicable to the installed equipment including, but not limited to: Shop Drawings, record drawings, installation instructions, lubrication instructions, wiring diagrams, operating instructions, start-up procedures, shut -down procedures, trouble -shooting and repair guides, emergency guidelines, spare part and supply lists and vendors, and other relevant information. 2. In addition, the O&M Manuals shall include all of the applicable items of information listed in this section for each system as well as for each maintainable piece of equipment, equipment assembly or subassembly, and material provided under this Contract. B. Operating Instructions Specific instructions, procedures, and illustrations shall be provided for the following phases of operations: a. Safety precautions — List personnel hazards for equipment and list safety precautions for all operating conditions. b. Operator prestart — Provide requirements to set up and prepare each system for use. C. Startup, shutdown, and post shutdown procedures — Provide a control sequence for each of these operations. d. Normal operations — Provide control diagrams with data to explain operation and control of systems and specific equipment. e. Emergency operations — Provide emergency procedures for equipment malfunctions to permit a short period of continued operation or to shut down the equipment to prevent further damage to systems and equipment. Include emergency shutdown instructions for fire, explosion, spills, or other foreseeable contingencies. Provide guidance on emergency operations of all utility systems including valve locations and portions of systems controlled. f. Operator service requirements — Provide instructions for services to be performed by the operator such as lubrication, adjustments, and inspection. g. Environmental conditions — Provide a list of environmental conditions (temperature, humidity, and other relevant data) which are best suited for each product or piece of equipment and describe conditions under which equipment should not be allowed to run. C. Preventive Maintenance The following information shall be provided for preventive and scheduled maintenance to minimize corrective maintenance and repair: a. Lubrication data — Provide lubrication data, other than instructions for lubrication in accordance with paragraph 2.1-6.6. above. 1) A table showing recommended lubricants for specific temperature ranges and applications. 2) Charts with a schematic diagram of the equipment showing lubrication points, recommended types and grades of lubricants, and capacities. 3) A lubrication schedule showing service interval frequency. b. Preventive maintenance plan and schedule. Issue For Bidding October 28, 2016 01 78 00-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS 1) Provide manufacturer's schedule for routine preventive maintenance, inspections, tests, and adjustments required to ensure proper and economical operation and to minimize corrective maintenance and repair. 2) Provide manufacturer's projection of preventive maintenance man hours on a daily, weekly, monthly, and annual basis including craft requirements by type of craft. D. Corrective Maintenance 1. Manufacturer's recommendations shall be provided on procedures and instructions for correcting problems and making repairs. a. Troubleshooting guides and diagnostic techniques: 1) Provide step-by-step procedures to promptly isolate the cause of typical malfunctions. 2) Describe clearly why the checkout is performed and what conditions are to be sought. 3) Identify tests or inspections and test equipment required to determine whether parts and equipment may be reused or requires replacement. b. Wiring diagrams and control diagrams: Wiring diagrams and control diagrams shall be point-to-point drawings of wiring and control circuits including factory - field interfaces. 1) Provide a complete and accurate depiction of the actual job specific wiring and control Work. 2) On diagrams, number electrical and electronic wiring and pneumatic control tubing and the terminals for each type identified to actual installation numbering. C. Maintenance and repair procedures: Provide instructions and list tools required to restore product or equipment to proper condition or operating standards. d. Removal and replacement instructions: 1) Provide step-by-step procedures and list required tools and supplies for removal, replacement, disassembly, and assembly of components, assemblies, subassemblies, accessories, and attachments. 2) Provide tolerances, dimensions, settings, and adjustments required. 3) Instructions shall include a combination of tests and illustrations. e. Spare parts and supply lists: 1) Provide lists of spare parts and supplies required for maintenance and repair to ensure continued service or operation without unreasonable delays. 2) List spare parts and supplies that have a long lead time to obtain. f. Corrective maintenance man hours: 1) Provide manufacturer's projection of corrective maintenance man hours including craft requirements by type of craft. 2) Corrective maintenance that requires participation of the equipment manufacturer shall be identified and tabulated separately. E. Appendices 1. Include information not specified in the preceding paragraphs but pertinent to the maintenance or operation of the product or equipment. The following information shall be provided: a. Parts identification — Provide identification and coverage for all parts of each component, assembly, subassembly, and accessory of the end items subject to replacement. 1) Include special hardware requirements, such as requirement to use high - strength bolts and nuts. 2) Identify parts by make, model, serial number, and source of supply to allow reordering without further identification. Issue For Bidding October 28, 2016 01 78 00-4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS 3) Provide clear and legible illustrations, drawings, and exploded views to enable easy identification of the items. When illustrations omit the part numbers and description, both the illustrations and separate listing shall show the index, reference, or key number which will cross-reference the illustrated part to the listed part. 4) Parts shown in the listings shall be grouped by components, assemblies, and subassemblies. b. Warranty information — List and explain the various warranties and include the servicing and technical precautions prescribed by the manufacturers or Contract Documents to keep warranties in force. C. Personnel training requirements — Provide information available from the manufacturers to use in training designated personnel to operate and maintain the equipment and systems properly. d. Testing equipment and special tool information — Provide information on test equipment required to perform specified tests and on special tools needed for the operation, maintenance, and repair of components. e. Calibration procedures — Where appropriate, provide instructions and procedures for calibration of all detection and measurement devices. 1) Information shall include required frequency of calibration, detailed method of calibration, equipment necessary to calibrate the end instruments, the secondary standard information on calibration of required test equipment, and a calibration log for each end instrument. PART 3 EXECUTION 3.1 TRANSMITTAL PROCEDURE A. Unless otherwise specified, the O&M Manuals and associated operation and maintenance information and data shall be transmitted in accordance with Specification Section 01 33 00 accompanied by an Operation and Maintenance Manual Transmittal. In addition, the O&M Manuals should include an Equipment Maintenance Data Summary Sheet and an Equipment Preventive Maintenance Data Summary Sheet for each piece of equipment referenced. The Operation and Maintenance Manual Transmittal shall be used as a checklist to ensure O&M Manuals are complete. Only complete sets of operation and maintenance information and instructions will be reviewed for acceptance. B. For ease of identification, each manufacturer's brochure, handbook, and/or operation and maintenance materials shall be appropriately labeled with the equipment name and equipment number as it appears in the Project Manual. The information shall be organized in binders, as described in this Specification section. C. If manufacturers' standard brochures and handbooks are used to describe operation and maintenance procedures, such brochures and handbooks shall be modified to reflect only the model or series of equipment used on this Project. Extraneous material shall be crossed out neatly or otherwise annotated or eliminated. 3.2 EQUIPMENT STARTUP A. Under no circumstance will Contractor be allowed to start up equipment until the final O&M Manuals have been received_ 3.3 OWNER'S OPERATOR TRAINING A. The O&M Manuals must be submitted and accepted before on -Site training may start as required of Specification Section 01 79 00. Issue For Bidding October 28, 2016 01 78 00-5 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS 3.4 FIELD CHANGES A. Following the acceptable installation and operation of an equipment item, the item's instructions and procedures shall be modified and supplemented by the Contractor to reflect any field changes or information requiring field data. PART 4 FORMS 4.1 OPERATIONS AND MAINTENANCE FORMS A. The following forms are to be used for the purpose of preparing and submitting O&M Manuals. 1. The Operation and Maintenance Manual Transmittal form is to be used when tendering O&M Manuals. 2. The Equipment Maintenance Data Summary Sheet form is to be used to document all noted data applicable to each piece of installed equipment. 3. The Equipment Preventive Maintenance Data Summary Sheet form is to be used to list and describe all preventive and scheduled maintenance. B. A digital version of these forms can be obtained from the Engineer upon request. END OF SECTION Issue For Bidding October 28. 2016 01 78 00-6 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 78 39 PROJECT RECORD DOCUMENTS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 78 39 — PROJECT RECORD DOCUMENTS PART1 GENERAL 1.1 SECTION INCLUDES A. Maintenance of record documents. Throughout progress of Work, maintain an accurate record of changes in the Contract Documents and detailed documentation of location of subsurface utilities and, upon completion of Work, transfer recorded changes to set of Record Documents. 1.2 SUBMITTALS A. Comply with pertinent provisions under Section 01 33 00. B. Engineer's acceptance of the current status of Project Record Documents will be a prerequisite to Engineer's recommendation for payment of progress payments and final payment under the Contract. C. Prior to submitting each request for progress payment, secure Engineer's acceptance of the current status of the Project Record Documents. D. Prior to submitting request for final payment, submit the final Project Record Documents to Engineer for acceptance. 1.3 QUALITY ASSURANCE A. Delegate the responsibility for maintenance of Record Documents to one person on Contractor's staff acceptable to Engineer. B. Accuracy of records: Thoroughly coordinate changes within Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future searches for items shown in the Contract Documents may rely reasonably on information obtained from accepted Project Record Documents. C. Make entries within 24 hours after receipt of information that the change has occurred. 1.4 DELIVERY, STORAGE, AND HANDLING A. Maintain job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. B. In the event of loss of recorded data, use means necessary to again secure the data for Engineer's acceptance. Such means shall include, if necessary in the opinion of Engineer, removal and replacement of concealing materials. Issue For Bidding October 28, 2016 01 78 39 -1 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 78 39 PROJECT RECORD DOCUMENTS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 2. In such case, provide replacement to the standards originally required by the Contract Documents. PART PRODUCTS 2.1 RECORD DOCUMENTS A. Job set: Promptly following receipt of Owner's Notice to Proceed, secure from Engineer at no charge to Contractor one complete set of all Documents comprising the Contract. B. Final Record Documents: At a time nearing the completion of the Work, secure from Engineer at no charge to Contractor one complete set of prints of all Drawings in the Contract. PART 3 EXECUTION 3.1 MAINTENANCE OF JOB SET A. Immediately upon receipt of job set, identify each of the Documents with the title, "RECORD DOCUMENTS —JOB SET" B. Preservation: 1. Devise a suitable method acceptable to Engineer for protecting job set, considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed. 2. Do not use job set for any purpose except entry of new data and for review by Engineer, until start of transfer of data to final Project Record Documents. 3. Maintain job set at the site of Work. C. Making entries on Drawings: 1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. 2. Alternatively, make the change electronically, utilizing a PDF software, with red markings. 3. Date all entries. 4. Call attention to the entry by a "cloud" drawn around the area or areas affected. 5. In the event of overlapping changes, use different colors for the overlapping changes. D. Make entries in pertinent other Documents accepted by Engineer 1. Show on the job set of Record Drawings, by dimension accurate to within one inch, the centerline of each run of items described above. a. Clearly identify the item by accurate note such as "cast iron drain," "galv. water," and the like. Issue For Bidding October 28, 2016 01 78 39 -2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 39 PROJECT RECORD DOCUMENTS Show, by symbol or note, the vertical location of the item ("under slab," "exposed," and the like). C. Make all identifications so descriptive that it may be related reliably to the Specifications. 3.2 FINAL PROJECT RECORD DOCUMENTS A. The purpose of final Project Record Documents is to provide factual information regarding all aspects of Work, both concealed and visible, to enable future modification of Work to proceed without lengthy and expensive site measurement, investigation, and examination. B. Acceptance of recorded data prior to transfer: Following receipt of print copies for Final Record Documents, and prior to start of transfer of recorded data thereto, secure Engineer's acceptance of all recorded data. 2. Make required revisions. C. Transfer of data to Drawings: Carefully transfer change data shown on job set of Record Drawings to the corresponding prints, coordinating the changes as required. Clearly indicate at each affected detail and other Drawing, a full description of changes made during construction, and the actual location of items to be located. Call attention to each entry by drawing a "cloud" around the area or areas affected. 4. Make changes neatly, consistently, and with the proper media to assure longevity and legibility. D. Transfer of data to other Documents: If Documents other than Drawings have been kept clean during progress of Work, and if entries thereon have been orderly and acceptable to Engineer, the job set of those Documents other than Drawings will be accepted as final Record Documents. 2. If any such Document is not acceptable to Engineer, secure a new copy of that Document from the Engineer at Engineer's usual charge for reproduction and handling, and carefully transfer the changed data to the new copy for acceptance by Engineer. E. Review and submittal: Submit completed set of Project Record Documents to Engineer as described above and under provisions of Section 01 33 00. 2. Participate in review meetings as required. 3. Make required changes and promptly deliver final Project Record Documents to Engineer. 3.3 CHANGES SUBSEQUENT TO ACCEPTANCE Issue For Bidding October 28, 2016 01 78 39 -3 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1064 - 3006 - Type 13lnlet continued) SD-Backfill Drainage Structure Backfll Drainage Structure kw SD -Inlet Backfill (2.00 EACH/DY, 0.50 DY) s. Compactor Walk Behind 33" OSR 4, Loader CAT 938 Pickup r_O LA - Laborer [2] !� OP - Loader, Small c� Foreman - Utility Backhoe Loader CAT 430 OP - Loader Backhoe / Skid Steer GC -Construction Water 3:� Construction Water Fort Collins D 1066 - 412 - Concrete Pavement (7.5 Inch) D} EX -Fine Grade Concrete Flatwork b,:w EX -Fine Grade Concrete Flatwork (2,481.00 SF/DY, 1.09 DY) Pickup Foreman - Base 14 Loader JD 210 Skip f d OP - Loader, Small 14 Water Truck 1500 Gal [0.5] DR - Water Truck [0.5] r LA Laborer 14 Compactor Walk Behind 33" OSR Concrete Pavement (7.5 Inch) (Villalobos Concrete Company UDBE) 1068 - 608.01 - Standard Gray Concrete Sidewalk (6 Inch) 1.00 EACH $1,510.24 $1,510.24 Man Hours: 22.75 MH/EACH 22.75 1.00 EACH $1,490.16 $1,490.16 Man Hours: 22.75 MH/EACH 22.75 1.00 EACH $1,490A6 $1,490.16 4.50 HR $32.50 $146.25 4.50 HR $75.75 $340.88 4.75 HR $10.00 $47.50 4.50 HR $24.30 $218.67 4.50 HR $29.64 $133.38 4.75 HR $40.20 $190.96 4.50 HR $61.25 $275.63 4.50 HR $30.42 $136.91 4.00 MGAL $5.02 $20.08 4.00 MGAL $5.02 $20.08 300.00 SY $70.85 $21,254.75 Man Hours: 2,700.00 SF $0.82 $2,218.28 Man Hours: 2,700.00 SF $0.82 $2,218.28 10.34 HR $10.00 $103.39 10.34 HR $37.35 $386.11 9.79 HR $51.25 $501.96 9.79 HR $29.64 $290.31 9.79 HR $48.00 $235.07 9.79 HR $29.64 $145.15 9.79 HR $24.30 $237.97 9.79 HR $32.50 $318.32 300.00 SY $63.45 $19,036.47 1,000.00 SY $52.19 $52,185.22 $70.85 $21,255.00 8.61 SY/MH 34.82 77.53 SF/MH 34.82 0.00% $52.19 $52,190.00 0.010/0 Man Hours: 8.61 SY/MH 116.08 B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 30 to 32. The description was changed from 'Concrete Bikeway (6 Inch) (Fibermesh)' to 'Standard Gray Concrete Sidewalk (6 Inch) '. The bid quantity was changed from 590 SY to 962 SY. S} Standard Gray Concrete Sidewalk (6 Inch) 1,000.00 SY $44.79 $44,790.97 (Villalobos Concrete Company UDBE) Dj EX -Fine Grade Concrete Sidewalk 9,000.00 SF $0.82 $7,394.26 Man Hours: 77.53 SF/MH 116.08 tkW EX -Fine Grade Concrete Flatwork (2,481.00 9,000.00 SF $0.82 $7,394.26 SF/DY, 3.63 DY) Pickup 34.46 HR $10.00 $344.62 Foreman - Base 34.46 HR $37.35 $1,287.04 Loader JD 210 Skip 32.65 HR $51.25 $1,673.22 OP - Loader, Small 32.65 HR $29.64 $967.69 Water Truck 1500 Gal [0.5] 32.65 HR $48.00 $783.56 DR - Water Truck [0.5] 32.65 HR $29.64 $483.85 LA - Laborer 32.65 HR $24.30 $793.23 Compactor Walk Behind 33" OSR 32.65 HR $32.50 $1,061.06 1070 - 608.02 - Colored Concrete Crosswalk 70.00 SY $67.12 $4,698.67 $67.12 $4,698.40 -0.01% (7.5 Inch) Man Hours: 8.61 SY/MH 8.13 Colored Concrete Crosswalk (7.5 Inch) 70.00 SY $59.73 $4,181.07 (Villalobos Concrete Company UDBE) EX -Fine Grade Concrete Flatwork 630.00 SF $0.82 $517.60 Man Hours: 77.53 SF/MH 8.13 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 11 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 39 PROJECT RECORD DOCUMENTS A. Contractor has no responsibility for recording changes in Work subsequent to Final Completion, except for changes resulting from Warranty work. END OF SECTION Issue For Bidding October 28, 2016 01 78 39 -4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 79 00 TRAINING SECTION 01 79 00 — TRAINING PART1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance B. Submittals C. Lesson Plans D. General E. Schedule F. Classroom training G. Field training 1.2 QUALITY ASSURANCE A. Where specified, provide on-the-job training of Owner's personnel. Training sessions shall be conducted by qualified, experienced, factory -trained representatives of the various equipment manufacturers. Training shall include instruction in both operation and maintenance of the subject equipment. 1.3 SUBMITTALS A. The following information shall be submitted in accordance with the provisions of Specification Section 01 33 00. The material shall be reviewed and accepted by the Construction Manager and Engineer not less than three (3) weeks prior to the provision of training. 1. Lessons plans for each training session to be conducted by the manufacturer's representatives. In addition, training manuals, handouts, visual aids, and other reference materials shall be included. 2. Subject of each training session, identity and qualifications of individuals to be conducting the training, and tentative date, time, and duration of each training session. 3. Following completion of training, submit completed "Manufacturer's Certificate of Instructional Services" included in Part 4 of this Specification section. PART PRODUCTS 2.1 LESSON PLANS A. Formal written lesson plans shall be prepared for each training session. Lesson plans shall contain an outline of the material to be presented along with a description of visual aids to be utilized during the session. Each plan shall contain a time allocation for each subject. B. Furnish ten (10) copies of necessary training manuals, handouts, visual aids and reference materials to the Construction Manager at least one (1) week prior to each scheduled training session. C. One complete set of hard -copy originals of the lesson plans, training manuals, handouts, visual aids, and reference material suitably bound for proper organization and easy reproduction shall Issue For Bidding October 28, 2016 01 79 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 79 00 TRAINING be delivered to the Construction Manager to become the property of the Owner to be used for future training. A digital copy of all materials shall also be provided in portable document format (.pdf). D. Format and Content 1. Each training session shall be comprised of time spent both in the classroom and at the specific location of the subject equipment or system. 2. As a minimum, training sessions shall cover the following subjects for each item of equipment or system: a. Familiarization. 1) Review catalog, parts lists, drawings, etc., which have been previously provided for the plant files and in the "Operation and Maintenance Manuals." 2) Present the check-out procedures for the installation of the specific equipment items. 3) Demonstrate each item of equipment and each system. 4) Answer questions. b. Safety. 1) Using material previously provided, review safety references. 2) Discuss proper precautions around equipment. C. Operation. 1) Review reference literature. 2) Explain all modes of equipment and system operation —operator prestart, startup, shutdown, post shutdown, normal operation, and emergency operation. 3) Review all operating parameters for specific equipment/system and any and all interrelated equipment/systems. 4) Review all associated environmental conditions that could affect equipment/ system operation. 5) Check out Owner's personnel on proper use of the equipment. d. Preventive maintenance. 1) Review reference material and provide instruction on preventive maintenance (PM) procedures including daily, weekly, monthly, quarterly, semiannual, annual, and situational jobs. 2) Review craft requirements, tools and special tools, and time required to perform jobs. 3) Show how to perform PM jobs. 4) Show Owner's personnel what to look for as indicators of equipment problems. e. Corrective maintenance. 1) List possible problems. 2) Discuss repairs. 3) Point out special problems. 4) Review needs for various crafts/skills and special tools. 5) Review time requirements. 6) Open up equipment and demonstrate procedures, where practical. f. Parts and service. 1) Show how to use previously provided parts lists and procedures for ordering parts. 2) Check over spare parts on hand. 3) Make recommendations regarding additional parts that should be available. 4) Provide name, address, and telephone numbers of local representatives to order parts and to get service and/or emergency help. g. "Operation and Maintenance Manuals." 1) Review any other material included in the "O&M Manuals." Issue For Bidding October 28, 2016 01 79 00-2 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 79 00 TRAINING 2) PART 3 EXECUTION 3.1 GENERAL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR Update material, as required. A. Where specified, the Contractor shall conduct training sessions for the Owner's personnel to instruct the staff on the proper operation, care, and maintenance of the equipment and systems installed under this Contract. 1. Training shall take place at the Site of the Work and under the conditions specified in the following paragraphs. 2. Provide all audio and/or visual equipment needed to present the required training. 3. The O&M Manuals must be submitted and accepted in accordance with Specification Section 01 78 00 before on -Site training may start. 3.2 SCHEDULE A. Training shall be conducted in conjunction with operational testing and commissioning periods as specified in Section 01 79 00. 1. Classes shall be scheduled such that classroom sessions are interspersed with field instruction in logical sequence. 2. Arrange to have the training conducted on consecutive days, with no more than six (6) hours of classes scheduled for any one day. 3. Concurrent classes shall not be allowed. 3.3 CLASSROOM TRAINING A. As a minimum, classroom equipment training for operations personnel will include the following services for each item of equipment and/or system as required in individual Specification sections: 1. Using slides and drawings, discuss the equipment's specific location in the plant and an operational overview. Discuss purpose and function of the equipment. Provide a working knowledge of the operating theory of the equipment. 2. Operator prestart, startup, shutdown, post shutdown, normal, and emergency operating procedures, including a discussion on system integration and electrical interlocks, if any. 3. Identify and discuss safety items and procedures. 4. Routine preventive maintenance, including specific details on lubrication and maintenance. Required equipment exercise procedures and intervals. Operator detection, without test instruments, of specific equipment trouble symptoms. Equipment inspection and troubleshooting procedures including the use of applicable test instruments and the "pass" and "no pass" test instrument readings. Routine and long- term calibration procedures. 5. Routine disassembly and assembly of equipment if applicable (as judged by the Owner on a case -by -case basis) for purposes such as operator inspection of equipment. 6. Routine records keeping. B. Additional training services shall be provided, where specifically required in individual Specification sections. 3.4 FIELD TRAINING A. As a minimum, hands-on equipment training for Owner's operations personnel will include identifying location of equipment and reviewing the purpose of piping, valves, and flow options; identifying instrumentation including location of primary element, location of instrument readout, basic operation, and information interpretation. Issue For Bidding October 28, 2016 01 79 00-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 79 00 TRAINING B. Discuss, demonstrate, and perform standard operating procedures and round checks. Discuss and perform the preventive maintenance activities and perform startup and shutdown procedures. Perform the required equipment exercise procedures. Perform routine disassembly and assembly of equipment if applicable. Identify and review safety items and perform safety procedures, if feasible. C. Demonstrate preventive maintenance such as lubrication; normal maintenance such as belt, seal, and bearing replacement; and up to major repairs such as replacement of major equipment part(s) with the use of special tools, bridge cranes, welding jigs, etc. D. Perform Owner approved practice maintenance and repair job(s), including mechanical and electrical adjustments and calibration and troubleshooting equipment problems. END OF SECTION Issue For Bidding October 28, 2016 01 79 00-4 Ditesco E. Lincoln Avenue Bridge REVISION OF SECTION 207 TOPSOIL October 12, 2016 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. Irrigated Planting Area Topsoil — Re -distributed salvaged / stockpiled existing topsoil to a compacted depth of 6" and amend with 4 cu. yds. / 1,000 sq.ft. compost. If existing/stockpiled quantities are insufficient, provide an imported topsoil / compost mix (pre -amended) or provide 6" of topsoil and incorporated 4 cu. yds. compost onsite. B. Native Seed Topsoil - Re -distributed salvaged / stockpiled existing topsoil to a compacted depth of 6". If existing/stockpiled quantities are insufficient, provide imported topsoil to a depth of 6". Compost not required in areas of non -irrigated native seed. 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: 1. 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 E. Lincoln Avenue Bridge October 12, 2016 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 Subsection 207.03 Topsoil Materials and Depths: A. Irrigated Planting Area Topsoil - Shall be placed at locations over the previously graded and compacted subgrade to a minimum compacted depth of 6". B. 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: 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 City 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 mulches. 2. In seeded areas, reduce elevation of finished surface to '/2" below the adjacent pavement / curb elevation. C. Moisten prepared irrigated planting 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: E. Lincoln Avenue Bridge October 12, 2016 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: Pay Unit Irrigated Planting Area Topsoil (with compost) Cubic Yard Native Seed Topsoil (compost not required) Cubic Yard Payment for topsoil shall include soil loosening, soil procurement, placement, and soil amendments required to produce satisfactory soil for planting. 3 E. Lincoln Avenue Bridge October 12, 2016 REVISION OF SECTION 212 SEEDING, FERTILIZING, 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 shall be City of Fort Collins recommended `Upland Mix` as follows: Common Name Scientific Name Seeds/lb Percent Sub- percent PLS Seeds Number/s.f. Ibs/PLS/acre Beeplant Cleome serrulata 113,000 40% 10% 3 1.08 Hairy goldenaster Heterotheca villosa (Chrysopsis villosa) 336,000 10% 3 0.36 Purple Prairie Clover Dalea purpurea 300,000 10% 3 0.41 Wallflower Erysimum asperum 1,085,504 10% 3 0.11 Annual sunflower Helianthus annuus 59,000 10% 3 2.07 Dotted gayfeather Liatris punctata 168,000 10% 3 0.73 Blue flax Linum lewsii 295,000 10% 3 0.41 Prairie aster Machaeranthera tanacetifolia 496,000 10% 3 0.25 Mexican hat Ratibida columnifera 1,200,000 10% 3 0.10 American vetch Vicia americana 20,000 10% 3 6.10 Forb Total** 100% 28 11.61 Sideoats Grama Bouteloua curtipendula 190,000 60% 10% 4 0.96 Buffalograss Bouteloua dactyloides 56,000 10% 4 3.27 Blue Grama Bouteloua gracilis 825,000 10% 4 0.22 Prairie Sandreed Calamovilfa longifolia 273,000 10% 4 0.67 Needleandthread Hesperostipa comata 115,000 10% 4 1.59 Prairie Junegrass Koeleria macrantha 2,300,000 10% 4 0.08 Switchgrass Panicum virgatum 389,000 10% 4 0.47 Western Wheatgrass Pascopyrum smithii 110,000 10% 4 1.66 Sand Dropseed Sporobolus cryptandrus 5,200,000 10% 4 0.04 Six weeks fescue Vulpia octoflora 965,000 10% 4 0.19 Grasses Total*** 100% 42 9.15 Mix Total 70 20.76 E. Lincoln Avenue Bridge *This mix is based on 70 seeds/square foot and is only calculated for one acre. Contractor is responsible for calculating the appropriate seed amounts to purchase. Please note that the pounds per acre are in PLS (Pure Live Seed) and must be ordered that way. All materials furnished shall be free of Colorado State noxious weeds as defined in Article III, Section 21-40 of the Code of the City of Fort Collins. **Acceptable substitutions for forbs include: Gaillardia aristata, 0.92 Ibs/PLS; Asclepias speciose, 2.10 Ibs/PLS; Astragalus drummondii, 0.55 Ibs/PLS; Coreopsis tincoria, 0.09 Ibs/PLS; Sphaeralcea coccinea, 0.30 Ibs/PLS; and/or Pestemon angustifolius, 0.39 Ibs/PLS. (All substitutions calculated at 10% sub -percent). ***Acceptable substitutions for grasses include: Elymus Canadensis, 1.59 Ibs/PLS; Achnatherum hymenoides, 1.30 Ibs/PLS; and/or Nassel/a viridula, 1.01 Ibs/PLS. (All substitutions calculated at 10% sub -percent). (b) Soil Conditioners and Fertilizer October 12, 2016 Delete 1. "Fertilizer" from the specification. Fertilizer is not required for the Non - Irrigated Native Seed. 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. CONSTRUCTION REQUIREMENTS 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 seed areas steeper than 4:1 slope. 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. METHOD OF MEASUREMENT Subsection 212.07 2 Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percen, (Item 1070 - 608.02 - Colored Concrete Crosswalk (7.5lnch) continued) EX -Fine Grade Concrete Flatwork (2,481.00 630.00 SF $0.82 $517.60 SF/DY, 0.25 DY) . Pickup 2.41 HR $10.00 $24.12 e Foreman - Base 2.41 HR $37.35 $90.09 Loader JD 210 Skip 2.29 HR $51.25 $117.13 y OP - Loader, Small 2.29 HR $29.64 $67.74 14 Water Truck 1500 Gal [0.5] 2.29 HR $48.00 $54.85 r� DR - Water Truck [0.5] 2.29 HR $29.64 $33.87 t,� LA - Laborer 2.29 HR $24.30 $55.53 1? Compactor Walk Behind 33" OSR 2.29 HR $32.50 $74.27 1072 - 608.04 - Truncated Domes (excludes 75.00 SF $78.33 $5,874.57 $78.33 $5,874.75 0.00% Sidewalk) Man Hours: 77.53 SF/MH 0.97 EX -Fine Grade Concrete Flatwork 75.00 SF $0.82 $61.62 Man Hours: 77.53 SF/MH 0.97 EX -Fine Grade Concrete Flatwork (2,481.00 75.00 SF $0.82 $61.62 SF/DY, 0.03 DY) Pickup 0.29 HR $10.00 $2.87 Foreman - Base 0.29 HR $37.35 $10.73 Loader JD 210 Skip 0.27 HR $51.25 $13.94 OP - Loader, Small 0.27 HR $29.64 $8.06 Water Truck 1500 Gal [0.5] 0.27 HR $48.00 $6.53 ( DR - Water Truck [0.5] 0.27 HR $29.64 $4.03 LA - Laborer 0.27 HR $24.30 $6.61 14 Compactor Walk Behind 33" OSR 0.27 HR $32.50 $8.84 Truncated Dome Q (Villalobos Concrete 75.00 SF $77.51 $5,812.95 Company UDBE) 1074 - 608.05 - Concrete Bikeway (5 Inch) 300.00 SY $72.97 $21,890.58 $72.97 $21,891.00 0.00% Colored Man Hours: 4.69 SY/MH 64.00 rrS} Concrete Bikeway (5 Inch) (Villalobos Concrete 300.00 SY $59.38 $17,813.88 Company UDBE) EX Fine Grade Concrete Flatwork 2,700.00 SF $1.51 $4,076.70 Man Hours: 42.19 SF/MH 64.00 EX -Fine Grade Concrete Flatwork (1,350.00 2,700.00 SF $1.51 $4,076.70 SF/DY, 2.00 DY) 14 Pickup 19.00 HR $10.00 $190.00 �, Foreman - Base 19.00 HR $37.35 $709.59 Loader JD 210 Skip 18.00 HR $51.25 $922.50 OP - Loader, Small 18.00 HR $29.64 $533.52 14 Water Truck 1500 Gal [0.5] 18.00 HR $48.00 $432.00 DR - Water Truck [0.5] 18.00 HR $29.64 $266.76 t LA - Laborer 18.00 HR $24.30 $437.33 Compactor Walk Behind 33" OSR 18.00 HR $32.50 $585.00 D 1076 609.01 - 6"curb Head On Paving 360.00 LF $13.94 $5,018.98 $13.94 $5,019.40 -0.01% Without Gutter Man Hours: 19.73 LF/MH 18.25 6" Curb Head Without Gutter On Concrete 360.00 LF $9.38 $3,375.26 Paving (Villalobos Concrete Company UDBE) EX -Fine Grade Concrete Curb And Gutter 360.00 LF $4.57 $1,643.72 Man Hours: 19.73 LF/MH 18.25 EX -Fine Grade Concrete Curb (720.00 LF/DY, 360.00 LF $4.57 $1,643.72 0.50 DY) Motor Grader CAT 140 G 4.50 HR $89.00 $400.50 y OP - Motor Grader, Finish 4.50 HR $38.12 $171.53 14 Loader JD 210 Skip 4.50 HR $51.25 $230.63 e;� OP - Loader, Small 4.50 HR $29.64 $133.38 Water Truck 3500 Gal 2.25 HR $53.00 $119.25 Pickup 4.75 HR $10.00 $47.50 Foreman - Base 4.75 HR $37.35 $177.40 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 12 E. Lincoln Avenue Bridge October 12, 2016 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 "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. E. Lincoln Avenue Bridge October 12, 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, Colorado Buff Sandstone Bollards, steel edging 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: Shredded redwood, 3" depth (minimum) — no weed barrier required, supplied and installed by the Contractor. Steel Landscape Edging. Delete this paragraph and substitute with the following: Steel Edging: Standard commercial -steel header, rolled edge, fabricated in sections of standard lengths, with loops stamped from or welded to face of sections to receive stakes. A. Manufacturers: Subject to compliance with requirements: B. Header Size: 3/16" wide by 6 inches deep. C. Stakes: Tapered steel, a minimum of twelve inches (12"). D. Accessories: Standard tapered ends, corners, and splicers. E. Finish: Standard paint. — Black or green. 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. E. Lincoln Avenue Bridge 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 bollard sizes as indicated and detailed on the drawings. Quantities and locations as identified on the drawings. CONSTRUCTION REQUIREMENTS Subsection 213.03 Modify (d) Wood Chip Mulch as follows: October 12, 2016 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 perennial and ornamental grass areas and in planting rings as indicated in drawings and details. Place mulch to a minimum three-inch (Y) depth. Gently brush mulch off of shrubs once installed. Take care in placement not to damage newly planted materials. Add (t) Landscape Weed Barrier Fabric as follows: 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 (g) 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. 50% of each in -organic mulch area indicated on plans shall be 1.5" to 3" dia size, with bands of 6"-12" dia cobble hand placed as accents for visual interest. Larger stone shall be placed first to be embedded, mingled and settled with the smaller cobble rather than loosely dumped. Add (h) 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. 50% of each in- organic mulch area indicated on plans shall be 1.5" to 3" dia size, with bands of 6"-12" dia cobble hand placed as accents for visual interest. Larger stone shall be placed first to be embedded, mingled and settled with the smaller cobble rather than loosely dumped. 2 E. Lincoln Avenue Bridge October 12, 2016 Add Q) Bollards as follows: See details on the drawings for types, specific sizes, installation and alignment / layout specifics and finish requirements. 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. Bollards including finish will be measured by the actual quantities identified on the drawings. BASIS OF PAYMENT Subsection 213.05. Add the following line items to the Pay Schedule as follows: Payment will be made under: Pay Item: Pay Unit Steel Edging Linear Foot 1.5" to 3" dia. Tan River Rock Ton 6" to 12" dia. River Cobble Ton 3 E. Lincoln Avenue Bridge REVISION OF SECTION 214 PLANTING October 12, 2016 Section 214 of the Standard Specifications is hereby revised for this project as follows: DESCRIPTION Subsection 214.01 shall include the following: This work consists of furnishing and planting trees, shrubs, and other plant material, including mulch hereinafter referred to as "plants" and obtaining live brush layer cuttings and planting them in areas as shown on the plans or as directed. This work also consists of a Landscape Establishment (maintenance and warranty) period. Planting shall also comply with the City of Fort Collins General Landscape Notes, included on the drawings. The City's planting requirements / details, etc. shall supersede any direction/specification that may be in conflict with the specifications included in Section(s) 214 or 213. See Section 213 for wood and cobble mulch and weed barrier fabric. MATERIALS Subsection 214.02 shall include the following: Plant List. A plant list is provided on the drawings. Quantities shown on the list are for information only. Contractor shall be responsible for verifying quantity takeoffs as shown on the Drawings. In the event of a discrepancy between quantities shown on the plant list and quantities depicted on the landscape plan, the quantities depicted on the drawings shall govern. Guying and Staking. Material includes 14 AWG wire with 1/2" x 12" PVC sleeves and stake protection cap per each stake. Brush Layer Cuttings (live stakes). This work shall consist of harvesting, transporting, installing, and maintaining live stake materials as specified in the contract documents. Live stakes may also be purchased commercially at the discretion of the contractor in lieu of harvesting. 1. Live cuttings for live stakes shall be one-half to one and a half inches (0.5" to 1.5") in diameter and three feet (3') in length. Side branches shall be removed and the bark left intact prior to installation. 2. Buds on the stakes shall be oriented in an upward position. The basal ends shall be tapered to a point for easy insertion into the soil. The top shall be cut smooth and square. 3. Live stake cuttings shall consist of a mix of the following species: E. Lincoln Avenue Bridge October 12, 2016 30% Cornus stolonifera Redtwig Dogwood 30% Salix exigua Coyote Willow 20% Salix monticola Prairie Willow 20% Salix amygdaloides Peachleaf Willow CONSTRUCTION REQUIRMENTS Subsection 214.03 shall include the following: Harvesting: The source of all harvested live cuttings shall be from on -site or within twenty-five (25) miles of the project site. The Contractor shall locate, flag, and code the live cutting sites. The Contractor shall notify the Owners Representative seventy-two (72) hours prior to harvesting to review and approve all harvesting sites. Upon approval by the Owners Representative, the Contractor shall be responsible for harvesting and transporting the cuttings to the job site. Purchasing: If the Contractor is unable to locate sufficient harvesting sites for the live stakes, upon approval from the Owner's Representative, the Contractor may purchase live branch material from a State certified nursery. The material shall meet all of the specifications found in this section. Live Material Preparation: 1. Shrubs and young trees used in preparation of live stakes shall be cut directly above the ground. The faces of all cuts shall be clean and smooth, and the cut surface shall be of minimum surface area (cut shall be perpendicular to stake rather than oblique). The use of large pruning shears or power saws may be required. Trees that are more than three inches (Y) in diameter shall be topped. 2. The live materials shall be transported to the construction site within eight (8) hours of harvesting and then cut to size, as specified above and on the details. 3. Live materials must be protected against drying out and overheating before/during transport (e.g., they shall be covered, transported in unheated vehicles, moistened, kept in soak pits) and on -site prior to installation (e.g., by storing in controlled conditions, storing in shade, covering with evergreen branches or plastic, placing in moist soil, or spraying with anti -transparent chemicals). Live materials shall receive continuous shade, shall be sheltered from the wind, and shall be continuously protected from drying by being heeled into moist soils. Where water is available, live branch cuttings shall be sprayed or immersed. Warm water (over 150C) stimulates growth and should be used only upon the approval of the Owners Representative. Any costs associated with such storage are incidental to the overall unit costs. 4. Soak or dip the bottom ends of cuttings in a solution of plant rooting hormone before planting to speed up growth. 5. Live materials shall be installed the same day that the cuttings are harvested. If installation of live materials cannot be accomplished on the same day and storage is required, live materials shall be stored for a 2 E. Lincoln Avenue Bridge October 12, 2016 period no longer than two (2) days. Any storage of live materials must be approved by the Owners Representative prior to storing. Live cuttings shall be planted within 6 hrs, or must be carefully bound, secured, and stored submerged in clean fresh water. Live Stake Installation: 1. Drive live stakes through the erosion control fabric and into the ground so that sixty percent (60%) of the stake is below the ground surface. The contractor shall use a dead -pan hammer for driving the stake directly into the ground or drive a pilot hole, smaller in diameter than the live stake, and then driving the live stake into the pilot hole. Live stakes shall be installed in rows with the live stakes installed three feet on center in each row. The rows shall be two feet (vertically) apart. Stagger the live stakes in adjoining rows. 2. Live stake buds shall be facing upward. 3. All live stakes split during installation may be left in place but must be supplemented with a new live stake that remains un-split after installation. Clean-up: 1. During installation of live stakes, all areas shall be kept neat, clean and free of all trash and debris, and all reasonable precautions shall be taken to avoid damage to existing plants, turf, structures, and private property. 2. Final cleanup shall be the responsibility of the Contractor and consist of removing all trash and materials incidental to the project and disposing of them off -site. Site Inspection: 1. The Owners Representative shall make a final inspection with the Contractor to ensure all live stakes have been installed according to the specifications, plans, and details. 2. The Contractor shall be responsible for correcting all deficiencies within ten (10) calendar days of the inspection. 3. A final inspection of the corrected actions shall be performed by the Owners Representative and the Contractor prior to final completion. Subsection 214.04 Landscape Establishment The duration of the Landscape Establishment period shall be twenty-four (24) months and will commence upon receipt of Notice of Substantial Completion from the City of Fort Collins — further defined as follows: If "Notice of Substantial Landscape Completion" is issued during the spring planting season, the Landscape Establishment period begins immediately and lasts for a period of twenty-four (24) months. If the Notice of Substantial Landscape Completion is issued at any other time, the Landscape Establishment period begins at the start of the next spring planting season (April 1s) and lasts for a period of twenty-four (24) months. After all planting on the project is complete, a plant inspection shall be held including the Contractor, Engineer, the City and the Landscape Architect to determine 3 E. Lincoln Avenue Bridge October 12, 2016 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 monitor and maintain plant material, planter pots, live stakes, 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 periodic mowings, grass trimming, a minimum of three (3) fertilizations per year (six (6) total over the source of the 24-month Landscape Establishment Period), and remove grass clippings from the projects hard surfaces. The Contractor shall also remove weeds from planting beds and planter pots on a monthly basis during the growing season and maintain specified depths of mulching material annually. Replace diseased or dead willow stakes caused by factors other than stream erosion. Keep vegetation cleared of debris after all storm events. Prune all dead wood and vegetation as needed. Contractor shall be responsible for 85% care and replacement warranty for live stakes at the end of the warranty period. It is anticipated that this project will be constructed in phases concurrent with the road project (south side, followed by the north side and then the median), but that the landscape and irrigation construction will occur in a single phase. There will be a single, 24-month calendar for maintenance, establishment and warranty. The Contractor will be required to maintain the "completed" landscape areas fully, until the remaining landscape areas are deemed complete by the City, when the projects Notice of Substantial Completion" letter is issued. Dead, dying or rejected material shall be removed each month during the Landscape Establishment Period as directed by the Engineer or City Forester. Plant replacement shall be performed during the spring planting seasons at the beginning and end of the Landscape Establishment Period. Plant replacement stock shall be planted in accordance with the 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 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. 4 E. Lincoln Avenue Bridge October 12, 2016 The Contractor shall also provide and install annual plantings (flowers, vines, etc.) in each of the flower pots indicated on the drawings - once each year (two (2) times) during the 24-month landscape establishment period — the first time following the initial completion of the landscape improvements (tentatively in the Spring / Summer of 2017) and again in the Spring of 2018. Contractor shall also provide weekly/monthly maintenance of these installations, to include dead -heading, replacement of dead or dying plants, irrigation adjustments and shall also provide a fall cleanup of dead materials thru the limits of the establishment period. METHOD OF MEASUREMENT Subsection 214.05 shall include the following: Soil material for 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. Payment for live stakes shall be measured per each (EA) live stake installed. Live stake installation will include harvesting, installing, maintenance and warranty, including all materials, labor, equipment, tools, and incidentals necessary to complete the work as specified. BASIS OF PAYMENT Subsection 214.06 Delete the fifth paragraph and replace with the following: The initial watering during the planting of shrubs, perennials, and grasses will not be paid for separately, but shall be included in the price of the work. Water used for storing and installation of live stakes will not be paid for separately, but shall be included in the price of the work. Watering of plants 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 / Warranty Period Lump Sum E. Lincoln Avenue Bridge REVISION OF SECTION 601 CUT STONE VENEER (ASHLAR) October 12, 2016 Section 601 of the Standard Specifications is hereby revised for this project as follows: The following section shall be added to Subsection 601 Cut Stone Veneer (Ashlar) - This work consists of the construction clean new sandstone masonry including mortar, grout, ties, anchors, accessories, and removal of surplus material and waste in accordance with these specifications, and in conformity the plans. MATERIALS Cut stone veneer (ashlar) shall meet the following requirements (a) Reference Standards: A. ASTM E514: Standard Test Method for Water Penetration and Leakage Through Masonry. Conform to the current requirements of applicable portions of standards, codes and specifications, except where more stringent requirements are shown or specified. B. Stone masonry work shall be in accordance with the recommendations and standards of the American Standards Association. C. ASTM: American Society of Testing and Materials. D. ASTM C144: Standard Specification for Aggregate for Masonry Mortar. E. ASTM C150: Standard Specification for Portland Cement. F. ASTM C270: Standard Specification for Mortar Mix. G. ASTM C476: Standard Specification for Mortar and Grout for Reinforced Masonry. H. ASTM E514: Standard Specification for Moisture Resistance in Masonry Assemblies. I. PCA, current edition. (b) Sandstone Units: Native Colorado Sandstone in accordance with standards of the American Standards Association. A. Finish: Faced rough ashlar cut on exposed surfaces, unless noted otherwise. Stone with broken or fractured surfaces shall be rejected. B. Color(s): Natural buff. C. Depth Range: 1" to 1.5" D. Standard Height Range: 3" to 12". Thirty percent (30%) of the stone veneer shall be comprised of 6" to 12" height stones. E. Length Range: 10" to 26" F. Corners: Include corner stones (c) Approved Quarries: A. Arkins Park Stone Quarries, Masonville, CO. B. Loukonen Brothers, Lyons, CO. C. Tribble Stone, Boulder, CO Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (item 1075 - 609.01 - 6"curb Head On Paving Without Gutter continued) 14 Compactor Dynapack 60" Steel Drum 4.50 HR $52.00 $234.00 Roller y OP - Roller 4.50 HR $28.79 $129.53 Q 1078 - 609.02 - Vertical Curb And Gutter (2' 700.00 LF $22.67 $15,869.50 $22.67 $15,869.00 -0.00% Gutter) Man Hours: 12.79 LF/MH 54.75 S i Vertical Curb And Gutter (2' Gutter) (Villalobos 700.00 LF $15.63 $10,938.35 Concrete Company UDBE) G} EX -Fine Grade Concrete Curb And Gutter 700.00 LF $7.04 $4,931.16 Man Hours: 12.79 LF/MH 54.75 JW EX -Fine Grade Concrete Curb (466.67 LF/DY, 700.00 LF $7.04 $4,931.16 1.50 DY) 14 Motor Grader CAT 140 G 13.50 HR $89.00 $1,201.50 OP - Motor Grader, Finish 13.50 HR $38.12 $514.60 Loader JD 210 Skip 13.50 HR $51.25 $691.88 OP - Loader, Small 13.50 HR $29.64 $400.14 Water Truck 3500 Gal 6.75 HR $53.00 $357.75 Pickup 14.25 HR $10.00 $142.50 d Foreman - Base 14.25 HR $37.35 $532.19 14 Compactor Dynapack 60" Steel Drum 13.50 HR $52.00 $702.00 Roller OF - Roller 13.50 HR $28.79 $388.60 iJU 1080 - 609.03 - 2' Pan Only Across Concrete 500.00 LF $22.20 $11,100.54 $22.20 $11,100.00 -0.00% Paved Areas, And Between Columns Man Hours: 13.70 LF/MH 36.50 Q} EX -Fine Grade Concrete Curb And Gutter 500.00 LF $6.57 $3,287.44 Man Hours: 13.70 LF/MH 36.50 EX -Fine Grade Concrete Curb (500.00 LF/DY, 500.00 LF $6.57 $3,287.44 1.00 DY) Motor Grader CAT 140 G 9.00 HR $89.00 $801.00 cj OP - Motor Grader, Finish 9.00 HR $38.12 $343.07 Loader JD 210 Skip 9.00 HR $51.25 $461.25 OP - Loader, Small 9.00 HR $29.64 $266.76 ru Water Truck 3500 Gal 4.50 HR $53.00 $238.50 raj Pickup 9.50 HR $10.00 $95.00 Foreman - Base 9.50 HR $37.35 $354.79 Compactor Dynapack 60" Steel Drum 9.00 HR $52.00 $468.00 Roller OP - Roller 9.00 HR $28.79 $259.07 C 2' Pan Only Across Concrete Paved Areas 500.00 LF $15.63 $7,813.10 (Villalobos Concrete Company UDBE) 1082 - 609.04 - Concrete Pan At Back Of 12.00 SY $218.50 $2,622.00 $218.50 $2,622.00 0.000/0 Retaining Wall 10" Thick Man Hours: 1.32 SY/MH 9.13 EX -Fine Grade Concrete Pans 65.00 LF $12.64 $821.86 Man Hours: 7.12 LF/MH 9.13 EX -Fine Grade Concrete Curb (260.00 LF/DY, 65.00 LF $12.64 $821.86 0.25 DY) Motor Grader CAT 140 G 2.25 HR $89.00 $200.25 OP - Motor Grader, Finish 2.25 HR $38.12 $85.77 Loader JD 210 Skip 2.25 HR $51.25 $115.31 f;� OP - Loader, Small 2.25 HR $29.64 $66.69 IV 0 Water Truck 3500 Gal 1.13 HR $53.00 $59.63 14 Pickup 2.38 HR $10.00 $23.75 !� Foreman - Base 2.38 HR $37.35 $88.70 1y Compactor Dynapack 60" Steel Drum 2.25 HR $52.00 $117.00 Roller j OP - Roller 2.25 HR $28.79 $64.77 Concrete Pan At Floodwall 10" Thick (Villalobos 12.00 SY $150.01 $1,800.14 Concrete Company UDBE) 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 13 E. Lincoln Avenue Bridge October 12, 2016 D. Other quarries meeting the requirements of this section are acceptable as approved by the Engineer prior to bidding. (d) Mortar and Grout Materials A. Portland Cement: ASTM C150, Type 1, natural. B. Hydrated Lime: ASTM C207, Type S for new construction. C. Aggregate Sand: ASTM C144. D. Coarse Aggregate for Grout: ASTM C404, less than 3/8". E. Water: ASTM C270, clean and suitable for domestic consumption. F. Mortar Coloring: Integral mortar color by Solomon Colors, Springfield, IL, (800) 624-0261, or approved equivalent. Solomon 10H-Light Buff as basis of design. Design intent shall be to match the predominant stone color, Section 04400. G. Admixtures: Pozzolan with approval; calcium chloride not permitted. H. Integral Water Repellent: Integral polymeric -based water repellent admixture, conforming to ASTM E514 and achieving an E (Excellent) rating, RainBlok for Mortar by ACM Chemistries, Inc., Norcross, GA, (877) 226-1766, or approved equal. Integral water repellent shall be used in all exterior stone masonry construction. (e) Mortar and Grout Mixes A. Mortar Mixes for Stone Masonry Veneer: ASTM C270, Type N mortar with hydrated lime for all new veneer masonry construction. Minimum compressive strength of 750 psi at 28 days, or as indicated on the Structural Drawings: 1. 1 part Portland cement, Type 1. 2. 1/4 to 1/2 part hydrated lime. 3. 2-1/4 to 3-1/2 parts damp, loose sand. 4. Integral water repellent. 5. Mortar coloring. B. Masonry Grout Mix: Minimum compressive strength of 3,000 psi at 28 days: 1. 1 part Portland cement, Type 1. 2. 2-1/4 to 3 parts damp, loose sand. 3. 1 to 2 parts coarse aggregate. 4. Pozzolan as per manufacturer's recommendations. 5. Air entrainment shall be not more than 5% by volume. C. Mixtures may change as per manufacturer's recommendations to meet requirements. D. Non -Shrink Structural Grout: Refer to Section 05120. (� Stone Masonry Accessories E. Lincoln Avenue Bridge October 12, 2016 A. Stone Masonry Veneer Ties: per plans and details. B. Anchors: Furnish and set all stainless steel anchors, ties and dowels. (g) Sealer A. Clear Masonry Sealer: None. CONSTRUCTION REQUIREMENTS Submittals Supplier and Installer. Submit name of installer and quarry from which stone will be received for approval by the Owner. Contractor Qualifications: Installer shall have five (5) years successful experience installing stone on projects of similar scale and complexity. Shop Drawings: Submit shop drawings indicating dimensions of stone units, types of cuts, face texture and installation details. Samples for New Sandstone: Submit 24" x 24" x 1" thick minimum sample board of specified blend of stone material for approval before delivery to the site. Alternately, submit multiple individual stone pieces, 12" x 6" x 2" thick minimum. Samples shall include shapes, sizes and kinds in sufficient number to show full range of size, color, cut and texture of each type of stone specified. Final approval shall be by the Owner. Product Data: Submit manufacturer's product data and specifications for each type of mortar specified, including certification that each type complies with the specifications. Samples: Submit samples of manufacturer's full range of mortar colors for selection by the Architect. Mortar Analysis: Submit three (3) copies of the existing mortar analysis. Inspection and testing shall be performed by an independent testing laboratory, approved by the Architect, conforming to ASTM E149, E514 and C270. Testing fees shall be paid as specified in the General and Supplementary Conditions. Test samples shall be taken at random to provide sampling over the course of work. Materials not conforming to these specifications shall be removed from the job and replaced. Sample Panel: Erect minimum 2'-0" x 2'-0" sample panel consisting of approved Sandstone masonry that satisfactorily shows proposed color range, texture, bond, mortar and workmanship, including special coursing. A. Sample panel shall first be laid up as "dry stack" condition for approval of color blend by the Engineer, prior to being mortared. B. Sample panel shall show an external corner condition Contractor shall not continue work until Engineer has accepted sample panel. C. Sample panel shall remain on site until work of this Section is complete and will be used as standard of comparison for balance of work. E. Lincoln Avenue Bridge October 12, 2016 D. Sample panel may be constructed as a part of the permanent building construction if approved by the Owner. Delivery, Storage and Handling Deliver stone material to the site on platforms or pallets. Keep stone completely covered and free from frost, ice and snow. Handle stone carefully to avoid chipping, breakage, contact with soil or contaminating materials. Store mortar materials in dry place. Damaged materials shall not be used. Environmental Conditions Maintain materials and surrounding air temperature to minimum 500 F prior to, during and 48 hours after completion of stone work. During freezing or near -freezing weather, provide adequate equipment or cover to maintain a minimum temperature of 500 F and to protect stone work completed or in progress. Maintain temperature of mortar and grout between 700 F and 1000 F. Contractor shall use only one (1) type mortar to ensure uniform color. Masonry cement is not permitted. Protect partially completed stone masonry against weather when work is not in progress by covering top of walls with strong, waterproof, non -staining membrane. Extend membrane at least 2' down both sides of walls and anchor securely in place. Cold Weather Installation: A. Do not use frozen materials or materials mixed or coated with ice or frost. B. Do not use anti -freeze compounds, calcium chloride or substances containing calcium chloride in mortar or grout. C. Do not build on frozen work. Remove and replace work damaged by frost or freezing. D. Do not heat water above 106' F. E. When mortar or grout materials have been combined, temperature of the mixture shall not be less than 700 F or more than 1000 F. F. Materials shall be preconditioned and protected as follows: 1. When air temperature is below 400 F and above 32" F, heat mixing water. Protect masonry from rain or snow for 24 hours by means of waterproof covers. E. Lincoln Avenue Bridge October 12, 2016 2. When air temperature is below 320 F and above 20° F, heat both sand and mixing water. Maintain a temperature of at least 400 F on both sides of walls by means of suitable covers or enclosures for 24 hours. 3. When air temperature is 200 F and below, heat sand, mixing water and block and provide heated enclosures. A temperature of at least 400 F shall be maintained within enclosures for 48 hours. 4. Periods required for protection and maintenance of specified temperatures may be reduced to 1/2 of those specified herein before if Type III Portland cement is used with the Engineer's approval. G. Hot Weather Installation: 1. During very hot weather and drying wind, the Engineer may order very light fog spray of mortar bedding areas several times during the first 24 hours to prevent premature drying of mortar. Masonry Installation (a) General: A. Stone Masonry Installer shall check lines and levels and verify existing conditions prior to commencing work of this Section. Notify the Contractor in writing of conditions or discrepancies which may affect the successful installation of the stone masonry work. Do not begin work until conditions are corrected in a manner acceptable to the Installer. B. Ensure items built-in by other trades for this work are properly located and sized. C. Establish lines, levels and coursing. Protect from disturbance. Place stone masonry in accordance with lines and levels indicated on the Drawings. D. Ensure that wall ties are been properly located and installed. E. Clean and dry stone units prior to installation. (b) Installation of Veneer Ties. Install corrugated masonry veneer ties in dovetail wall anchor slots in concrete columns at regular intervals not to exceed 16" o.c. both ways over the face of the concrete. (c) Installation of Masonry Anchors. Install cast -in dovetail masonry anchors and slots in accordance with manufacturer's written instructions and recommendations. Properly install and embed anchors into mortar for random or coursed ashlar installations not to exceed 16" o.c. (d) Mortar Batch Control E. Lincoln Avenue Bridge October 12, 2016 A. Measure and batch materials either by volume or weight such that the required proportions for mortar can be accurately controlled and maintained. B. Mix mortar ingredients for a minimum of five (5) minutes in a mechanical batch mixer. Hand mixing in a wheelbarrow or other uncontrolled method is not acceptable. C. Do not use mortar which has begun to set or if more than 2-1/2 hours has elapsed since initial mixing. Retemper mortar during 2-1/2 hour period as required to restore workability. 1. Ensure addition of integral water repellent for exterior masonry construction, proportioned as recommended by the manufacturer. D. Colored Mortar: If colored mortar is specified, mortar color shall be pre -blended, not field mixed. E. Use mortar within two (2) hours of mixing at temperatures over 80 degrees F, and 2-1/2 hours at temperatures under 50 degrees F. (e) Joints A. General: Lay coursed modular units with 3/8" joints, unless otherwise indicated, except for minor variations required to maintain bond alignment. B. Rake out mortar in preparation for application of caulking or sealants where shown. E. Remove excess mortar and smears upon completion of work. F. Point out or replace defective mortar to match adjacent work. G. Clean soiled surfaces using a non -acidic solution which will not harm adjacent surfaces. Consult masonry manufacturer for acceptable cleaners. (d) Installation of Stone Masonry A. Lay, level and align corner units first. Lay stone masonry in rough coursed ashlar bond. B. Ensure that courses are of uniform height. Make vertical and horizontal joints equal and of uniform thickness to match existing. C. Tolerances: Maximum variation from stone unit to adjacent stone unit to be 3/32". D. Joint width shall be 3/8" nominal to match balance of masonry work, unless otherwise shown. E. Do not shift or tap stone units after mortar has taken initial set. Where adjustment must be made, remove mortar and replace. (e) Mortar Bedding and Joints A. Head joints shall be well buttered for thickness equal to 1/2 face dimension of unit or panel and shall be shoved tightly so that mortar bonds well to both units. B. Joint Width: As specified above. E. Lincoln Avenue Bridge October 12, 2016 (t) Tooling A. Exposed Joints: Tool joints as scheduled. Rake out mortar in preparation for application of caulking or sealants as required. B. Exterior Face of Exterior Walls: Tooled joints to match existing. C. Concealed Joints: Cut joints flush, unless otherwise shown. D. Exposed Bench Seat Slab Joints: Tool joints, except exposed horizontal joints shall be cut flush. E. Joints which are not tight at the time of tooling shall be raked out, pointed and then tooled. (g) Cutting and Fitting A. Cut and fill for fasteners, mounting plates, pipes, conduit sleeves and other items as required. Cooperate fully with other Sections to ensure correct size, shape and location. B. Obtain Architect's approval prior to cutting or fitting any area which is not indicated on the Drawings or which may impair appearance or strength of masonry work. (h) Cleaning and Protection A. General: New stone masonry shall be thoroughly cleaned upon completion of the work. B. Remove and replace broken or fractured stone units. Remove excess mortar and smears upon completion of work. Point or replace defective mortar to match adjacent work. C. Clean soiled surfaces exposed to view using a non -acidic solution which will not harm stone or adjacent materials. Consult manufacturer for acceptable cleaners. Use non-metallic tools in cleaning operations. Leave surfaces prepared for further sealers or coatings, if specified. (i) Field Quality Control A. General: Installation of stone masonry units, mortar and grout, and workmanship of joints shall be in accordance with the standards approved in the sample panel. B. Stone masonry units shall be sound and free of cracks or other defects that may interfere with the proper placing of the unit or impair the strength or performance of the construction. C. Face or faces that are exposed shall be free of chips, cracks or other imperfections to the satisfaction of the Architect and Owner, except that chips not larger than 1/4" will be considered acceptable on a very limited basis. E. Lincoln Avenue Bridge October 12, 2016 D. Contractor shall promptly remove rejected stone units or portions of the work and replace to match the quality of the approved sample panel. METHOD OF MEASUREMENT Stone Masonry Veneer will be measured by the square foot of veneer constructed and accepted. Wall anchors and ties will be considered incidental and included in the cost of the stone masonry veneer. Wall anchors, wall ties, and mortar will not be measured and paid for separately but shall be included in the work. BASIS OF PAYMENT The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. Payment will be made under: Pay Item Pay Unit Stone Masonry Veneer Square Foot E. Lincoln Avenue Bridge REVISON OF SECTION 608 SIDEWALKS AND BIKEWAYS October 12, 2016 Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall be revised as follows This work consists of the construction of color concrete pavement in accordance with these specifications and in conformity with the lines and grades shown on the plans or established. MATERIALS Subsection 608.02 shall be revised as follows: Materials shall meet the requirements specified in the following subsections: Joint Fillers 705.01 Bed Course Material 703.07 Concrete for sidewalks shall be Class B, and meet the requirements of Section 601. Concrete mixes will be subject to inspection and tests as required to assure compliance with quality requirements. Color Pigment. Davis Colors, or approved equivalent. Type 1 Colored Concrete: Davis Color 'Adobe' CONSTRUCTION REQUIREMENTS Subsection 608.04 shall be deleted in its entirety. METHOD OF MEASUREMENT Subsection 608.05 shall include the following: Concrete Flatwork (Colored) will be measured the number of square yards installed and accepted as shown on the plans. Subsection 608.06 shall be revised to include the following: The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all demo and removal, subgrade excavation & compaction, formwork, concrete, color pigment, steel reinforcements, expansion joints, control/score joints, finishing and all other items necessary to complete the work as shown on the plans will not be paid for separately but shall be included in the work. E. Lincoln Avenue Bridge October 12, 2016 Payment will be made under: Pay Item Pay Unit Concrete Flatwork (Colored) SY Payment will be full compensation for all work necessary to complete the designated Pay Item in accordance with subsection 109.02. E. Lincoln Avenue Bridge REVISIONS OF SECTION 622 REST AREAS AND BUILDINGS October 12, 2016 Section 622 of the Standard Specifications is hereby revised for this project as follows: CONSTRUCTION REQUIREMENTS Add Subsection 622.27 Concrete Planter Pots as follows: Manufacturer/Supplier: Kornegay Design 212 South 18th Street Phoenix, AZ 85034 info@kornegaydesign.com T: 877.252.6323 F: 602.252.6322 Product: Square Series: 1. SS-27 - "Natural Grey" Concrete, 36" w/ Custom Drainage / irrigation access penetrations. Quantity: 4 2. SS-21 - "Natural Grey" Concrete, 27" w/ Custom Drainage / irrigation access penetrations. Quantity: 7 3. Miscellaneous: Contractor shall coordinate the penetrations thru the pot as described on the Drawings. A total of two (2) holes shall be required — bottom and side. Add Subsection 622.29 6T Bench — Type 1 as follows: Manufacturer/Supplier: Landscape Forms www.landscapeforms.com T: 800.430.6209 Local Representative: Vivian Kovacs 800.430.6206 x1323 viviank@landscapeforms.com Product: Parc Vue Bench Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent SA 1084 - 609.05 - Concrete Footing For Railing Including Sleeve It Installed With Retaining Wall 1.00 EACH $2,500.00 $2,500.00 $2,500.00 $2,500.00 0.00% Ci 1086 - 210.01 - Adjust Manhole 2.00 EACH $534.01 $1,068.03 $534.01 $1,068.02 -0.00% Man Hours: 7.58 MH/EACH 15.17 B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 10 to 16. The description was changed from 'Reset Ground Sign' to 'Adjust Manhole '. The bid quantity was changed from 3 EACH to 2 EACH. AC -Adjust Manholes In Asphalt Pavement 2.00 EACH $534.01 $1,068.03 Man Hours: 7.58 MH/EACH 15.17 kW AC -Adjust Manholes/Valve Boxes (6.00 2.00 EACH $476.21 $952.41 EACH/DY, 0.33 DY) Compressor W/ Tools 3.00 HR $17.00 $51.00 Skid Steer Bobcat W/ Attachments 3.00 HR $45.00 $135.00 Truck - Crew 3.17 HR $30.10 $95.32 Compactor Plate 3.00 HR $22.50 $67.50 Truck - Tandem Dump 3.00 HR $53.40 $160.20 ( DR - Truck Driver 3.00 HR $28.50 $85.50 LA - Laborer 3.00 HR $24.30 $72.89 { LA - Skilled Laborer 3.00 HR $24.30 $72.89 (Zg Foreman - Asphalt Patch 3.17 HR $38.16 $120.85 ( � OP - Loader Backhoe / Skid Steer 3.00 HR $30.42 $91.27 AC -Hot Mix Asphalt #137 Grade S (75) (PG 1.00 TON $45.16 $45.16 58-28) RAP Mix (Connell Resources, Inc) L PC-ACC-24" Adjustment Rings 2.00 EACH $35.23 $70.46 1088 - 210.02 - Adjust Valve Box 1.00 LS $1,248.61 $1,248.61 $1,232.00 $1,232.00 -1.35% Man Hours: 19.57 MH/LS 19.57 B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 13 to 17. The description was changed from 'Reset Lawn Sprinkler System' to 'Adjust Valve Box'. AC -Adjust Valve Box In Asphalt Pavement 1.00 EACH $1,248.61 $1,248.61 !9' AC -Adjust Manholes/Valve Boxes (2.33 EACH/DY, 0.43 DY) Compressor W/ Tools Skid Steer Bobcat W/ Attachments Truck - Crew Compactor Plate Truck - Tandem Dump (j DR - Truck Driver LA - Laborer f d LA - Skilled Laborer Foreman - Asphalt Patch f_'y OP - Loader Backhoe / Skid Steer Qj Valve Adjustment 1090 - 304 - Aggregate Base Course (Class 5 or 6) Man Hours: 1.00 EACH $1,228.61 $1,228.61 3.87 HR $17.00 $65.79 3.87 HR $45.00 $174.15 4.09 HR $30.10 $122.96 3.87 HR $22.50 $87.08 3.87 HR $53.40 $206.66 3.87 HR $28.50 $110.30 3.87 HR $24.30 $94.03 3.87 HR $24.30 $94.03 4.09 HR $38.16 $155.89 3.87 HR $30.42 $117.74 1.00 EACH $20.00 $20.00 1,500.00 TON $26.47 $39,699.32 19.57 MH/EACH 19.57 $26.47 $39,705.00 0.010/0 Man Hours: 8.24 TON/MH 182.00 B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 22 to 19. The description was changed from 'Aggregate Base Course (Class 2)' to 'Aggregate Base Course (Class 5 or 6)'. The bid quantity was changed from 915 TON to 1,115.954898 TON. AS -Aggregate Base Course Class 5 1,500.00 TON $26.47 $39,699.32 ,g) Aggregate Base �k'+! AB -Place Base (750.00 TON/DY, 2.00 DY) . Pickup j Foreman - Base Motor Grader CAT 140 G OP - Motor Grader, Finish Water Truck 1500 Gal DR - Water Truck Man Hours: 8.24 TON/MH 182.00 1,500.00 TON $9.68 $14,522.79 Man Hours: 8.24 TON/MH 182.00 1,500.00 TON $4.84 $7,261.39 19.00 HR $10.00 $190.00 19.00 HR $37.35 $709.59 18.00 HR $89.00 $1,602.00 18.00 HR $38.12 $686.14 18.00 HR $48.00 $864.00 18.00 HR $29.64 $533.52 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 14 E. Lincoln Avenue Bridge October 12, 2016 Model: Park Vue Bench with back, end arms, and one center divider. Color: Stone (a standard color) Mounting: Surface Quantity: 4 41 Swing Bench — as follows: Manufacturer/Supplier: Landscape Forms www.landscapeforms.com T: 800.430.6209 Local Representative: Vivian Kovacs 800.430.6206 x1323 viviank@landscapeforms.com Product: Custom Fabricated Parc Vue 4' length Swing Bench and cable system Color: Stone (a standard color) Quantity: 8 BASIS OF PAYMENT Add the following Pay Items to 622.11 as follows: Pay Item Planter Pots — Type 1 61 Bench — Type 1 41 Swing Bench Pay Unit Each (planting soil and drainage materials are incidental to the price of the pot. See Section 214 — Planting) Each Each Lincoln Bridge October 13, 2016 REVISIONS OF SECTION 623 SPRINKLER SYSTEM Section 623 of the Standard Specifications is hereby revised for this project as follows: Subsection 623.10 shall include the following: (f) Irrigation Roadway and sidewalk sleeves. Plastic sleeve pipe shall be Class 200 PVC manufactured from virgin polyvinyl chloride (PVC) compound in accordance with ASTM standards D2241 and D 1784, cell classification 12454-B, Type I, Grade I. Subsection 623.12 shall include the following: (a) Irrigation Sleeve Pull Box. Polymer concrete pull box shall be minimum 16"x 17"x 12" deep. Pull box shall meet ASTM C857 for minimum structural loading and ASTMD2444 for impact resistance. METHOD OF MEASUREMENT 623.32 Sprinkler System will be measured as a single lump sum. BASIS OF PAYMENT 623.33 The accepted quantities will be paid for at the Contract unit price per each, which shall be compensation for all labor, equipment and materials including 4-inch Class 200 PVC sleeves, required fittings, pull boxes, installation and adjustment required to complete the item. Payment will be made under: Pay Item Pay Unit Sprinkler System LS Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1090 - 304 - Aggregate Base Course (Class 5 or 6) continued) Compactor Hyster C530 Rubber Tire 18.00 HR $39.00 $702.00 OP -Roller 18.00 HR $28.79 $518.13 Loader ID 210 Skip 18.00 HR $51.25 $922.50 OP - Loader, Small 18.00 HR $29.64 $533.52 Qk* AS -Finish Base (1,784.00 SY/DY, 2.00 DY) 3,568.00 SY $2.04 $7,261.39 Pickup 19.00 HR $10.00 $190.00 (, Foreman - Base 19.00 HR $37.35 $709.59 Motor Grader CAT 140 G 18.00 HR $89.00 $1,602.00 OP - Motor Grader, Finish 18.00 HR $38.12 $686.14 14 Compactor Hyster C530 Rubber Tire 18.00 HR $39.00 $702.00 OP - Roller 18.00 HR $28.79 $518.13 Loader ID 210 Skip 18.00 HR $51.25 $922.50 f�p OP - Loader, Small 18.00 HR $29.64 $533.52 Water Truck 1500 Gal 18.00 HR $48.00 $864.00 t:�5 DR - Water Truck 18.00 HR $29.64 $533.52 Base Haul 1,500.00 TON $16.67 $25,010.87 Trucking (1.00 DY, 18.07 Trucks, 187.50 1,500.00 TON $8.67 $13,010.87 TON/HR) AG-CRI-Carr-Aggregate Base Class 5/6 1,500.00 TON $8.00 $12,000.00 (Connell Resources, Inc) D) GC -Construction Water 33.00 MGAL $5.02 $165.66 1y Construction Water Fort Collins 33.00 MGAL $5.02 $165.66 1057 - 306 - Reconditioning (12 Inch) 3,800.00 SY $1.03 $3,912.15 $1.03 $3,914.00 0.05% Man Hours: 84.01 SY/MH 45.24 0} AB-Subgrade Prep Mainline 3,800.00 SY $1.03 $3,912.15 Man Hours: 84.01 SY/MH 45.24 GC -Construction Water 34.20 MGAL $5.02 $171.68 1� Construction Water Fort Collins 34.20 MGAL $5.02 $171.68 Subgrade Prep 3,800.00 SY $0.98 $3,740.47 Man Hours: 84.01 SY/MH 45.24 AB-Subgrade Prep Mainline (4,578.31 3,800.00 SY $0.98 $3,740.47 SY/DY, 0.83 DY) Pickup 7.89 HR $10.00 $78.85 Foreman - Base 7.89 HR $37.35 $294.48 Motor Grader CAT 140 G 7.47 HR $89.00 $664.83 OP - Motor Grader, Finish 7.47 HR $38.12 $284.75 Scraper CAT 613 / 615 7.47 HR $85.00 $634.95 c _fig OP - Scraper, <15 Yards 7.47 HR $33.92 $253.35 Water Truck 3500 Gal 7.47 HR $53.00 $395.91 DR - Water Truck 7.47 HR $29.64 $221.41 LA - Skilled Laborer 7.47 HR $24.30 $181.49 Compactor IR 84" Sheeps Foot 7.47 HR $69.00 $515.43 OP - Roller 7.47 HR $28.79 $215.02 _i 1094 - 403.01 - Hot Mix Asphalt (Grading 5) 1,000.00 TON $76.59 $76,587.36 (75) (PG 64-22) Man Hours: D} AC -Asphalt Paving (Streets) 1,000.00 TON $76.59 $76,587.36 Man Hours: AC -Asphalt Haul 1,000.00 TON $57.46 $57,463.33 Trucking (1.00 DY, 19.86 Trucks, 125.00 1,000.00 TON $12.39 $12,393.33 TON/HR) ?% AC -Hot Mix Asphalt #149 Grade S (75) (PG 1,000.00 TON $45.07 $45,070.00 64-22) RAP Lime Mix (Connell Resources, Inc) D) Asphalt Lay 1,000.00 TON $19.12 $19,124.03 Man Hours: 1,W AC -Asphalt Lay (Streets)(333.33 TON/DY, 1,000.00 TON $19.12 $19,124.03 3.00 DY) 14 Pickup [1.5] 25.50 HR $10.00 $382.50 Foreman - Asphalt Paving 31.50 HR $44.49 $1,401.45 $76.59 $76,590.00 0.00% 3.49 TON/MH 286.50 3.49 TON/MH 286.50 3.49 TON/MH 286.50 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 15 PROJECT MANUAL FOR LINCOLN AVENUE CORRIDOR — Phase 2 WORK ORDER 3 CIVIL DESIGN ENGINEER INTERWEST CONSULTING GROUP LANDSCAPE ARCHITECT GENERAL CONTRACTOR CONSTRUCTION MANAGER dmilesco Project & Construction Services DECEMBER 19, 2016 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Perceni (Item 1094 - 403.01 - Hot Mix Asphalt (Grading S) (75) (PG 64-22) continued) Truck - Crew 24.00 HR $30.10 $722.40 Truck - Distributor/Tack [0.5] 24.00 HR $45.00 $540.00 DR - Distributor 30.00 HR $29.77 $893.23 Asphalt Paver CAT 1055 24.00 HR $127.00 $3,048.00 :j OP - Asphalt Paver 30.00 HR $38.24 $1,147.16 Roller CAT CB-434 Double Drum 24.00 HR $54.00 $1,296.00 Roller Hyster C530 Pneumatic 24.00 HR $39.00 $936.00 ! z0 OP - Roller, Asphalt Finish [3] 30.00 HR $31.56 $2,840.06 Skid Steer Bobcat W/ Attachments 24.00 HR $45.00 $1,080.00 c LA - Asphalt Laborer 30.00 HR $28.29 $848.68 OP - Asphalt Screed [2] 30.00 HR $37.05 $2,223.05 Roller Hamm / Hypac Double Drum 24.00 HR $38.00 $912.00 Water Truck 1500 Gal [0.33] 24.00 HR $48.00 $380.16 c OP - Quality Control Technician [0.5] 30.00 HR $31.56 $473.34 1096 403.02 -Hot Mix Asphalt (Grading S) (100) (PG 64-28) AC -Asphalt Paving (Streets) AC -Asphalt Haul Trucking (1.00 DY, 9.93 Trucks, 62.50 TON/HR) AC -Hot Mix Asphalt #145 Grade S (100) (PG 64-28) RAP Lime Mix (Connell Resources, Inc) Asphalt Lay kk V AC -Asphalt Lay (Streets) (250.00 TON/DY, 2.00 DY) Pickup [1.5] Foreman - Asphalt Paving Truck - Crew Truck - Distributor/Tack [0.5] C DR - Distributor Asphalt Paver CAT 1055 OP - Asphalt Paver Roller CAT CB-434 Double Drum Roller Hyster C530 Pneumatic OP - Roller, Asphalt Finish [3] Skid Steer Bobcat W/ Attachments ( LA - Asphalt Laborer C, d OP - Asphalt Screed [2] Roller Hamm / Hypac Double Drum Water Truck 1500 Gal [0.33] OP - Quality Control Technician [0.5] 500.00 TON $84.85 $42,426.02 Man Hours: 500.00 TON $84.85 $42,426.02 Man Hours: 500.00 TON $59.35 $29,676.67 500.00 TON $12.39 $6,196.67 500.00 TON $46.96 $23,480.00 500.00 TON 500.00 TON 17.00 HR 21.00 HR 16.00 HR 16.00 HR 20.00 HR 16.00 HR 20.00 HR 16.00 HR 16.00 HR 20.00 HR 16.00 HR 20.00 HR 20.00 HR 16.00 HR 16.00 HR 20.00 HR $25.50 $25.50 $10.00 $44.49 $30.10 $45.00 $29.77 $127.00 $38.24 $54.00 $39.00 $31.56 $45.00 $28.29 $37.05 $38.00 $48.00 $31.56 $12,749.35 Man Hours: $12,749.35 $255.00 $934.30 $481.60 $360.00 $595.49 $2,032.00 $764.78 $864.00 $624.00 $1,893.38 $720.00 $565.79 $1,482.03 $608.00 $253.44 $315.56 0- 1098 - 403.04 - Temporary Asphalt Trails 700.00 SY $25.07 $17,551.98 For Poudre Trail Detour, Includes Minor Grading Man Hours: AB-Subgrade Prep Parking Lots 700.00 SY $5.53 $3,874.37 Man Hours: GC -Construction Water 6.30 MGAL $5.02 $31.63 3% Construction Water Fort Collins 6.30 MGAL $5.02 $31.63 Subgrade Prep 700.00 SY $5.49 $3,842.74 Man Hours: k-W AB-Subgrade Prep Parking Lots (350.00 700.00 SY $5.49 $3,842.74 SY/DY, 2.00 DY) 14 Pickup 19.00 HR $10.00 $190.00 Foreman - Base 19.00 HR $37.35 $709.59 y Motor Grader CAT 140 G [0.5] 18.00 HR $89.00 $801.00 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge $84.85 $42,425.00 -0.000/a 2.62 TON/MH 191.00 2.62 TON/MH 191.00 2.62 TON/MH 191.00 $25.07 $17,549.00 -0.02% 4.71 SY/MH 148.50 12.73 SY/MH 55.00 12.73 SY/MH 55.00 16 Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percenl (Item 1098 - 403.04 - TemporaryAsphalt Trails for Poudre Trail Detour, Includes Minor Grading continued) j OP - Motor Grader, Finish 18.00 HR $38.12 $686.14 14 Loader ID 210 Skip 18.00 HR $51.25 $922.50 '_ OP - Loader, Small 18.00 HR $29.64 $533.52 AC -Asphalt Paving (Paver Patch) 159.60 TON $85.70 $13,677.61 Man Hours: 1.71 TON/MH 93.50 Paver Patching 159.60 TON $26.68 $4,258.77 Man Hours: 2.40 TON/MH 66.50 kk'V AC -Asphalt Lay (Paver Patching) (159.60 159.60 TON $26.68 $4,258.77 TON/DY, 1.00 DY) Pickup 9.50 HR $10.00 $95.00 Foreman - Asphalt Patch 11.50 HR $40.75 $468.65 Skid Steer Bobcat W/ Attachments 9.00 HR $45.00 $405.00 Backhoe Loader CAT 420 [0.5] 9.00 HR $56.25 $253.13 OP - Loader Backhoe / Skid Steer 11.00 HR $32.75 $360.28 Truck - Crew 9.00 HR $30.10 $270.90 Asphalt Paver Carlson 9.00 HR $72.25 $650.25 OP - Asphalt Paver 11.00 HR $39.50 $434.53 Roller CAT CB225 E Combo Roller [0.5] 9.00 HR $36.00 $162.00 C4 Roller IR DD-32 Double Drum [0.5] 9.00 HR $35.00 $157.50 OP - Roller, Asphalt Finish 11.00 HR $32.60 $358.59 LA - Asphalt Laborer [2] 11.00 HR $29.22 $642.94 Patching Haul 159.60 TON $59.02 $9,418.84 Man Hours: 5.91 TON/MH 27.00 AC -Haul Paver Patching (159.60 TON/DY, 159.60 TON $13.86 $2,211.30 1.00 DY) Truck - Tandem Dump [3] 9.00 HR $53.40 $1,441.80 DR - Truck Driver [3) 9.00 HR $28.50 $769.50 y� AC -Hot Mix Asphalt #137 Grade S (75) (PG 159.60 TON $45.16 $7,207.54 58-28) RAP Mix (Connell Resources, Inc) 1100 - 630.01 - Business and Specialty 1.00 LS $990.00 $990.00 $990.00 $990.00 0.000/0 Signs (Traffic Masters, Inc. DBE) B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 33 to 46. The description was changed from 'Construction Traffic Control' to 'Business and Specialty Signs'. 1102 - 630.02 - Construction Zone Traffic 1.00 LS $55,621.50 $55,621.50 $55,621.50 $55,621.50 0.000/0 Control Traffic Control 1.00 LS $48,114.00 $48,114.00 Traffic Control Equipment Rent Bridge 180.00 DY $52.80 $9,504.00 Closure (Traffic Masters, Inc. DBE) Traffic Control Inspection Days (Traffic 160.00 DY $126.50 $20,240.00 Masters, Inc. DBE) Traffic Control Management Days (Traffic 20.00 DY $412.50 $8,250.00 Masters, Inc. DBE) Traffic Control Mobilization / Demobilization 2.00 EACH $1,100.00 $2,200.00 (Traffic Masters, Inc. DBE) Traffic Control Flagging Hours (Traffic 400.00 HR $19.80 $7,920.00 Masters, Inc. DBE) Variable Message Boards Per Each Per Day 105.00 DY $71.50 $7,507.50 (Traffic Masters, Inc. DBE) 1104 - 212.04 - Import And Place Topsoil 400.00 CY $43.86 $17,544.00 $43.86 $17,544.00 0.000/0 Including Amendment, 6" On Everything (Mills Brothers Landscape) S� 1106 - 613 - Electrical At Bridge Including 1.00 LS $32,954.81 $32,954.81 $32,954.81 $32,954.81 -0.00% All Wall Mounted Lights And All Associated Wire And Conduit (Weifield Group) 1108 - 623.01 - Irrigation And Landscaping 1.00 LS $34,762.94 $34,762.94 $34,762.94 $34,762.94 0.000/0 Per Bridge Drawings Including Willow Stakes (Mills Brothers Landscape) 1110 - 623.02 - Irrigation And Landscaping 1.00 LS $24,388.20 $24,388.20 $24,388.20 $24,388.20 0.000/0 Roadway From Bridge To 1st Street (Mills Brothers Landscape) 1112 - 623.03 - Landscape Maintenance (24 1.00 LS $10,674.30 $10,674.30 $10,674.30 $10,674.30 0.000/0 months) (Mills Brothers Landscape) 1114 - 623.04 -Seeding Under Bridge 2.00 ACRE $4,447.20 $8,894.40 $4,447.20 $8,894.40 0.000/0 (Mills Brothers Landscape) 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 17 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent La 1116 - 623.05 - Coir Matting Under Bridge 16,000.00 SF $0.82 $13,056.00 $0.82 $13,120.00 0.49% (Mills Brothers Landscape) 1118 - 905.09 - Planter Pot (Mills Brothers 11.00 EACH $1,770.72 $19,477.92 $1,770.72 $19,477.92 0.00% Landscape) 11120 - 905.10 - Irrigation For Planter Pots 11.00 EACH $148.92 $1,638.12 $148.92 $1,638.12 0.00% (Mills Brothers Landscape) 2000 - 201- Clearing And Grubbing Remove 1.00 LS $14,879.41 $14,879.41 $14,879.41 $14,879.41 -0.00% Slope Stabilization Shrubs Etc. Man Hours: 145.00 MH/LS 145.00 RMV-Clear And Grub 1.00 ACRE $14,879.41 $14,879.41 Man Hours: 145.00 MH/ACRE 145.00 RMV-Removal Haul -Clearing 25.00 LOAD $358.91 $8,972.72 Man Hours: 2.88 MH/LOAD 72.00 Dump Fee - Clearing- LC Landfill 25.00 LOAD $92.48 $2,312.00 kk ! RMV-Removal Haul (6.25 LOAD/DY, 4.00 25.00 LOAD $266.43 $6,660.72 DY) Truck - Tractor W/ Trailer [2] 36.00 HR $64.01 $4,608.72 DR - Truck Driver [2] 36.00 HR $28.50 $2,052.00 Clear And Grub 1.00 ACRE $5,906.69 $5,906.69 Man Hours: 73.00 MH/ACRE 73.00 *k-W EX -Clear & Grub - Heavy (0.50 ACRE/DY, 1.00 ACRE $5,906.69 $5,906.69 2.00 DY) 0 Loader CAT 966, 970, 972 18.00 HR $95.25 $1,714.50 Pickup 19.00 HR $10.00 $190.00 LA - Laborer 18.00 HR $24.30 $437.33 !a� OP - Loader, Large 18.00 HR $38.19 $687.42 Q§ Foreman - Grading 19.00 HR $38.66 $734.49 Excavator KOM 200 / 210 / 228 18.00 HR $83.00 $1,494.00 OP - Excavator, Small 18.00 HR $36.05 $648.95 2002 - 201 - Dewatering, Including 100 1.00 LS $32,007.97 $32,007.97 $32,007.97 $32,007.97 -0.00% Tons Of Stabilization Gravel Man Hours: 84.00 MH/LS 84.00 GC-Dewatering 6.00 WK $5,334.66 $32,007.97 Man Hours: 14.00 MH/WK 84.00 GC-Dewatering 6.00 WK $4,973.43 $29,840.58 Man Hours: 14.00 MH/WK 84.00 GC-Dewatering (7.00 DY/WK, 42.00 DY) 6.00 WK $4,973.43 $29,840.58 Pump 3" Submersible 1,008.00 HR $5.50 $5,544.00 Generator 25 KW 1,008.00 HR $22.00 $22,176.00 LA - Pipelayer 84.00 HR $25.25 $2,120.58 SS -Bedding Haul Sewer 100.00 TON $21.67 $2,167.39 Trucking (1.00 DY, 1.20 Trucks, 12.50 100.00 TON $8.67 $867.39 TON/HR) AG-CRI-Carr-Bedding Rock 1" Grading 57 100.00 TON $13.00 $1,300.00 (Connell Resources, Inc) 41 2004 - 201 - Pioneer Access, Cofferdams, 1.00 LS $20,976.43 $20,976.43 $20,976.43 $20,976.43 0.00% Temporary Pipe Man Hours: 227.00 MH/LS 227.00 GC-Dewatering 8.00 WK $1,900.05 $15,200.40 Man Hours: 28.38 MH/WK 227.00 GC-Dewatering 8.00 WK $1,872.96 $14,983.66 Man Hours: 28.38 MH/WK 227.00 k1 !f► Coffer Dam (0.25 EACH/DY, 4.00 DY) 1.00 EACH $13,941.88 $13,941.88 Loader CAT 938 36.00 HR $75.75 $2,727.00 Excavator KOM 390 / 400 / 490 36.00 HR $115.25 $4,149.00 Pickup 38.00 HR $10.00 $380.00 LA - Laborer 36.00 HR $24.30 $874.67 r LA - Pipelayer [2] 36.00 HR $26.65 $1,918.62 OP - Excavator, Large 36.00 HR $36.05 $1,297.89 OP - Loader, Small 36.00 HR $29.64 $1,067.04 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 18 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 2004 - 201 - Pioneer Access, Cofferdams, Temporary Pipe continued) Foreman - Utility 38.00 HR $40.20 $1,527.66 GC -Mob Pipe From Pit 4.00 LOAD $260.45 $1,041.78 Man Hours: 2.25 MH/LOAD 9.00 kk e► GC -Mobilization (4.00 LOAD/DY, 1.00 4.00 LOAD $260.45 $1,041.78 DY) Truck - Low Boy Transport 9.00 HR $80.20 $721.80 DR - Lowboy 9.00 HR $35.55 $319.98 SS -Bedding Haul Sewer 10.00 TON $21.67 $216.74 Trucking (1.00 DY, 0.12 Trucks, 1.25 10.00 TON $8.67 $86.74 TON/HR) yr AG-CRI-Carr-Bedding Rock 1" Grading 57 10.00 TON $13.00 $130.00 (Connell Resources, Inc) CMP-P-60" CMP (Contech Const) 80.00 LF $72.20 $5,776.03 2006 - 201.1- Install Temporary Crane 1.00 LS $10,670.79 $10,670.79 $30,670.79 $10,670.79 -0.00% Pads Man Hours: 109.00 MH/LS 109.00 EX -Structure Backfill Class 1 75.00 CY $142.28 $10,670.79 Man Hours: 1.45 MH/CY 109.00 GC -Construction Water 3.00 MGAL $5.02 $15.06 Construction Water Fort Collins 3.00 MGAL $5.02 $15.06 Haul Structure Backfill 150.00 TON $16.67 $2,501.09 Trucking (1.00 DY, 1.81 Trucks, 18.75 150.00 TON $8.67 $1,301.09 TON/HR) AG-CRI-Carr-Aggregate Base Class 5/6 150.00 TON $8.00 $1,200.00 (Connell Resources, Inc) Structure Backfill 75.00 CY $108.73 $8,154.64 Man Hours: 1.45 MH/CY 109.00 kW EX -Structure Ball (37.50 CY/DY, 2.00 75.00 CY $108.73 $8,154.64 DY) Pickup 19.00 HR $10.00 $190.00 Foreman - Grading 19.00 HR $38.66 $734.49 44 Loader CAT 938 18.00 HR $75.75 $1,363.50 e;, OP - Loader, Small 18.00 HR $29.64 $533.52 Water Truck 1500 Gal 18.00 HR $48.00 $864.00 DR - Water Truck 18.00 HR $29.64 $533.52 14 Compactor Walk Behind 33" OSR 18.00 HR $32.50 $585.00 t LA - Laborer [2] 18.00 HR $24.30 $874.67 Excavator KOM 200 RC With Head 18.00 HR $101.50 $1,827.00 Shaker/breaker OP - Excavator, Small 18.00 HR $36.05 $648.95 2008 - 203.01 - Haul Off Excess Fill 3,414.00 CY $11.71 $39,964.32 $11.71 $39,977.94 0.03% Man Hours: 7.90 CY/MH 432.00 EX-400 Backhoe Export Excess- Legal Trucks 3,414.00 CY $11.71 $39,964.32 Man Hours: 7.90 CY/MH 432.00 D} Legal Haul 3,414.00 CY $11.71 $39,964.32 Man Hours: 7.90 CY/MH 432.00 EX -Haul Semi / Belly Dump (569.00 CY/DY, 3,414.00 CY $11.71 $39,964.32 6.00 DY) Truck - Tractor W/ Trailer [8] 54.00 HR $64.01 $27,652.32 DR - Truck Driver [8] 54.00 HR $28.50 $12,312.00 2010 - 203.02 - Unclassified Excavation (Cut For Overall Site Grading) EX -Structure Excavation 12EX-Structure Excavation (376.67 CY/DY, 3.00 DY) Pickup Foreman - Grading LA - Laborer 12/8/2016 1:26:51 PM 1,130.00 CY $8.61 $9,730.79 $8.61 $9,729.30 -0.02% Man Hours: 10.32 CY/MH 109.50 1,130.00 CY $8.61 $9,730.79 Man Hours: 10.32 CY/MH 109.50 1,130.00 CY $8.61 $9,730.79 28.50 HR $10.00 $285.00 28.50 HR $38.66 $1,101.74 27.00 HR $24.30 $656.00 Lincoln Corridor 1st Street To Bridge 19 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 2010 - 203.02 - Unclassified Excavation (Cut For Overall Site Grading) continued) 4.110 Excavator KOM 390 / 400 / 490 27.00 HR $115.25 $3,111.75 j� OP - Excavator, Large 27.00 HR $36.05 $973.42 Loader CAT 966, 970, 972 27.00 HR $95.25 $2,571.75 OP - Loader, Large 27.00 HR $38.19 $1,031.13 2012 - 203.03 - Removal Of Bridge 1.00 EACH $80,975.00 $80,975.00 $80,975.00 $80,975.00 0.000/0 Removal Of Bridge (Cherry Creek Recycling) 1.00 EACH $80,975.00 $80,975.00 D� 2014 - 206.01 - Structure Excavation Cut To 4,321.00 CY $12.74 $55,049.40 $12.74 $55,049.54 0.000/0 Stockpile Or Disposal Man Hours: 6.33 CY/MH 682.50 EX -Structure Excavation 4,321.00 CY $12.74 $55,049.40 Man Hours: 6.33 CY/MH 682.50 12EX-Structure Excavation (288.07 CY/DY, 4,321.00 CY $12.74 $55,049.40 15.00 DY) 4 Pickup 142.50 HR $10.00 $1,425.00 e� Foreman - Grading 142.50 HR $38.66 $5,508.71 t;� LA - Laborer 135.00 HR $24.30 $3,279.99 4 Excavator KOM 390 / 400 / 490 135.00 HR $115.25 $15,558.75 f o OP - Excavator, Large 135.00 HR $36.05 $4,867.09 Loader CAT 938 135.00 HR $75.75 $10,226.25 ? OP - Loader, Small 135.00 HR $29.64 $4,001.40 Skid Steer Bobcat W/ Attachments 135.00 HR $45.00 $6,075.00 OP - Loader Backhoe / Skid Steer 135.00 HR $30.42 $4,107.21 2016 - 206.02 - Structure Backfill Class 1, Includes Fine Grade For Sleeper And Approach Slab W EX -Structure Backfill Class 1 9 GC -Construction Water 3/ Construction Water Fort Collins Haul Structure Backfill Trucking (1.00 DY, 53.33 Trucks, 400.00 TON/HR) y✓ AG-CRI-Carr-Natural Sand (Connell Resources, Inc) Structure Backfill kR'W EX -Structure Backfill (266.67 CY/DY, 6.00 DY) Pickup g Foreman Grading Water Truck 1500 Gal DR - Water Truck 14 Compactor Walk Behind 33" OSR LA - Laborer [2] Excavator KOM 200 RC With Head Shaker/breaker eyo OP - Excavator, Small Loader CAT 966, 970, 972 OP - Loader, Large EX -Fine Grade Concrete Flatwork kk'w EX -Fine Grade Concrete Flatwork (1,148.00 SF/DY, 2.00 DY) Pickup Foreman - Base Loader ID 210 Skip OP - Loader, Small Water Truck 1500 Gal [0.5] j DR - Water Truck [0.5] 1,600.00 CY 1,600.00 CY 64.00 MGAL 64.00 MGAL 3,200.00 TON 3,200.00 TON 3,200.00 TON 1,600.00 CY 1,600.00 CY 57.00 HR 57.00 HR 54.00 HR 54.00 HR 54.00 HR 54.00 HR 54.00 HR 54.00 HR 54.00 HR 54.00 HR 2,296.00 SF 2,296.00 SF 19.00 HR 19.00 HR 18.00 HR 18.00 HR 18.00 HR 18.00 HR $46.99 $75,176.61 $46.99 $75,184.00 0.01% $44.44 $5.02 $5.02 $14.00 $10.00 $4.00 $16.24 $16.24 $10.00 $38.66 $48.00 $29.64 $32.50 $24.30 $101.50 $36.05 $95.25 $38.19 $1.78 $1.78 $10.00 $37.35 $51.25 $29.64 $48.00 $29.64 Man Hours: $71,099.91 Man Hours: $321.28 $321.28 $44,800.00 $32,000.00 $12,800.00 $25,978.63 Man Hours: $25,978.63 $570.00 $2,203.48 $2,592.00 $1,600.56 $1,755.00 $2,624.00 $5,481.00 $1,946.84 $5,143.50 $2,062.26 $4,076.70 Man Hours: $4,076.70 $190.00 $709.59 $922.50 $533.52 $432.00 $266.76 4.09 CY/MH 391.00 4.89 CY/MH 327.00 4.89 CY/MH 327.00 35.88 SF/MH 64.00 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 20 Description Quantity UM Unit Direct Cost Total Direct Cost Unit Price Margin Total Price Percent (Item 2016 - 206.02 - Structure Backfill Class 1, Includes Fine Grade For Sleeper And Approach Slab continued) LA - Laborer 18.00 HR $24.30 $437.33 14 Compactor Walk Behind 33" OSR 18.00 HR $32.50 $585.00 2018 - 206.03 - Mechanical Reinforced Soil 1,600.00 CY $20.54 $32,867.03 $20.54 $32,864.00 -0.01% Man Hours: 5.86 CY/MH 273.00 AB-Geotextile Stabilization 6,400.00 SY $4.50 $28,769.65 Man Hours: 23.44 SY/MH 273.00 k AB-Geotextile Stabilizaton Fabric (1,066.67 6,400.00 SY $2.24 $14,337.65 SY/DY, 6.00 DY) Loader JD 210 Skip LA Laborer [2] d OP - Loader, Small Pickup Foreman - Base Excavator Compact John Deer 35 / 60 OP - Excavator, Small yi GE-F-Mechanical Reinforcement With Gap Woven Fabrid 4800 Lb/ft (Hanes Geo Components) D} SD-Underdrain 6" Perforated Ex Lay Backfill Underdrain GE-F-Geotextile Erosion Control Class A (Hanes Geo Components) �j HDPE-P-6" N-12 Perforated (Dana Kepner) SD -Storm Bedding Haul Trucking (1.00 DY, 1.88 Trucks, 19.50 TON/HR) AG-CRI-Carr-Bedding Rock 1" Grading 57 (Connell Resources, Inc) SD-Underdrain 6" Outfall Ex Lay Backfill Underdrain ' CO-M-Concrete P-610 HDPE-F-6" Rodent Screen (Dana Kepner) L� 2020 - 206.04 - Filter Material Class A D) EX -Import Filter Material Class A Aggregate Base EX -Structure Backfill(243.75 CY/DY, 2.00 DY) 14 Pickup Q, Foreman - Grading 14 Loader CAT 938 OP - Loader, Small Water Truck 1500 Gal DR - Water Truck 14 Compactor Walk Behind 33" OSR j LA - Laborer (2] Excavator KOM 200 RC With Head Shaker/breaker OP - Excavator, Small Base Haul ,ai Trucking (1.00 DY, 8.15 Trucks, 62.50 TON/HR) AG -OS -Filter Material Class A (Connell Resources, Inc) GC -Construction Water L Construction Water Fort Collins 0� 2022 - 206.06 - Structure Backfill Class 2 For Front Of Abutments, Flood Wall And Pier 54.00 HR $51.25 $2,767.50 54.00 HR $24.30 $2,624.00 54.00 HR $29.64 $1,600.56 57.00 HR $10.00 $570.00 57.00 HR $37.35 $2,128.76 54.00 HR $50.00 $2,700.00 54.00 HR $36.05 $1,946.84 7,040.00 SY $2.05 $14,432.00 260.00 LF $15.45 $4,016.67 260.00 LF $2.44 $635.54 345.80 SY $0.68 $235.14 260.00 LF $1.54 $400.40 156.00 TON $21.67 $3,381.13 156.00 TON $8.67 $1,353.13 156.00 TON $13.00 $2,028.00 2.00 EACH $40.35 $80.70 2.00 EACH $40.35 $80.70 0.30 CY $162.26 $48.68 2.00 EACH $16.01 $32.03 250.00 CY $82.30 $20,574.41 $82.30 $20,575.00 Man Hours: 2.29 CY/MH 109.00 250.00 CY $82.30 $20,574.41 Man Hours: 2.29 CY/MH 109.00 487.50 TON $16.73 $8,154.64 Man Hours: 4.47 TON/MH 109.00 487.50 CY $16.73 $8,154.64 19.00 HR $10.00 $190.00 19.00 HR $38.66 $734.49 18.00 HR $75.75 $1,363.50 18.00 HR $29.64 $533.52 18.00 HR $48.00 $864.00 18.00 HR $29.64 $533.52 18.00 HR $32.50 $585.00 18.00 HR $24.30 $874.67 18.00 HR $101.50 $1,827.00 18.00 HR $36.05 $648.95 500.00 TON $24.74 $12,369.57 500.00 TON $11.74 $5,869.57 500.00 TON $13.00 $6,500.00 10.00 MGAL $5.02 $50.20 10.00 MGAL $5.02 $50.20 1,900.00 CY $10.93 $20,768.13 0.00% $10.93 $20,767.00 -0.010/a 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 21 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 2022 - 206.06 - Structure Backfill Class 2 For front OfAbutments, flood Wall And Pier continued) Man Hours: 6.97 CY/MH 272.50 EX -Structure Backfill Class 2 1,900.00 CY $10.93 $20,768.13 Man Hours: 6.97 CY/MH 272.50 GC -Construction Water 76.00 MGAL $5.02 $381.52 v Construction Water Fort Collins 76.00 MGAL $5.02 $381.52 Structure Backfill 1,900.00 CY $10.73 $20,386.61 Man Hours: 6.97 CY/MH 272.50 EX -Structure Backfill (380.00 CY/DY, 5.00 1,900.00 CY $10.73 $20,386.61 DY) Pickup 47.50 HR $10.00 $475.00 r� Foreman - Grading 47.50 HR $38.66 $1,836.24 Loader CAT 938 45.00 HR $75.75 $3,408.75 c OP - Loader, Small 45.00 HR $29.64 $1,333.80 Water Truck 1500 Gal 45.00 HR $48.00 $2,160.00 DR -Water Truck 45.00 HR $29.64 $1,333.80 Compactor Walk Behind 33" OSR 45.00 HR $32.50 $1,462.50 (j LA - Laborer [2) 45.00 HR $24.30 $2,186.66 Excavator KOM 200 RC With Head 45.00 HR $101.50 $4,567.50 Shaker/breaker OP - Excavator, Small 45.00 HR $36.05 $1,622.36 2024 - 206.07 - Flow Fill Waterline 300.00 CY $104.90 $31,471.45 $104.90 $31,470.00 -0.00% Man Hours: 5.56 CY/MH 54.00 Dj W-Flow Fill Streets Waterline 300.00 CY $104.90 $31,471.45 Man Hours: 5.56 CY/MH 54.00 L CO-M-Concrete FLO- FILL 300.00 CY $100.02 $30,006.45 kk-W GC-Flowfill (100.00 CY/DY, 3.00 DY) 300.00 CY $4.88 $1,465.00 OSR-Concrete Vibrator 3.00 DY $51.00 $153.00 y +j LA -Laborer [2] 27.00 HR $24.30 $1,312.00 2026 - 403.00 - Hot Bituminous Pavement 165.00 TON $129.43 $21,355.19 $129.43 $21,355.95 0.00% 3" Overlay -bridge Asphalt Only Man Hours: 1.44 TON/MH 114.50 AC -Asphalt Paving (Streets) 165.00 TON $111.24 $18,355.19 Man Hours: 1.44 TON/MH 114.50 AC -Asphalt Haul 165.00 TON $62.56 $10,322.40 Trucking (1.00 DY, 4.13 Trucks, 20.63 165.00 TON $15.60 $2,574.00 TON/HR) AC -Hot Mix Asphalt - Grade S (75)(PG 64- 165.00 TON $46.96 $7,748.40 28) Mix (Connell Resources, Inc) Asphalt Lay 165.00 TON $48.68 $8,032.79 Man Hours: 1.44 TON/MH 114.50 AC -Asphalt Lay (Streets) (165.00 TON/DY, 165.00 TON $48.68 $8,032.79 1.00 DY) 14 Pickup [1.5] 10.50 HR $10.00 $157.50 Foreman - Asphalt Paving 12.50 HR $46.91 $586.42 Truck - Crew 10.00 HR $30.10 $301.00 Truck - Distributor/Tack [0.5] 10.00 HR $45.00 $225.00 r DR - Distributor 12.00 HR $31.58 $378.95 Asphalt Paver CAT 1055 10.00 HR $127.00 $1,270.00 !Z� OP - Asphalt Paver 12.00 HR $40.56 $486.68 Roller CAT CB-434 Double Drum 10.00 HR $54.00 $540.00 Roller Hyster C530 Pneumatic 10.00 HR $39.00 $390.00 t OP - Roller, Asphalt Finish [3] 12.00 HR $33.47 $1,204.88 Skid Steer Bobcat W/ Attachments 10.00 HR $45.00 $450.00 LA - Asphalt Laborer 12.00 HR $30.00 $360.05 r OP - Asphalt Screed [2) 12.00 HR $39.30 $943.11 Roller Hamm / Hypac Double Drum 10.00 HR $38.00 $380.00 Water Truck 1500 Gal[0.33] 10.00 HR $48.00 $158.40 OP - Quality Control Technician [0.5] 12.00 HR $33.47 $200.81 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 22 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent Mix Design 1.00 EACH $3,000.00 $3,000.00 LOA 2028 - 503.01 - Drilled Caisson (30in) 192.00 LF $225.00 $43,200.00 $225.00 $43,200.00 0.000/0 } Drilled Caisson (Flatiron Constructors, Inc.) 192.00 LF $225.00 $43,200.00 II D� 2030 - 503.02 - Drilled Caisson (36in) 132.00 LF $250.00 $33,000.00 $250.00 $33,000.00 0.00010 S} Drilled Caisson (36in) (Flatiron Constructors, 132.00 LF $250.00 $33,000.00 Inc.) 2032 - 504.01 - Retaining Wall 1,250.00 SF $60.50 $75,619.71 $60.50 $75,625.00 0.01% Man Hours: 34.25 SF/MH 36.50 EX -Structure Excavation Beams And Footings 300.00 LF $9.00 $2,700.90 Man Hours: 8.22 LF/MH 36.50 EX -Structure Excavation (300.00 LF/DY, 1.00 300.00 LF $9.00 $2,700.90 DY) 14 Pickup 9.50 HR $10.00 $95.00 Foreman - Grading 9.50 HR $38.66 $367.25 14 Loader CAT 938 9.00 HR $75.75 $681.75 OP - Loader, Small 9.00 HR $29.64 $266.76 Cry LA - Laborer 9.00 HR $24.30 $218.67 Excavator KOM 200 / 210 / 228 9.00 HR $83.00 $747.00 OP - Excavator, Small 9.00 HR $36.05 $324.47 S� Retaining Wall (Slaton Brothers) 1,250.00 SF $49.83 $62,289.50 EX -Structure Backfill Class 1 310.00 CY $25.55 $7,920.07 Dj GC -Construction Water 12.40 MGAL $5.02 $62.25 Construction Water Fort Collins 12.40 MGAL $5.02 $62.25 Haul Structure Backfill 620.00 TON $12.67 $7,857.83 Trucking (1.00 DY, 7.47 Trucks, 77.50 620.00 TON $8.67 $5,377.83 TON/HR) j AG-CRI-Carr-Natural Sand (Connell 620.00 TON $4.00 $2,480.00 Resources, Inc) SD -Storm Bedding Haul 125.00 TON $21.67 $2,709.24 .� Trucking (1.00 DY, 1.51 Trucks, 15.63 125.00 TON $8.67 $1,084.24 TON/HR) y✓ AG-CRI-Carr-Bedding Rock 1" Grading 57 125.00 TON $13.00 $1,625.00 (Connell Resources, Inc) 2034 - 504.02 - Retaining Wall Railing 65.00 LF $150.00 $9,750.00 $150.00 $9,750.00 0.00% LCUASS Standard Surface Mounted (Flatiron Constructors, Inc.) 2036 - 506 - Rip Rap (18") 715.00 CY $59.07 $42,235.05 $59.07 $42,235.05 0.00% Man Hours: 8.83 CY/MH 81.00 Rip Rap D50=24", Type VH 715.00 CY $59.07 $42,235.05 Man Hours: 8.83 CY/MH 81.00 Haul Rip Rap 1,072.50 TON $31.60 $33,891.00 AG -OS -Rip Rap - D50=18", Type H (Albert 1,072.50 TON $31.60 $33,891.00 Frei & Sons, Inc.) Place Rip Rap 715.00 CY $11.67 $8,344.05 Man Hours: 8.83 CY/MH 81.00 k-V Rip Rap (238.33 CY/DY, 3.00 DY) 715.00 CY $11.67 $8,344.05 f;, LA - Laborer 27.00 HR $24.30 $656.00 �y Loader CAT 966, 970, 972 27.00 HR $95.25 $2,571.75 1_0 OP - Loader, Large 27.00 HR $38.19 $1,031.13 Excavator KOM 390 / 400 / 490 27.00 HR $115.25 $3,111.75 OP - Excavator, Large 27.00 HR $36.05 $973.42 2038 - 506.01 - Rip Rap (18") Grouted 280.00 CY $133.12 $37,272.74 $133.12 $37,273.60 0.000/0 Man Hours: 2.20 CY/MH 127.00 DY Rip Rap D50=24", Type VH 280.00 CY $67.27 $18,834.70 Man Hours: 5.19 CY/MH 54.00 Haul Rip Rap 420.00 TON $31.60 $13,272.00 AG -OS -Rip Rap - D50=18", Type H (Albert 420.00 TON $31.60 $13,272.00 Frei & Sons, Inc.) Place Rip Rap 280.00 CY $19.87 $5,562.70 Man Hours: 5.19 CY/MH 54.00 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 23 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1038 - 506.01 - Rip Rap (18) Grouted continued) k� Rip Rap (140.00 CY/DY, 2.00 DY) 280.00 CY $19.87 $5,562.70 LA - Laborer 18.00 HR $24.30 $437.33 Loader CAT 966, 970, 972 18.00 HR $95.25 $1,714.50 OP - Loader, Large 18.00 HR $38.19 $687.42 Excavator KOM 390 / 400 / 490 18.00 HR $115.25 $2,074.50 ♦, OP - Excavator, Large 18.00 HR $36.05 $648.95 Rip Rap Grout 112.00 CY $164.63 $18,438.04 Man Hours: 1.53 CY/MH 73.00 kANr Grout Rip Rap (56.00 CY/DY, 2.00 DY) 112.00 CY $36.63 $4,102.80 OSR-Concrete Pump 18.00 HR $95.00 $1,710.00 Pickup 19.00 HR $10.00 $190.00 LA - Pipelayer [3] 18.00 HR $26.65 $1,438.97 Foreman - Utility 19.00 HR $40.20 $763.83 CO-M-GROUT 123.20 CY $116.36 $14,335.24 2040 - 514.11 - Bridge Railing Type 2 36.00 LF $390.00 $12,600.00 $350.00 $12,600.00 0.00% (Flatiron Constructors, Inc.) 2042 - 514.12 - Bridge Railing Type 1 108.00 LF $300.00 $32,400.00 $300.00 $32,400.00 0.00% (Flatiron Constructors, Inc.) 2044 - 515.00 - Hot Poured Joint Fill 112.00 LF $29.50 $3,304.00 $29.50 $3,304.00 0.00% Hot Poured Joint Fill (Flatiron Constructors, 112.00 LF $26.00 $2,912.00 Inc.) S1 RMV-Sawcutting Asphalt (6") Sub. 112.00 LF $3.50 $392.00 f 2046 - 515.01 - Waterproofing Membrane 993.00 SY $16.00 $15,888.00 $16.00 $15,888.00 0.00% (� Waterproofing Membrane (Flatiron 993.00 SY $16.00 $15,888.00 Constructors, Inc.) 2048 - 601.01 - Concrete Class D (wall) 75.00 CY $900.00 $67,500.00 $900.00 $67,500.00 0.00% u Concrete Class D (wall) (Flatiron Constructors, 75.00 CY $900.00 $67,500.00 Inc.) D- 2050 - 601.02 - Concrete Class D (Bridge) 860.00 CY $780.00 $670,800.00 $780.00 $670,800.00 0.00% `} Concrete Class D (Bridge) (Flatiron 860.00 CY $780.00 $670,800.00 Constructors, Inc.) Q 2052 - 601.03 - Sleeves For Utilities In 1.00 LS $17,700.00 $17,700.00 $17,700.00 $17,700.00 0.00% Concrete Sidewalks S} Sleeving For All Utilities In Concrete Walks 1.00 LS $17,700.00 $17,700.00 (Flatiron Constructors, Inc.) 2054 - 601.04 - Structural Concrete Coating 6,401.00 SF $3.50 $22,403.50 $3.50 $22,403.50 0.00% -Abutments, Wingwalls, & Exterior Structural Concrete Coating, Including Anti 6,401.00 SF $3.50 $22,403.50 Graffiti (Flatiron Constructors, Inc.) L� 2056 - 602 - Reinforcing Steel Epoxy 169,181.00 LB $1.00 $169,181.00 $1.00 $169,181.00 0.00% Coated) Sj Reinforcing Steel Epoxy Coated) (Flatiron 169,181.00 LB $1.00 $169,181.00 Constructors, Inc.) 2058 - 617 - Pre -stressed Concrete Box 12,310.00 SF $50.00 $615,500.00 $50.00 $615,500.00 0.00% (B39x49 Section) Pre -stressed Concrete Box (B39x49 Section) 12,310.00 SF $50.00 $615,500.00 (Flatiron Constructors, Inc.) 3000 - 514.01 - Bridge Precast Concrete 400.00 LF $164.64 $65,857.25 $165.89 $66,356.00 0.75% Cap 4" Thick 20" Deep (Rock And Company) 3002 - 514.02 - Bridge Precast Concrete 90.00 LF $206.55 $18,589.16 $206.55 $18,589.50 0.00% Cap 4" Thick 28" Deep (Rock And Company) A 3004 - 514.03 - Bridge Sandstone Veneer 750.00 SF $87.93 $65,946.91 $87.93 $65,947.50 0.00% (Rock And Company) 3006 - 514.04 - Bridge Steel Angle For 25.00 LF $20.00 $500.00 $20.00 $500.00 0.00% Sandstone Veneer At Wing Walls (Flatiron Constructors, Inc.) 3008 - 905.00 - Bridge Pavers (Mills 775.00 SF $19.77 $15,319.89 $19.77 $15,321.75 0.01% Brothers Landscape) S 3010 - 905.01 - Bridge Paver Sand Base 775.00 SF $1.43 $1,106.70 $1.43 $1,108.25 0.14% Polymeric (Mills Brothers Landscape) 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 24 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 3011- 905.02 - Bridge Paver 1 " Drain Board continued) <> 3012 - 905.02 - Bridge Paver 1" Drain Board 775.00 SF $1.89 $1,462.43 $1.89 $1,464.75 0.16% (Mills Brothers Landscape) AB-Geotextile Stabilization 86.03 SY $33.24 $2,859.04 Man Hours: 2.35 SY/MH 36.59 AB-Geotextile Stabilizaton Fabric (85.80 86.03 SY $18.82 $1,619.31 SY/DY, 1.00 DY) Loader JD 210 Skip 9.02 HR $51.25 $462.44 LA - Laborer [2] 9.02 HR $24.30 $438.46 OP - Loader, Small 9.02 HR $29.64 $267.45 Pickup 9.52 HR $10.00 $95.25 Foreman - Base 9.52 HR $37.35 $355.71 GE-GC-Geocomposite Drain 774.23 SF $1.60 $1,239.73 3014 - 905.03 - Bridge Paver Epoxy Coating 775.00 SF $3.00 $2,325.00 $3.00 $2,325.00 0.00% On Concrete (Flatiron Constructors, Inc.) 3016 - 905.04 - Sandstone Bollards 12.00 EACH $1,130.25 $13,562.95 $1,130.25 $13,563.00 0.00% 6"x12"x3' With Sandblasted And Stained Artwork ,�D Sandstone Bollard (Rock And Company) 12.00 EACH $780.25 $9,362.95 Bollard Base And Collar (Flatiron Constructors, 12.00 EACH $350.00 $4,200.00 Inc.) ga 3018 - 905.05 - 6 Ft Bench With Back Forms 4.00 EACH $2,500.00 $10,000.00 $2,500.00 $10,000.00 0.00% And Surfaces Knight Bench Lq 3020 - 905.06 - Decorative Chase Drain 80.00 LF $250.00 $20,000.00 $250.00 $20,000.00 0.00% (Flatiron Constructors, Inc.) S� 3022 - 905.07 - Bridge Pergola Including 1.00 EACH $80,000.00 $80,000.00 $80,000.00 $80,000.00 0.00% Vertical Columns (Flatiron Constructors, Inc.) ILq 3024 - 905.08 - Swing Set Structural 4.00 EACH $9,000.00 $36,000.00 $9,000.00 $36,000.00 0.00% Members (Flatiron Constructors, Inc.) O 4000 - 002 - Overhead 1.00 LS $0.00 $0.00 $222,247.91 $222,247.91 100.00% OP 4002 - 004 - Profit 1.00 LS $0.00 $0.00 $296,330.55 $296,330.55 100.00% 10PP 4004 - 006 - Bond 1.90 LS $0.00 $0.00 $33,781.68 $33,781.68 -0.47% 15000 - 008 - Street Sign Allowance 2.00 EACH $3,000.00 $6,000.00 $3,000.00 $6,000.00 0.00% 5002 - 010 - Allowance For Shoring At 1.00 LS $30r000.00 $30,000.00 $50,000.00 $50,000.00 40.00% Ranchway 1 P 5004 - 012 - Unknown Material / Clear And 1.00 LS $10,000.00 $10,000.00 $10,000.00 $10,000.00 0.00% Grub Allowance P� 5006 - 014 - Allowance For Landscape / 1.00 LS $20,000.00 $20,000.00 $20,000.00 $20,000.00 0.00% Urban Design Growth PA 5010 - 018 - Allowance For River Flows / 1.00 LS $30,000.00 $30,000.00 $30,000.00 $30,000.00 0.00% Dewatering Pa 5012 - 020 - Allowance For Paver Scope 1.00 LS $15,000.00 $15,000.00 $15,000.00 $15,000.00 0.00% 5016 - 202.12 - Remove / Replace Fence 1.00 LS $5,000.00 $5,000.00 $5,000.00 $5,000.00 0.00% Allowance (5k) P� 5018 - 208.01 -Erosion Control 1.00 LS $5,000.00 $5,000.00 $5,000.00 $5,000.00 0.00% Maintenance Allowance P� 5020 - 905.13 - Swing Set / Bench 8.00 EACH $5,000.00 $40,000.00 $2,500.00 $20,000.00 -100.00% Allowance D-� 626.08 - Escalations 1.00 LS $0.00 $0.00 $18,500.00 $18,500.00 0.34% • 7 Unit Total Description Quantity UM Direct Cost Direct Cost J 15 - Labor Escalation (2%) 1.00 LS $5,016.24 $5,016.24 CJ 17 - Equipment Escalation (2%) 1.00 LS $6,494.43 $6,494.43 CJ 18 - All Material Escalation (3%) 1.00 LS $6,927.33 $6,927.33 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 25 00005 PROJECT MANUAL TABLE OF CONTENTS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR Section No. Subject Page(s) 00001 Cover...................................................................................................................................1 00005 Table of Contents................................................................................................................3 BIDDING REQUIREMENTS CONTRACT FORMS 00525 Work Order........................................................................................................................37 00530 Notice to Proceed................................................................................................................1 00610 Performance Bond..............................................................................................................2 00615 Payment Bond.....................................................................................................................2 00630 Certificate of Insurance.......................................................................................................1 00635 Certificate of Substantial Completion ..................................................................................1 00640 Certificate of Final Acceptance...........................................................................................1 00650 Lien Waiver Release (Contractor).......................................................................................2 00660 Consent of Surety................................................................................................................1 00670 Application for Exemption Certificate ..................................................................................2 00700 EJCDC General Conditions...........................................................................................1-56 00800 Supplementary Conditions.................................................................................................. 3 00900 Addenda, Modifications and Payment.................................................................................1 00950 Contract Change Order.......................................................................................................1 00960 Application for Payment...................................................................................................... 3 Geotechnical Engineering Report — CTL Thompson (FC07102-125 & R1) .....................33 Geotechnical Engineering Report — CTL Thompson (FC07102-125 & R2) .....................22 CONTRACT REQUIREMENTS DIVISION 1—GENERAL REQUIREMENTS 01 11 00 Summary of Work...............................................................................................01 11 00-06 01 1300 Environmental Conditions..................................................................................01 13 00-01 01 1400 Site Access and Use of Premises......................................................................01 14 00-02 01 2500 Measurement and Payment...............................................................................01 25 00-03 01 2900 Schedule of Values............................................................................................01 29 00-02 01 31 00 Project Coordination...........................................................................................01 31 00-02 01 31 19 Project Meetings.................................................................................................01 31 19-04 01 3216 Construction Project Schedules.........................................................................01 32 16-04 01 3300 Submittal Procedures.........................................................................................01 33 00-09 01 4500 Quality Control....................................................................................................01 45 00-04 01 5200 Temporary Construction Facilities......................................................................01 52 00-04 01 5500 Traffic Control.....................................................................................................01 55 00-03 01 5713 Temporary Erosion and Sediment Control.........................................................01 57 13-03 01 6000 Shipment, Protection, and Storage....................................................................01 60 00-03 01 7329 Cutting and Patching..........................................................................................01 73 29-04 01 7400 Cleaning.............................................................................................................01 74 00-02 Issue For Construction December 19, 2016 Ditesco Percent of Percent of Amount Direct Cost Amount Indirect Cost Labor: $250,812.15 6.81% Labor: $0.00 0.00% Equipment Owned: $321,658.39 8.73% Equipment Owned: $6,494.43 35.22% Equipment Rented: $3,063.00 0.08% Equipment Rented: $0.00 0.00% Materials Owned: $130,211.43 3.53% Materials Owned: $6,927.33 37.57% Materials Purchased: $104,458.18 2.83% Materials Purchased: $0.00 0.00% Subcontracted: $2,573,568.66 69.83% Subcontracted: $0.00 0.00% Truckinq Owned: $0.00 0.00% Trucking Owned: $0.00 0.00% Trucking Hired: $108,431.11 2.94% Trucking Hired: $0.00 0.00% Miscellaneous: $8,600.80 0.23% Miscellaneous: $0.00 0.00% Pluq: $184,890.12 5.02% Pluq: $5,016.24 27.21% Direct Cost: $3,685,693.83 Indirect Cost: $18,438.00 Man-hours: 7,419.19 Man-hours: 0.00 • ay Item Summary Percent of Amount Bid Price Total Direct Cost: $3,685,693.83 86.59% Total DC Adds/Cuts: $0.00 0.00% Total Indirect Cost: $18,438.00 0.43% Total Bond: $33,939.34 0.80% Total Overall Cost: $3,738,071.16 87.82% Total Overhead: $298,990.48 7.02% Total Profit: $219,430.32 5.16% Total Marqin: $518,420.81 12.18% Total Bid Price: $4,256,491.97 Total Man-hours: 7,419.19 12/8/2016 1:26:51 PM Lincoln Corridor 1st Street To Bridge 26 Summary RECONCILED 91% Estimate of Costs for COFC Lincoln Avenue Corridor - Bridge including 1st to Bridge Narrative Summary of Bid Inclusions/Exclusions Prepared by: BR/GAL 12/1/16 8:16 PM Plans / Addenda Noted: Plan set Dated October 2016 Bid Item # Bid Item Description Inclusions/Exclusions GENERAL CONDITIONS 203.00 Potholing relocated. 208.00 Tree Retention and Protection Includes concrete blankets and/or construction fence including maintenance 626.01 Mobilization Cost of actual equipment mobilization to the site for bridge contractor included in bridge section. Cost for mobilization for roadway work 1st to bridge includes 2% labor escalation, 2% equipment, 4% material cost escalation. 626.02 Management Project Manager Revised schedule extends out to November 626.03 Management Site Manager Revised schedule extends out to November 626.04 Management Project Engineer Revised schedule extends out to Novembet 626.05 Field Office Expenses, Including Electrical Hook Up, Portable Toilets (3) Cell Phone For Public Information, And Construction Water Meter Daily Rental Cost Includes full field office expenses, including office trash haul, construction water, portable toilets, cell phones. 626.06 Winter Protection Allowance Allowance for winter concrete protection provisions (covered in phases 1-3 626.07 Public Information Services Allowance Delete 630.00 Construction Surveying 613.05 Temp Poles (each side of the river) Two poles REMOVALS 202.00 Clearin and Grubbing Includes clear and grub for miscellaneous area 202.01 Removal Of Trees And Stumps Includes arborist removal of trees, with stumps incidental to clearing and grubbing iterr 202.03 Removal of Pipe Includes removal of pipe only. Backfitl assumed to be with new pipe installation. Does not include surface restoration or backfill. 202.04 Removal Of Concrete Sidewalk / Driveways Includes sawcutting, removal, and haul off of concrete to offsite location with fees 202.05 Removal of Curb and Gutter Includes sawcutting, removal, and haul off of concrete to offsite location with fees 202.06 Remove Hydrant 202.07 Removal of Asphalt Mat Includes full depth removal of asphalt with excavators and sawcutting at demolition limits. Includes haul offto offsite location. Does not include milling or pulverizing. Increased qty west of bridge for tie in 202.08 Remove Temporary Asphalt Trails 202.09 Remove/Modify Pumping Structure Includes modification of minor structures to raise or lower to design grade 202.12 Remove And Replace Fence Includes removal, temporary storage and reinstallation offence fronting road for storm outfall construction. (Allowance for wood fence west of bridge if needed) BEST MANAGEMENT PRACTICES 208.01 Erosion Control (SWMP, Inspections, ECS) Includes maintenance and documentation of BMPs, SWMP planning and permitting, and management of maintenance 208.02 Erosion Control Gravel Bag) 208.03 Erosion Control Wattle 208.04 Erosion Control Silt Fence 208.05 Erosion Control (Concrete Washout) Includes Removal includes removal and haul off of 100 CY (10 loads) 208.06 Erosion Control Vehicle Tracking Pad includes cattle guard style tracking pad 208.07 Erosion Control Street Sweeping) Includes vacuum style sweeper to meet city dust contro 208.08 Erosion Control Gravel Inlet Protection 208.09 Erosion Control (Maintenance Allowance) Includes major maintenance for purchase of new materials, and replacement of erosion control measures EARTHWORK 203.04 Muck Excavation Includes Replacement With Class 5 Base Course Includes excavation of unsuitable material and replacement with imported class 5 base course. Includes haul of muck offsite to waste with fees 203.03 Finish Grading For Landscaping Includes grading to +/- 0. F for placement of landscaping materials 203.07 Unclassified Excavation Cut To Fill 203.06 Haul Excess Fill 306.00 Reconditioning (12") STORM DRAIN 603.01 18" RCP time to install tide flex is included 603.05 18" RCP FES 604.13 Inlet Type 13 716.07 18" Flextide Valve Page 1 Summary RECONCILED 91% Estimate of Costs for COFC Lincoln Avenue Corridor - Bridge including 1st to Bridge Narrative Summary of Bid Inclusions/Exclusions Prepared by: BR/GAL Plans / Addenda Noted: Plan set Dated October 2016 12/1/16 8:16 PM Bid Item # Bid Item Description Inclusions/Exclusions WATERLINE 619.01 Fire Hydrant Assembly includes new fire hydrant solid sleeve and additional pipe to relocate existing hydran 619.02 24" Sleeve for existing waterline CONCRETE FLATWORK 412.01 Concrete Pavement 7.5 Inch 608.01 Standard Gray Concrete Sidewalk/Bikeway 6 Inch 608.02 Colored Concrete Sidewalk Type 1 7.5 Inch 608.04 Metal Truncated Dome Plates 608.05 Concrete Bikeway 5" Colored 609.01 6"curb Head On Paving Without Gutter 609.02 Vertical Curb And Gutter 2' Gutter 609.03 2' Pan Only Across Concrete Paved Areas 609.04 Concrete Pan at back of wall includes thickened section for railing attachment 609.05 Concrete Footing for Railing ASPHALT PAVING 210.00 Adjust Manhole 210.01 Adjust Valve Box 304.00 Aggregate Base Course (Class 5 Or 6) Includes Base Under Concrete Paving And Curbs 403.00 Hot Mix Asphalt (Grading S) (75) (PG 64-22) Mainline Lincoln 403.02 Hot Mix Asphalt (Grading S) (100) (PG 64-28); Lincoln Main Line Paving Top Lift (2") 403.04 Hot Mix Asphalt Temporary Trails includes grading for trail TRAFFIC CONTROL 627.00 Pavement Striping Temporary Delete to be done by the City 630.01 Traffic Control 630.02 Pinned Metal Street Signs (per letter) 26 each for bridge sign 630.03 Business And Specialty Signs LANDSCAPING AND IRRIGATION 212.04 Amended Top Soil 623.01 Irrigation and Landscaping Brdi a Plans 623.02 Irrigation and Landscaping Brdi a Plans 1 st to Bridge 623.03 Landscape Maintenance 623.04 Seedingunder the Bridge 623.05 Coir Matting under the Bridge 623.06 Landscape/Urban Design Growth Allowance 905.09 Planter Pots 905.10 Irrigation for Planter Pots ELECTRICAL 613.01 Electrical 613.021 Electrical Allowance Bridge 201 Clcarin Grubbin ewaterin Access 203.01 Cut to Disposal 203.02 Unclassified Excavation (Cut to Fill 203.03 Removal of Bridge 206.01 Structure Excavation 206.02 Structure Backfill Class 1 206.03 Mechanical Reinforced Soil 206.04 Filter Material Class A 206.06 Structure Backfill - Class 2 206.07 Flowfill Waterline 403 Bridge Overlay - 3" Page 2 Summary RECONCILED 91% Estimate of Costs for COFC Lincoln Avenue Corridor - Bridge including 1st to Bridge Narrative Summary of Bid Inclusions/Exclusions Prepared by: BR/GAL Plans / Addenda Noted: Plan set Dated October 2016 12/1/16 8:16 PM Bid Item # Bid Item Description Inclusions/Exclusions 503 30" Drilled Caisson 503 36" Drilled Caisson 504.01 Retaining Wall 504.02 Retaining Wall - Railing Allowance 506 18" RipRap 506 18" Rip Rap - Grouted 514.11 Bridge Railing Type 2 514.12 Bridge Railing Type 1 515 Hot Joint Filler 515 Waterproofing Membrane 601.01 Concrete Class D (Wall) 601.02 Concrete Class D (Bridge) 601.03 Sleeves for Utilities 601.04 Structural Concrete Coating 602 Reinforcing Steel - Epoxy coated 617 Pre -stressed Concrete Box (B39x49 Section) 504.01 Shoring To maintain access road around ranchway Bridge - Concrete Structures 514.01 Bridge Precast Concrete Ca 4" x 20" 514.02 Bridge Precast Concrete Ca 4" x 28" 514.03 Sandstone Veneer and Angle 514.04 Allowance Bridge - Landscape and Irrigation 905.05 Bridge Pavers 905.06 Bridge Pavers 1" Drainboard 905.06 Bride Paver Epoxy Coating 905.06 Bridge Paver Sand Base 905.07 6 ft Bench with Back Forms and Surfaces Knight Bench 905.07 Decorative Chase Drain 905.11 ISandstone bollards 6"xl2"x3' 905.14 1 Allowance 905 Bridge Pergola including Vertical columns 905.12 Swing Structural Members 905.13 Swing - Architectural Steel Page 3 SECTION 00530 NOTICE TO PROCEED Original Bid/RFP Project Number & Name: 8214 CM/GC for Lincoln Corridor Project Phase 2 Description of Work: To construct Phase 2 of the Lincoln Avenue Corridor Project including all bridge demolition, utility installations, Bridge Construction, roadway construction north and south of new bridge construction, electrical, lighting and irrigation. Reference the Phase 2 construction plans and contract documents for further information. To: Connell Resources, Inc. 7785 Highland Meadows Parkway Suite 100 Fort Collins, Colorado 80528 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. Therefore, as the CONTRACTOR for the above described Work and in accordance with paragraph 2.3 of the General Conditions, you are hereby authorized and directed to proceed with the Work to begin on , 20.. The dates for Substantial Completion and Final Acceptance shall be , 20 and , 20_, respectively. Dated this day of , 20_ City of Fort Collins OWNER Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20_ CONTRACTOR: Connell Resources, Inc. 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 I NO Mimi OUR 10,101011r Bond No. 106582379 KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc. 7785 Highland Meadows Pkwy, Windsor, CO 80528 ), (a Corporation), hereinafter referred to as the "Principal" and (Firm) Travelers Casualty and Surety Company of America (Address) One Tower Square, Hartford, CT 06183 Herein after referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Four million two hundred fifty six thousand four hundred ninety one and ninety seven cents ($4.256,491.97) 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 22nd day of March, 2016, a copy of which is hereto attached and made a part hereof for the performance of the Work Order titled Lincoln Avenue Corridor — Phase 2, Work Order Number 3, dated the 191" day of December, 2016, a copy of which is hereto attached and made a part hereof. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts, each one of which shall be deemed an original, this day of t , 20_. IN PRESEN OF: Vl It , . A WU Jennifer Undhlad, Assistant Secretary (Title) (Corpor,Oe WIRE% p�a�GpRP..G•A� O IN PRE& CEMfii C�^ • �I OAA D O ►ii►I 1 PRESENCE OF: c C i Witness, Dulce Huggins (Surety Seal) Prin ipal onnell Resources, Inc. —1�2 — — ohn M Warren, Vice President (Title) 7785 Highland Meadows Pkwy. Suite 100 (Address) Fort Collins, CO 80528 Other Partners In Surety Travelers Casualty and Surety Company of America By: - �GWQ,q- 6UdZ4.,)� Darlene Krings, Attorney-i -Fact One Tower Square, Hartford, CT 06183 (Address) NOTE: Date of Bond must not be prier to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. SECTION 00615 PAYMENT BOND Bond No. 106582379 KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc. 7785 Highland Meadows Pkwy, Windsor, CO 80528 (air 1 n U-1 i Vi Idu a !), (e-Fla-ftnerah*, (a Corporation), hereinafter referred to as the "Principal" and (Firm) Travelers Casualty and Surety Company of America (Address) One Tower Square, Hartford, CT 06183 Herein after referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave- Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Four million two hundred fiftV six thousand four hundred ninety one and ninety seven cents ($4,256,491.97) 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 22nd day of March, 2016, a copy of which is hereto attached and made a part hereof for the performance of the Work Order titled Lincoln Avenue Corridor — Phase 2, Work Order Number 3, dated the 1911 day of December, 2016, a copy of which is hereto attached and made a part hereof. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this L1day of IN PRESEN F: I-I 14 4ennilfer Vindblad, Assistant Secretary (Title) (Corporate S\eej) I I ► ► / O 0 IN PFt�9� O : :N —OZ_ n SE O�ORPO 1 ',PRESENCE OF: Witness, Dulce Hugg' (Surety Sea[) Print' al onnell Resources, Inc. ohn M Warren, Vice President (Title) , 20— 7785 Highland Meadows Pkwy. Suite 100 (Address) Fort Collins, CO 80528 Other Partners Suret By: h-t- Darlene Krings, Attorney- -Fact One Tower Square, Hartford, CT 06183 (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. Section No. Subject Page(s) 01 7500 Starting of Systems............................................................................................01 75 00-02 01 7700 Close Out Procedures........................................................................................01 77 00-04 01 7800 O&M Manuals.....................................................................................................01 78 00-06 01 7839 Project Record Documents................................................................................01 78 39-04 01 7900 Training..............................................................................................................01 79 00-04 TECHNICAL SPECIFICATIONS The 2011 Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, the Larimer County Urban Area Street Standards (latest version) and the City of Fort Collins Utilities Water, Wastewater and Stormwater Standards and Specifications for Construction form the basis of technical specifications for this project. Any modifications to these specifications will be provided as a special provision included herein or provided to the Contractor with each respective work order (as applicable). 2011 CDOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION (incorporated by reference) Division 100 General Provisions..............................................................................................................1 Section 101 Definitions and Terms......................................................................................................... 1 Section 102 Bidding Requirements and Conditions.........................................................................14-17 Section 103 Award and Execution of Contract......................................................................................18 Section 104 Scope of Work..............................................................................................................19-29 Section105 Control of Work............................................................................................................29-90 Section 106 Control of Material......................................................................................................91-112 Section 107 Legal Relations and Responsibility to Public...........................................................113-131 Section 108 Prosecution and Progress........................................................................................132-145 Section 109 Measurement and Payment.....................................................................................146-160 Division200 Earthwork.................................................................................................................161-272 Division300 Bases.......................................................................................................................273-282 Division400 Pavements...............................................................................................................283-338 Division 500 Structures.................................................................................................................339-428 Division 600 Miscellaneous Construction.....................................................................................429-676 Division 700 Material Details.........................................................................................................677-756 2011 CDOT SPECIAL PROVISIONS FOR ROAD AND BRIDGE CONSTRUCTION (incorporated by reference) Section 206 Structure Backfill at Bridge Abutments dated January 30, 2014 Section 216 Soil Retention Covering dated July 16, 2015 Section 507 Grouted Riprap Slope and Ditch Paving dated November 6, 2014 Section 512 Bearing Device Testing dated November 6, 2014 Section 618 Prestressed Concrete dated April 26, 2012 Section 702 Hot Poured Joint and Crack Sealant dated September 29, 2011 Section 712 Geotextiles dated November 1, 2012 2011 CDOT SPECIAL PROVISIONS FOR ROAD AND BRIDGE CONSTRUCTION (incorporated as attachments) Section 207 Top Soil Section 212 Seeding, Fertilizer, Soil Conditioning and Sodding Section 213 Mulching Section 214 Planting Issue For Construction December 19, 2016 Ditesco WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AA► POWER OF ATTORNEY TRAVELERS.1 Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 229441 Certificate No. 006775114 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Darlene Krings, Kelly T. Urwiller, Diane F. Clementson, Anthony P. Stimac, Royal R. Lovell, Russell D. Lear, Katherine E. Dill, K'Anne E. Vogel, Steve J. Blohm, Wesley J. Butorac, Dulce R. Huggins, and Sandra L. Schifferns of the City of Greeley , State of Colorado , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 'WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this ..ay of May 2016 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 5th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 0 sun Q�Y �SU Ti F1RE� I '�W� tY q W p2 O._�q1 6 �,"- n� G Cf' .. �9 r�'pAPORA)�-�l ��i POR4Ti m #'•iil � `��I aS' C7 n INCgiPORATED� i �f �, c+ cAw f':, o°S�'tiAR'fFOFf�. �'^ < �pmapoi[o SEAL -; �: W HARTfORC, lass ? c r n t o i COHtL 8 m �6`Niaa ., 1951 m y o :SE A L,+o :'a f CONK. 3y�4 ry ^,a rLxeN o \�`.......••a v•.... a is 'rt• .! .tf� i N 'tiy cE �fw State of Connecticut City of Hartford ss. � Y By: Robert L. Raney, Senior Vice President On this the 5th day of May 1 2016 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 7110 -� Witness Whereof, I hereunto set my hand and official seal. y Commission expires the 30th day of June, 2021. Marie C. Tetreault, Notary Public 58440-5-16 Printed in U.S.A. IS 1 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vi President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 20 _ 4�� Kevin E. Hughes, Assistant Sec tary G .1 yf\PNf 4°Ny. II �iY `• XSw•�TY A t �`•SEAL:cn�:SEAL To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER gcoRO® CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDDYYYY) 12/20/2016 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. ORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to _..e 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 NAME: Nikki Mosbrucker CIC CISR Flood and Peterson IPA ACM (970)266-7123 A/C No;(970)506-6823 PO Box 578 AIL ADDRESS:NMosbrucker@floodpeterson.com INSUREMS) AFFORDING COVERAGE NAIC # Greeley CO 80632 INSURED Connell Resources, Inc. 7785 Highland Meadows Parkway Suite 100 A:Charter Oak Fire Insurance Company 25615 B:Travelers Indemnitv Comnanv 25658 INSURER I INSURER D :Pinnacol Assurance 141190 1 I Fort Collins CO 80528 1 INSURER F : COVERAGES CERTIFICATE NLIMBER-CL1652611094 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRLTR LTR I TYPE OF INSURANCE 1 L VD POLICY NUMBER MM/DDYEFF /YYYY POLICY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE h l OCCUR DAMAGE ( RENTED PREMISES Ea occurrence 3 $ 00,000 MED EXP (Any one person) $ 10,000 X DTC04794NS32COF16 6/1/2016 6/1/2017 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ECT LOC PRODUCTS - COMP/OPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY (CEO accidentMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS X DT8104794N532IND16 6/1/2016 6/1/2017 PROPERTY DAMAGE Per accident $ NON -OWNED X HIRED AUTOS X AUTOS Uninsured motorist combined $ 1,000,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 C EXCESS LIAB CLAIMS -MADE DED RETENTION$ $ X DTSMCUP4794N532TIL16 6/1/2016 6/1/2017 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED' (Mandatory in NH) N / A 4029651 6/1/2016 6/1/2017 X PER OH- STATUTE ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYE $ 500 000 E.L. DISEASE - POLICY LIMIT 1 $ 500,000 If yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS! LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: CRI# 2161081 - Lincoln Avenue Corridor / Phase 2 Certificate holder is included as Additional Insured as required by written contract with respects to liability arising out of work performed by the named insured. CERTIFICATE HOLDER UANL;LLLA I IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Collins THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 N Mason St ACCORDANCE WITH THE POLICY PROVISIONS. Fort Collins, CO 80522 AUTHORIZED REPRESENTATIVE N Mosbrucker CIC, CISR ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 onl4nti SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION PROJECT OR SPECIFIED PART SHALL INCLUDE: PROJECT TITLE: 8214 CM/GC Lincoln Corridor Project — Phase 2 LOCATION: Fort Collins, Colorado OWNER: City of Fort Collins CONTRACTOR: Connell Resources, Inc. CONTRACT DATE: 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 AUTHORIZED REPRESENTATIVE DATE REMARKS: SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE ,20 TO: Connell Resources, Inc. 7785 Highland Meadows Parkway Suite 100 Fort Collins, CO 80528 Gentlemen: You are hereby notified that on the day of , 20_, the City of Fort Collins, Colorado, has accepted the Work completed by Connell Resources for the City of Fort Collins project, 8214 CM/GC Lincoln Corridor Proiect — Phase 2. 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 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: Connell Resources Inc. (CONTRACTOR) PROJECT: 8214 CM/GC Lincoln Corridor Protect — Phase 2 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: CONNELL RESOURCES, INC. 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: 20_, SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Connell Resources Inc. PROJECT: 8214 CM/GC Lincoln Corridor Proiect - Phase 2 CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of 20 (Surety Company) ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 (08130113) COLORADO DEPARTMENT OF REVENUE Denver CO 80261 - 0009 (303) 238-SERV (7378) Contractor Application for Exemption Certificate Pursuant to Statute § 39-26.708(1),(2),&(3) The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materialswhich are purchased, rented, orconsumed by the contractorand which do not become a part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Departmental Use Only III IIIIIII I Illlllllll IIIIIIIIIIIIII 130172 19999 Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side.) Send completed forms to: Colorado Department of Revenue, Denver; CO 80261 - 0009 Failure to accurately complete all boxes will cause the application to be denied. Contractor/Account No. (Leave blank if filing for the first time) 89- Period (MM/YY-MM/YYIQ Contractor Information Trade name/DBA Owner, partner or corporate last name First Name Middle Initial Mailing Address City �Stwe]zip E-Mail Address FEIN Bid amount for your contract Fax number Business Phone number Colorado withholding tax account number Exemption Information Copies of contract or agreement page, identifying the contracting parties, bid amount, type of work, and signatures of contracting parties must be attached Name of exempt organization (as show on contract) Exempt organization's number �98 Address of exempt organization City State Zip Principal contact at exempt organization -Last Name 7tNeme Middle Initial Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located) City State Zip Principal contact's telephone number Scheduled construction start date (MM)DDNYJQ Estimated completion date (MM/DD/YY)© I declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of the business owner, partner or corporate officer Title of corporate officer Date (MwDD/YY)Q (Do not write below this line) Special Notice Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. Do not enter what you believe to be the next in sequence as this may delay processing of your application. Section No. Subject Page(s) 2011 CDOT SPECIAL PROVISIONS FOR ROAD AND BRIDGE CONSTRUCTION (incorporated as attachment) continued Section 601 Cut Stone Veneer (Ashler) Section 608 Sidewalks and Bikeways Section 622 Rest Areas and Buildings Section 623 Sprinkler System Larimer County Urban Area Street Standards — latest version (incorporated by reference, as applicable) Chapter 1 General Provisions Chapter 2 Submittal & Review Procedures Chapter 3 Information Requirements for Construction Plans Chapter 4 Transportation Impact Studies Chapter 5 Soils Investigations and Report Chapter 6 Permits Design (Not Applicable) Chapter 20 Public Improvement Cost Estimate Chapter 22 Construction Specifications Chapter 23 Inspection and Testing Procedures Chapter 24 Acceptance/Warranty Procedures & Record Drawings Chapter 25 Reconstruction and Repair Appendices A through C City of Fort Collins Utilities Water, Wastewater and Stormwater Standards and Specifications for Construction Reference http://www.fcgov.com/utilities/business/builders-and-developers/development-forms- auidelines-reaulations Reference the following permits located on the project sharepoint site: 1. Nationwide Permit dated August 30, 2016 — NW)-2016-00782-DEN, Lincoln Bridge Rebuild Project. 2. Floodplain Use Permit dated August 12, 2016 3. Conditional Letter of Map Revision (CLOMR) for the Lincoln Avenue Bridge Project dated August 19, 2016 END TABLE OF CONTENTS Issue For Construction December 19, 2016 Ditesco SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committec, EJCIX' No. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining teat that has been added and striking through text that hss been deleted. F.JCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FOIZT COLLINS MODIFICATIONS (RE V 9/99) Article or Paragraph Number &Title TABLE OF CONITNI'S OF GENERAL CONDITIONS Noe Article or Paragraph Numhcr Number & Title DEFINITIONS-- ................................................1 1.1 Addenda 1.2 Agreement ............. _ ...... 1-3 Application for Payment .......................1 1.4 1.5 Bid 1 1.6 Bidding Documents..............................1 1.7 Bidding Requirements ..........................1 1.8 Bonds 1.9 Change Order, ............ ............. .......... 1.10 Contract I-socuments I'll Contract Price ..... ....... ......... ........... 112 Contract Times, ........ ...... ...... 1,13 CONTRACTOR 1 1,14 defective .............................. .............. J 1.15 Drawings............................................1 1.16 Effective Date of the Agreement.. 1 1.17 ENGINEER 1.18 ENGINEERs Consultant 1.19 Field Order 1,20 General Requirements ......................... 1.21 Hazardous Waste---- ......... 2 122.2 ...... Laws and Regulations; Laws or Regulations 2 I.21b ................. ....... ............. Legal 11ohdays .......................... 123 Liens..................................................1 1,24 Milestone- ............. .................. ........ L25 Notice of Award 2 1.26 Notice to Procet-:................................2 1.27 O%MR 1-28 Partial Utilization 2 1.29 PCBs 1.30 Petroleum ................. ......... 1.31 Project............_..---- ..... ...... ? 1.32a Radioactive Material 2 1 32.b Regular Working Hours . 1.33 ............ Resident Project Represcntative,...... ..... 2 1.34 Samples.............................................2 1.35 Shop Drawings ... ......................... ...... 2 1,36 Specifications ...................................... I 1.37 Subcontractor 2 1.39 Substantial Completion 2 1.39 ............ ............ Supplementary ConditionA ................... 1.40 Supplier ............ _-_ ............ __ .......... 1.41 Underground Facilities__ ............... 2-3 1.42 Unit Price Work .................................. 3 1.43 Work 3 1.44 Work Change Directive....................... . 3 1.45 Writwn Amendment,......... Page Number 2. PRE-LIML\ARY NtATTERS 2.1 .....................3 Delivery of Bonds ............................3 2-1 Copies of Documents ............. ........ .3 2.3 Com mencem ent of Contract Timcs-, Notice to Proceed ' - ..... --...3 2.4 Starting the Worl;............................3 2.5-2.7 Before Starting Construction-, CONTRACTORs Responsibility to Report, Preliminary Schcdflcs; Delivery of Certificates of Insurance 3-4 2.8 Prcconstruction Conference .............. 4 2.9 Initially Acceptable Schedules .... ... -4 3. CONTRACT DOCUMENTS: RiTEN'T, AMENDING, REUSE.- .... ............ - ........... ....... A 3.1-3.2 Intent... .................. I .... ... 4 3.3 Reference to Standards and Spoci- fications of echnical Societies-, Reporting and Resolving Dis- crepancies ................................. 4-5 34 Intent of Certain Terms or Adjectives .................................... 3.5 Amending Contract DtY=cnt!k ........ 5 3.6 Supplementing Contract T'Mcument 3.7 Reuse of Doc -um ents, 4. AVAILABILITY OF LkNDS, SUBSURFACE AND PHYSICAL CONDITIONS, REFERENCE POINTS _... 5 4.1 Availability of Lands, ............. ....... 5-6 4,2 Subsurface and Physical Conditions 6 4.11 Reports and Drawings ..................... 4.12 Limited Reliance by CONTRAC- TOR Authorized, Technical Data-- ..... - ... ... .............. ......... 6 4Z3 Notice of Differing Subsurface or Physical Conditionrl ...................6 6 424 ENG Mi"ER's Review 4.15 Possible Contract Documents Change.........................................6 4.2.6 Possible Price and Times Adjustments......_ _ � ............ ... (-7 43 Physical Conditions -Underground Facilities . ....... 7 4-3,1 Shown or 4.3.2 Not Shown or Indicaltd, 4.4 Reference Points 7 EKW. U-NEM CONDITIONS 1910-841M LLAM-N) WCITY OF FORT COLLMS NIMMAMMS (REV 91") Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 4.5 Astxstos. PCBs, Petroleum, Hazardous Waste or Radioactive A4atcrial7.8 5. BONDS AND INSURAM'E................................. 8 5.1-5.2 Perform ancc, Paymcnt and Other Bonds .............................................. 8 5.3 Licensed Sureties and Insurers; Certificates of Insurance,,,,,,,,,,,,,,,,,,,, $ 5.4 C0N1TRA(7I"OR's Liability Insurance ..........................................9 5.5 OWNER.'s Liability Insurance .............. 9 5.6 Property Insurance ......................... 9-10 5.7 Boiler and Machinery or Addi- tional Property Insurance..................10 5.8 Notice of Cancellation Pranision10 5.9 CO?NTRACTOWs Responsibility for Deductible Amounts ..............._.. 10 5.10 Other Special Insurance .....................10 5.11 Waiver of Rights, .................... .......... 11 5.12-5.13 Receipt and Application of Insurance Proceeds .....................10-11 5.14 Acceptance of Fronds and Insu- once; Option to Replace .... ...............11 5.15 Partial Utilization --Property Insurance......-- ...........................:... t 1 6. CONTRACTOR'S RESPC)NS1BILITIES 11 6.1-6.2 Sul ivisiun and Supetintcndencc....... 11 6.3-6.5 Lahcm, Materials and Equipment_.. 11-12 6.6 Progress Schedule. ... ...................... ..j2 6.7 Substitutes and "Or -Equal` Items; CONTRACIOR's Expense; Substitute Construction Methods or Procedures, F..NGINFFR's Evaluation .............12-13 6.8-6.11 Concerning Subcontractors, Suppliers and Others; Waiver of Rights..... ................... 1344 6.12 Patent Fees and Royalties...................14 6,13 Perm its ............................................14 6.14 laws and Regulations.... .... ............... J 4 6.15 Taxes...........................................14-15 6.16 Use of Premises.....,, ......................... 15 6-17 Site Cleanliness ........ ............. .......... 15 6.18 Safe Structural Loading, .................... J5 6.19 Record Documents._-._....................j5 6.20 Safety and Protection. -..__.._......... 15-16 6.21 Safety Representative..._....................16 6.22 Hazard Communication Programs, ..... 16 6.23 Emergencies.....................................16 6.24 Shop Drawings and Samples,,,,,,,,,,, „16 625 Submittal Proceedures; CON- TR.ACTOR's Review Prior to Shop Drawing or Sample. Submittal 16 6.26 Shop thawing Sample Submit- tals Review by LNGIINIZER ...... 16-17 6.27 Responsibility for Variations From Contract Documents,., .,„_.17 6.28 Related Work Performed Prior to ENGINEER's Review and Approval of Required Submittals ...................................17 629 Continuing the Work..-„_„.............17 6.30 CONTRACTOR'S General Warranty and Guarantee.............17 6.31-6.33 Indemnification 17-18 6.34 Survival of Obligations ,,,,,,,,,,,,,,,,,„1 S 7, OTHER WORK........................................_......1 S 7.1-7.3 Related Work at Site IS 7.4 Coordination.................................18 S. OIkNF.R'S RF.SPONSIBILITTES ,,1 S 8.1 Communications to CON- TRACTOR .._............................ 1 S 8.2 Replacement of ENGMER,........... IS 8.3 Furnish Data andPay Promptly When Due .................................. 18 8.4 Lands and Easc[ncnls, Reports and .rests .............. J 5-19 8.5 Insurance, ...................................... 19 8.6 Change Orders...............................19 8.7 Inspections, Tests and Approvals...................................19 8.8 Stop or Suspend Work; Terminate C0NTRA(7r0R's Services ......................................19 8.9 Limitations on OWNER'S Responsibilities., .... ___ ............ J9 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material....................19 8.11 Evidence of Financil Arrangements _............_.........._.19 9. ENGINEER'S STATUS DURING CONSTRUCTION ................... ..........................19 9.1 OWNER's Representative._...,__._..._ 19 9.2 Visits to Sitc..................................19 9.3 Project Representative ,,,,,,,,,,,,,,,19-21 9-4 Clarifications and Interpre- tations.........................................21 9.5 Authorized Variations in 118rk........ 21 EJCLX OENLAAL CONDITIONS 1910-8 (1990EDMON) w/ Ct TY OF FORT COU" MODIFICATIOM (REV 919) Article or Paragraph Page Article or Paragraph Page Num her & Titlc Number Number d1: Title Number 9.6 Rejecting Defective Work- ..,..., .,,, I.....21 9.7-9.9 Shop Drawings. Change Orders and Payments....................................21 9.10 Ikterminaticns for unit Prices 21-22 9.11-9.12 Decisions on Disputes; FNGI- NL'ER a3 Initial lntcrprctct,,,,,22 9.13 Limitations onENGINEERs Authority and Responsibilities-, ... 22-23 CHANGES IN THE WORK 23 10.1 OWNEWs Ordered Change,,,,,,,,,,,,,,,," 14. 10.2 Claim for Adjustment .........................23 10.3 Work Not Required by Cattract Documents ..... . ............................... 23 10.4 Change Orders ................................. 23 10.5 Notification of Surety ........................23 CHANGE OF CONTRACT PRICE .............................. .. 23 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 Wor1C,,,,-,_-„23 11.6 CON'TRACTOR's Fee........................25 11.7 Cost Records—.._.......................--.25 26 11.8 Cash Attenuantxs.................. _...... -...26 11-9 Unit Price Work --------....... -............. 26 CHANCIE OF CONTRACT TIME326 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 OWNrF.R's and CONTRACTOR's Control,,,,,,,,,,,,,,,,r7 TESTS AND INSPECTIONS; C'ORR);CTIUN. REMOVAL OR ACCEPTANCE OF DEFEC771T,WORK.................................... ........:7 13.1 Notice of Defects..............._..............27 13.2 Access to the Work 27 13.3 Tests and Inspections; CODvTRACTOR's Cooperation,,..... 27 13.4 OWNER's Responsibilities: Independent Testing Laboratory-- ... 17 13.5 CO}NTRACTOR's Responsibilities......- .............'17 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_ ------ ............ 27-28 13.10 OWNER May Stop the Work .......... 28 13.11 Correction or Removal of Defective Work ...........................;8 13.12 Correction Period-,, ................ ....... 28 13.13 Acceptance ofDefective Work--,-,,,-, 28 13.14 OWNER May Cared Defective Work .. . ........ . ....................... 28-29 PAYMENTS TO CONTRACTOR AND COMPLETION.................................................29 14.1 Schedule of Values .........................79 14.2 Application fir Progress Payment ..................... . ..... .. ........ 29 14.3 COMI RACTOR's Warranty of Title...........................................29 14.4-14.7 Review of Applications for Progress Payments _,,,,,,,,,,,,,,, 29-30 14.8-14.9 Substantial Completion --............... 30 14.10 Partial Utilizatiort... -............. -.--30-31 14,11 Final Inspection, ..... ..-„,,,,,,,,,,,,,,,,,,31 14.12 Final Application for Payment ,,,,,_„31 14.13-14-14 Final Payment and Acceptance ....... 31 14.15 Waiver of Claims ,31-32 15. SUSPENSION OF WORK AND TERMINATION ............................................... 32 15.1 OWNER1%4ay Suspend Wwk,,,,,,,,,,32 15.2-15.4 OWNER May Terminate 32 15.5 CONTRACTOR May Stop Work or Terminate 32-33 16. DISPUTE RESOLUTION __ _ _- _----- 33 17. MISCRLLANFOUS...........................................33 17.1 Giving Notice ................................ 33 17.2 Caaputation of Times...................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 EXHIBIT GC -A: (Optional) Dispute Resolution Agreement .....................GC -Al 16.1-16.6 Arbitration_ .--„-„,,,,,,,,,,,,,,,,,,C-AI GC-AI 16.7 Mediation.- .......... I..................G EJCLX: GENMAL COMTIONS 1910-8 11M MT10N) w(ClTY OF FORT COLLINS htODtFICATIO?IS (REV 9M) fNDI'-'X 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 13-5, 13.13 final payment.... ............ __ ............ _ ........ 9,12, 14,15 insurance.... •...................................................5.14 other Work-, by CONTRACTOR..........................7.3 ' Substitutes and "Or -Equal" Items ... ................. k.7.1 Work by OWNER ..............................13, 6,30, 5.34 Access to the -- Lands, OWNER and CONTRACTOR responsibilities ............................. .......... 4.1 site, related Work ...............................................7.2 Work, . ........... ............. ............... 13.Z 13-14,14.9 Acts or Omissions--, Acts and Om issions- CONTRACTOR 6,9.1, 9,13.3 ENGINEER �6.2)0, 9.133 OWNER........_ ............... .......... ............ 6-20, 8.9 Addenda--dtfinition of (also see definition of Specifications) ...... f l.6, 1.10. 6.19), 1.1 Additional Property Insuranceq, ............. .................. 5.7 Adjustni ents- Contract Price or Contract Times .................... ...... J.5, 3,5, 4.1. 4.3.2, 4.5.2, .............................. 4.53, 9.4, 9.5, 10.2-10.4, ............................11, 12, 14 8, 15 1 progress ule ... ............. ......... ........ ......... 6.6 Agreement— definition of ............................ ......................... J1.2 "All -Risk" Insurance, policy form ............................ ,.6.2 Allowances, Cash ........ ...... .................. Amending Contract Documents ................................ 3.5 Amendment, Written -- in general ........ _ ----- 1. 10, 1.45, 3.5, 5.10, 5.116.6.2 ........................... 6.19, 10, 1, 1 OA,11.2 12.1, 13.12.2, 14.72 Appeal, OWNER or CONTRACTOR intent to ......... ................P.10, 9.11, 10.4, 16.2. 16.5 Application for Phyment-- definition of .......................................................1.3 FNCYINEER'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 paymen...................................... 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 CONqPACTOR authorized to stop Work ........... 4.5.2 definition of ................... ............... ............ ...... 1.4 Article or Paragraph Number OWNER responsibility for ............. ....... ...... 4.5.1,8.10 possible price and times changi; ........................ 4.5.2 Authorized'Vuriations in Work..__. 346.25. 6.27, 9.5 Availability or Lands......................................._.4.1, 8A Award, Notice of --defined .... .. * ........ .. ............. 1. 25 Before Starting ConstructioTJ ....................... ...... 23-2.8 Bid -definition ........... 1.5 (1.1, 1-10, 2.3. 3-3, ...... -.4.2.6.4, 6.13. 11.4-3, 119. 1) Bidding Documents -definition of Bidding Requirements -definition of .........................................1.7 (1.1, 4.242) 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, 5A final Application for Ny-mcnk ................ J4.12-14-14 general ...................................... 11. 10, 5, 1 -5.3, 5.13, Performance, Payment and Other ........ ....... _5.1-5.2 Bonds and Tnsurmnce--in Builder's risk "all-risk' policy form ......................3.6.2 Cancellation Provisions, lnsiiranc;... ...... 5.4.11,31, 5.15 Cash Allowances Certificate of Substantial Completion ........ J.38,630.2.3, ..................................................14.8, 14.10 Certificates of Inspectiort ................... 9.13.4,13.5.14.12 Certificates of Insurance ..............2.7. 5.3, 5AA1, 5A.13, .................... _ 5.6.5, 5.8, 5.14, 9,13.4, 14.12 Change in Contract Price -- Cash Allowances 11-8 claim for price adjustment ............. 4.1, 4.2.6, 4.5, 5.15, 6.8.1 9.4 ...................9.5. 5. 9.11. 10, 2. 1 O. 5. 11.2. 13.9. ... .... * ........ J 3.13, 13 r 14, 14.7, 15.1. 15.5 -k CONTFT"OIrs fee .........................................11.6 Cost of the Work general ................. _ ............... _ .......... 11.4-11.7 Exclusions to Cost Records, .... ........... _... . ................ ....... J 1.7 in general ............. 1.19,1.44,9.11, 10.4.2, 10.4.3, 11 Lump Sum Pricing ..........................................11.3.2 Notification of Surety .. ..................................... 103 Scope of__ ................ .............. ............ _J0.3-10.4 Testing and Inspection, Uncovering the Work 119 EJCDC GEN MALL CONU710NS 1910-8 (1990EMION) w/ CITY OF FORT COLLM XIMIFICA710KS (RFV 9159) Unit Pricc %Vork 11.9 Article or Paragraph Number Value ofW"k....... .................................. ......... i13 Change in Contract Times -- Claim for times adjustmenl,,,,,...4.1, 4.2.6, 4.5, 5.15, ........... 6.8.2, 9.4, 9.5.9.11. 10.2, 10.5, 12.1, ....... 13.9, 13.13. 13.14, 14.7, I5.1, 15-5 Contractual time Gmit;.................................,..,12.2 Delays beyond CONTRICTORs control......._................... ...........17-3 Delays beyond OWNER's and CONTRACTOR's control...................._.......12.4 Notification of surety_ ...... .................. . ..........10.5 Scope of change ........................ .............10.3-10.4 Change Orders -- Acceptance ofDefeelive Work ............... _-........ 13.13 Amending Contract Document,..........................3.5 Cash Allowances................................. ......_.-.,11.8 Change of Contract Price., ..... ............. ............. 11 Change of Contract Times 2 Changes in the Work ........ .................................. O CONTRACTOR's fee ........................................ 11.6 Cost of the Work_ ...................................... . 11.4-11 7 Cost Records....... --- ......... ....... ................. I ill definition of......................................................L9 emergencies ........................ ...................... 6.3 ENGINEER's responsibility....... 9.8, 10.4, I 1 2, 131 executionot.....................................................10.4 Indt.innifictiun.............. ,,,¢.12, G.I6, 6.31-6.33 Insurance, Bonds and.......................5.10, 5.13, 10.5 OWNER may terminate ......... ............ -------- 15.2-15.4 OWNEWs Responsibility .........................._$.6, 10.4 Physical Conditions -- Subsurface and............................................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. ............. 119 value of Wark, covered by.................................11 3 Changes in the Work ............................. . ..10 Notification of surety ............. ....... ........... _....... .10.5 OWNERS and CONTRACTOWs responsibilities...........................................10.4 Right to an adjustment, ....................... .. ...........10.2 Scope of change.......................................10.3-10A Claims -- against CONTRACTOR .--..... ...........................6.16 against ENGINEER.........................................6.32 againstOW1\F.R...............................................b,32 rice.......... Change of Contract Price, ... ...... 9.4, 11.2 Change of Ccntract Tinter ..........................QA, 12.1 CONTRACTOWs.............4, 7.1. 9.4. 9.5. 931.1U. ........................ II-Z11.9,12.1,13.9,14.8, ...............................I.........15.1, 15.5, 17.3 CONTRACTOWs Fee 11.6 Article or Parttgraph Number CONTRICTOR's liability ........... 5.4, 6.12, 6.16, 6.31 Cost of the Work ...................................... 11.4, 11.5 Decisions on Disputq............................,..9.11, 9.12 Dispute Itcsolution............................................16.1 Dispute Resolution Agreement.... ............. 16.146.6 ENGINEER as initial interpretof .......................9.11 Lump Sutn Pricing-.... ... _..............................113.2 Notice of .............. _. _ ..17.3 OWNER's....................9.4, 9.5, 9.11, 10.2, 1LZ 11.9 ...... ......... ........ 32.1,13.9,13.13,13.14,17.3 OWNEWs liability .............................................. 5-5 OWNER may refuse to make payment ................14.7 Professional Fees and Court Costs Included. ........ .......... .................... 11 ..... 17.5 request for formal decision o0............................9.11 Substitute Items ..... ......... ......„-,,,..„.-,,,, 6.7.1.2 ......... Time Extension.................................................12.1 Time requirements....................................9.11, 12.1 Unit Price Work_ ........ ............. -.................... .11.9.3 Valueof...........................................................1.1.3 Waiver of --on Final Payment ................. j4.14, 14.15 Work ChangeDirective...................................10.2 written notice required ........... ........... 9,11, 11.2. 111 Clarifications and Interpretations .............3.6.3, 9.4, 9.11 Clean Site-.................................._...._.............b.17 Codes of Technical Society, Organization or Association.................................................. �3.3 Commencement of Contract'rimer------------- ------------ 2.3 Communications-- general..............................................0.2. 6.9.2. 8.1 Hazard Communication Programs--„ ................ k.22 Completion — Final Application for Payment ..........................14.12 Fina l Inspection ........................ I— ................. .14.11 Final Payment and Acceptance ........... .... 14.13-14.14 Partial Utilization,,,,,.,,.-„-,.-„ ..........................14.10 Substantial Completion.....................1.38, 14.8-14.9 Waiver of Claims ............................. _.............14.15 Computation of Timcg.... .......... ................. 17.2.1-17.2.2 Concerning Subcontractors, Suppliers and Othcrs.................... ........................_._6."A I Conferences -- initially acceptable scheduleg .............................. 2.9 precotstructioq.................................................. f.8 Conflict, Error, Ambiguity, Discrepancy— CONTRACTOR to Report..........................2.5, 3.3.2 Construction. before starting by CONT RAC'I'OR.......................................... 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 EJC X' (XNtAAL CONDITIONS 1910-9 (IM M710N) ad CITY OF FOR? C'OLUNS MOMFICA710N,S (RF.V 91") Cash Allowances I Ls Article or Paragraph Number Change of Contract Nice .................................... 11 Change of Contract Times..-, .......................... 12 Changes in the Work ............. .............. ... 10.4-10.5 check and verify................................................. 2.5 Clarifications and Interpretations ........ ........... 3.Z 3.6. 9.4, 9.11 definition of ........ .... ..... .. .... ......... ......... .... 3.10 ENGINEER as initial interpreter of ........ _ ........ 9.11 ENGINEER as OXVNER's representative,,,,,,,,,,,,, 9.1 gcneral3 Insurance .5_3 Intent... ......................... ....... ......... ......... 3.1-3.4 minor variations in the W"k. ..... .......................3.6 Ok'v'Nf-'Ws responsibi I ity to furnish data ............... 9.3 OWNFR's responsibility to make prompt payment ......................... 8.3, 14.4,14.13 precedence .......... ................................... _3.1, 3.3.3 Record Docurn en ts............................................5.19 Reference to Standards and Specifications of Technical Socictieq ...................................3.3 Related Work 7.2 Reporting and Resolving Di=epan6eq ...... _.2.5, 3.3 Rouseof ............................. ............................... 3,7 Supplementing.................................................. 3.6 Termination of ENGINEERS Employment.-.., . .... 8.2 Unit Price Work ...............................................)1.9 viuiativits 1� ........................................... 34 6.23, 5.27 Visits to Site, ENCYINEER!s ...............................9.2 Contract Price — adjustment of ...... 3.5. 4.1, 9.4. 10.3. 11.2-11.3 Changeof ..................... ............ .............. .. 11 Decision on Disputes ......................................... ). I I definition of Contract Times -- adjustment of. . ............ I ...... 3.5. 4.1. 9.4. 10.3, 12 Change of .... _ ....... ................................ 12.1-12.4 Commencement of ..................................... 2.3 definition of 1.12 CONTRACTOR — Acceptance of Insurance . ... ........ ............ 5- 14 Communications ...................................... . 6.2.6.9.2 Continue Work ......... ............ ............... _k.29,10.4 coordination and scheduling ............................ 0.9.2 definition of....................................................J.13 Limited Reliance on Technical Data Authorized ........................ ......... 4.2,2 May Stop Work or Terminate ............................15.5 provide site access to others.. ... _ •- . ... ..... .... 7.2,13.2 Safety and Protection .... ...... ...... � 4.3.1.2, 6.16. 6,18. ......... I .... I ....................... 6.21-6.23, 7.2,13.2 Shop Drawing and Sample Review Prior to submittal 5.25 Stop top Work requirements- -- ---------------- ..... ...... 4-5.2 (XWRACTOKs Article or Paragraph Number Compensation............ I ........ I .... _ I .......... 1.....11.1-11.2 Continuing Obligatioq .................................... 14,15 Dqfccdve Work ............... _ .... ___.9.6, 13.10-13,14 Duty to correct defective Work ........................... 1311 Duty to Report -- Changes in the Work caused by Emergency... ...... .... ___ -------- -- 623 Defects in Work of Others, ............................. 7.3 Differing condition* ....................... _ .......... 4.2.3 Discrepancy in Documents,,,.,,,_ 2.5. 3.3.2. 6,14.2 Underground Facilities not indicated..-,...„. :4.3.2 Emergencies..,, .................................... ............ 6.23 Equipment and Machinery Rental, Cost of the Work ...........................................11.4.5.3 Fee--('A%t Plus J 1.4.5.6, 11.5.1, 11.6 General Warranty and Guarantee ................... ... 0-30 Hazard Comm unication Programs, ..... ............... 0. _" Indemnification ........ ........... __O. 11 ' 6.16. 6.31-6-33 Inspection of the Work, .............................. 7.3,13.4 Labor, Materials and Equipment .................... (0-6.5 Laws and Regulations, Compliance by ............. 6.14.1 Liability Insurance .............................................. . 5.4 Notice of Intent to Appeal .................. _._P.10. 10.4 obligation to perform and complete theWork ................................................ ..... 0.30 I'Idtent Fee* and Royalties, paid fix by .................6.12 Performance and Other Bonds ......................... ..5.1 . Permits, obtained and paid for b5 ....................... 0.13 Progress Schedule . .......................... _16, 2.8, 2.9, 6.6. ........................629. 10.4.15,2.1 Request for formal dccisionon disputes ............... 9-11 Responsibilitits-- Changes in the Work ...................................10.1 ...... * ...... **"* ........ to'] Concerning Subcontractors, Suppliers and Others Continuing the Work ........................... 6-29.10.4 CONTRACTOR's expense .......................... 0.7.1 CONTRACTOWs General Warranty and Guarantee ............. . ...... 6.30 CONATRACTORs review prior to Shop Drawing or Sample submitto ............ ... 15.25 Coordination of Work........ I ........................ 6.9.2 Emergencie...............................................15.23 ENG MI-EKs evaluation, Substitutes or "Or -Equal" Items.,,.-., ................. _.,.6.73 For Acts and Omissions of Other ............ ..... 6.9.1-6.9.2,9.13 for deductible amountsonsurance ....... ........... 5.9 general ........................................ 0, 7.2, 7.3, 8.9 hazardous Communication Programs..,,..,,,- 6,22 Indemnification ........ 6.31-6.3.3 "if MIX (ENERAL COMATIONS 1910-9 (1990 ED1110,N) wt CITY OF FORT MLUNNS MODIFICATIONS fREV TIM Labor, Materials and }equipment_-..--. ....... 6.3-6.5 Laws and Rcaulations 6.14 Liability Insurance ............. ............... ..... ,...... .4 Article or Paragraph Number Notice of variation from Contract L)ocumentk........................................ .. 6.27 Patent Fees and Royalties,(.12 Permits...............................................,.....,.4.13 Progress Schedule_ Record Documents. ........ ...... ..................... . related Work performed prior to ENGINEER's approval of required submittals.. ...... 6.28 safe structural loading ............ .................. 6.18 Safety and Protection .....................620. 7.2, 13.2 Safety Representative...................................6.21 Schc-duling the Work............................._...6.9.2 Shop Drawings and Samples ....................... 6.24 Shop Drawings and Samples Review by ENGINEER . ......... ........... ................. 6.26 Site Cleanliness. .......... _.-......... _............. 6.17 Submittal Proctidures 6.25 Substitute Construction Methods and Procedures....................................6.7.2 Substitutes and "Or -Equal" Item;................6.7.1 Superintendence ........................................... 6.2 Supervision.-------- _. .......... ...... _........ ........... .1 Survival of obligations ................................6.34 Talcs.........................................................6.15 Tests and Inspections ........................... .....13,3 ToReport .............. .........._........._................... Z5 Use of Premises ......... . . ..........0.16-6.18. 6,30.2.4 Review Prior to Shop Drawing or Sample Submittal ........................... ? Right to adjustment for changes in the Work ..... 10.2 right to claim...,,,,,,,_ 4, 7.1, 9.4, 9.3. 9.11, 10.2 11.2. .11.9.12.1,13.9,14.8,15.1.15.5,17.3 Safety and Protection... ...............6.20-6.22. 7.2, 13.2 Safety Representative ..... ............... .................._6 21 Shop Drawings and Samples Submittals .... 6.24-6.28 Special Consultants ....... ............... ....... ._... ...... 11.4.4 Substitute Construction Methods and Procedures,6.7 Substitutes and 'Or -Equal" Items, Expense .......................................... 6.7.1, 6.7.2 Subcontractors, Suppliers and Other$ .......... 6.9-6.11 Supervision and Superintendence,,,,,,,, 6.1, 6.2, 6.21 Taxes. Payment by:..............................._.......-._.6.15 Use of Premises 6.16.6.18 Warranties and guarantees.........................0.5.6.30 lVarranty of Title... ........................... . .............. 14.3 Written Notice Required— 0%TRACTOR stop Work or terminate ,,,,,_.15.5 Reports of Differing Subsurface and Physical Conditions_ ..................... +2 3 Substantial Completion................................14.8 wi CONTRACTORS --ether ............. _ 7 Contractual Liability Insurance.-_ _......... ............. 5A.10 Contractual Time Limits .................... .................... 12.2 Article or Paragraph Number Coordination -- CON FRACTOR's responsibility ........................0.9.2 Copies of Documents.........,...... 2.2 Correction Period..................................................13-12 Correction, Removal or Acceptance of Defective Work-- in general...................................10.4.1, 1110.13,14 Acceptance of Defective 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_ Tests and Inspections..,.................................13.4 Records 11.7 Cast of the Work - Bonds and insurance, additional ...................)1.4-5.9 Cash Discounts .............................................. )1.4.2 CONTRA(TOR's Fee 11.6 Employee Expenses.....................................11.4.5.1 Exclusions to....................,................................11.5 General 1 1,4-11.5 Home office and overhead expenses ....................11.5 Losses and tfdmagas.....................................11A.5.6 Materials and equipment ...... .........--------- ,....... 11-4.2 Minorexpenses ...........................................11.4.5.8 Payroll costs on changes..................................11.4.1 performed by Subcontractors............................11.4.3 Records 11.7 Rentals of construction equipment and machinery ............... .... .............. . .11.4-5.3 Royalty payments, permits and license fees'. - I . ...... I I ................ I ....... 11.4.5.5 Site oil -ice and temporary facilities ................11.4.5.2 Special Consultants, CONTRACTOR's ............ 31.4.4 Supplemental.................................................11.4.5 Taxes related to the Work 11 A4 5.4 Tests and Inspection.........................................13.4 Trade Discounts.............................................11.4.2 Utilities, fuel and sanitary facilities ..... ... 11.4.5.7 Work after regular hours.................................11.4.1 Covering Work...........................--...............)3.6-13.7 Cumulative Remedies 17.4-17.5 Cutting. fitting and patching .................................... 7.2 Data, to be furnished by OWNER ............................. 8.3 Day --definition of_..............................................17.2.2 Decisions on Disputes .................................... 9.11, 9.12 defective --definition of.........................................1.14 *'fective Work -- Acceptance of.......................................10.4.1. 13.13 E)CW. GENEM CO.'DITI M 1910-9 (1990 IMITION) w/ CITY OF FORT COLUNS h10f)MCAT1011S (REV 9199) Correction or Removal of lt14.1, 13.11 Correction period-__..... _.-....13.12 in general.. . ........ _.... -....... _...13. 14.7. 14.11 Article or Paragraph Number Observation by ENGINEER................................9.2 OWNER May Stop Work ............ ........ ..... ....... 13.10 Promtpt Notice of Defects...................................111 Rejecting.......... ............................................ .„..9.6 Uncovering the Work .................. ......... .._. ........ 13.8 Dkfinitions .,..,...,_ l Flays......................................4.1, 6.29, 12.3-12.4 Delivery of Bonds......................................................II Delivery of certificates of insurance _....................... .2.7 Determinations for Unit Prices.. I ..... ...... .............. ..... M0 Differing Subsurface or Physical Conditions - Noticeof ...................................................__. .2.3 ENGINEFR's Review ...................................... A.2.4 Possible Contract Documents Change .............. 42.5 Possible Price and Times Adjustment* .......... --.,t.16 Discrepancies -Reporting and Res,)Iving............ .................... 2.5, 3.3.2, 6.14.2 Dispute Resolution - Agreement ................................................16.1-16.6 Arbitration ................................. ]6.1-16.5 general16 Mediation..... 16.6 . ............ ................ ........ .... Dispute Resolution Agreement..........................16.1-16.6 . Disputes, Decisions by ENGINEER ...................Q.11-9.12 Do tmnicnts-- Copies of .................. --„2,2 Record 6.19 Reuseof ....................................................... ...3.7 Drawings --definition of ............_ ............................EIS Easements ............... .................. 4.1 Effective date. of Agreement -- definition of .............J.16 Em ergencies.._......... 5.23 ENGINEER -- as initial interpreter on disputes ....... ......... 9.11-9.12 definition of.....................................................1.17 Limitations on authority and responsibilities...... .13 Replacementof ................................................. 8.2 Resident Project Representative.....- ...................9.3 ENGDNEERs Consultant -- dcLnitiot ol1.18 ENGI NEER's-- authoity and responsibility, limitations or) ........ 9.13 Authorized Variations in the Work ....................9.5 Change Orders, responsibility for ....... .7. 10.11. 12 Clarifications and Interpretations.. . ....... ....3.6.3, 9.4 Decisions on Disputes .............................. 9.11-9.12 defective Work, notice of„.............................13.1 ... Evaluation of Substitute Items ....................�.7.3 Liability...................................................4.32, 9.12 Notice Work is Acceptable... ........................ __14.13 Observations ........................................... 6,30.2, 9.2 OWNER's Representative ..... ...._.... - ................ -9.1 Payments to the CON] RAC,rm, Responsibility for. _ _ ...9.9. 14 Recommendation of Payment_ ..-- ........... 14.4, 14.13 Article or Paragraph Number Responsibilities --Limitations on .................9.11-9.13 Review of Reports tin Differing Subsurface and Physical Conditions_..._„•..•..................424 Shop Drawings and Samples, review responsibility...... ............ ........................... 6,26 Status During Ccnstruction-- authorized variations in the W rlr.................9.5 Clarifications and Interpretations. ................. 9A Decisions of Disputes ,,,,,,,,,,,,,,,,,,,,_...,?.11-9.12 Determinations on Unit Price......................9.10 ENGINEER as initial Interpreter.,,..,.-, 9.11-9.12 ENGINEER's Responsibilities ................9.1-9.12 Limitations on ENGINEE'R's Authority and Responsibilities..............................9.13 OVUNER'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 determinations9.10 Visits to Site......._... _.... _.9.2 Written consent regairc4...............................7.2, 9 1 Equipment, Lalm, Materiuls unit ........................¢.3-6.5 Equipment rental, Cost of the Work .---.-..._--.----11.4.5.3 Equivalent Materials and Equipment-,_. _.-,,. ...... _..... 0.7 error or omissions ....._--_........................ .. .......... ..,fi.33 Evidence of Financial Arrangements .......................$.I1 Rxplorations of physical conditions ....................... 4.21 Fee, CONTRACTORs--Costs Plus ..........................J1.6 Field Order - definition of.....................................................1.19 issued by ENGINEER ................................ 3,6.1, 9.5 Final Application for Payment...............................14.12 Final Inspcctiot................................................... J 4.11 Final Payment - and Acceptance ...... ................ .............-,14.13-14.14 Prior to, for cash allovences.................•,,,..,.,...,.11.8 General Provisions_ ......... ............................... 17.3-17.4 General Requirements - definition of.....................................................1.20 principal references to ----------- .2.6, 6.4, 6.6-6.7. 6.24 Giving Notice ................................ ..... I ...... IT1 Guarantee of Work --by CONTRACTOR ........ .5.30, 14.12 Ha;mrd Communication Programs ......................... 6.22 HazardousWaste- definition of.....................................................1.21 general .......... 4.5 OWNER's responsibility for ............................... .10 ix UCDC. CENEm At. CONDITIONS 1910-8 (1990 EDITION) w-' CITY OF FORT COWN S MODIFICATIONS (REV 919) SECTION 00525 WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE TO: Connell Resources, Inc. WORK ORDER NUMBER: 3 PURCHASE ORDER: TITLE: Lincoln Avenue Corridor — Phase 2 ORIGINAL BID/RFP NUMBER & NAME: 8214 CM/GC for Lincoln Corridor Protect EXECUTION DATE OF THE MASTER AGREEMENT: March 22, 2016 DESIGN ENGINEER FIRM: Interwest Consulting, Inc. ENGINEER: Ditesco, LLC OWNER'S REPRESENTATIVE: Ditesco, LLC NOTICE OF AWARD DATE: December 19, 2016 OWNER: City of Fort Collins (hereinafter referred to as OWNER) 1. WORK. Pursuant to your AGREEMENT with OWNER dated March 22, 2016, and your Work Order Proposal dated December 2, 2016, you have been awarded a Work Order for the Lincoln Avenue Corridor Improvements — Phase 2. A. Summary of Work: To construct Phase 2 of the Lincoln Avenue Corridor Project including all bridge demolition, utility installations, Bridge Construction, roadway construction north and south of new bridge construction, electrical, lighting and irrigation. Reference the Phase 2 construction plans and contract documents for further information. 2. CONTRACT PRICE, BONDS AND CERTIFICATES. The price of your Work Order is Four million two hundred fifty six thousand four hundred ninety one and ninety seven cents ($4,256,491.97). Pursuant to the AGREEMENT and the Contract Documents, Performance and Payment Bonds and insurance are required. 3. CONTRACT TIMES. 3.1 The Work shall be Substantially Completed by the Contractor, as evidenced by the issuance of certificate of Substantial Completion, within one hundred seventy eight (178) calendar days after the date of the Notice to Proceed. 3.2 The Work must be completed by the Contractor and ready for final payment in accordance with Article 14 of the General Conditions within thirty (30) calendar days after Substantial Completion. 3.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the 11110 essence under this Agreement and that OWNER will suffer financial loss if the Work is Indemnification 6.12, 6.16, 6.31.6.33 Initially Acceptable Schedules....., Inspection -- Certificates of., ....................... .... 9.13.4, 13.5. 14.12 Final...........................................................J4.1 I Article or Paragraph Number Special, required by -ENGINEER.. ...... ................9.6 Tests and Approval............................1.7, 13.3-13 4 Insurance -- Acceptance of, by OWNER...............................5.14 Additional, required by changes in the Work ......... .................................. IIA.5.9 Before starting the Work .............. _....... ..... ..-. _„2.7 Bonds and --in general........................................5 Cancellation Provisions 5.8 Certificates of ...................2.7, 5, 5.3, 5.4.11, 5.4.13, ...............5.6,5, 5.8, 5.14, 9,13.4, 14.12 completed operations .................................... 3.4.13 CONTRACTOR's Liability..................................5.4 CONTRACTOR's objection to coverage ............. 5.14 Contractual Liability_... ......................... . ...5.4.10 deductible amounts, CONTRACTOR's responsibility................................................ $.9 Final Applicaton for Payment ......... .............. ._J4.12 Licensed Insurers, ---- .....................................5.3 Notice requirements, material change* ........ 5.8, 10.5 Option to Replace .... ....... ............... -.._ ...........5.14 other special insurances ................................... 5.10 OWNER as fiduciary far inmacckt........ 5.12-5.13 OWNER's Liability .......................... .......53 OV NER s Responsibility....................................8.5 Partial Utilization. Property Insurance...............5.15 Property .......... ... .. _............. ...........5.6-5.10 Receipt and Application of Insurance Proceeds .............................................. 5.12-5.13 Special Insurance ............................................. 5A0 Waiver of Rights ..............................................5.11 Intent of Contract Documents ................... ........... 3.1-3.,4 Interpretations and Clarification s_..._............. :1.6.3, 9.4 Investigations of physical conditions,......................... 4.2 Labor, Materials and Equipment....... ................... 6.3-6.5 Lands -- and Easements .............. ................ _............ ....... 8.4 Availability of. ........................................... 4.1, 8.4 Reports and Tests...............................................0.4 Laws and Regulations -Laws or Regulations -- Bonds.......................................................5.1-5.2 Changes in the Work ----- ......... ..... .... ..---- ........„-10.4 Contract Documents...........................................3.1 CONTRACTOR's Responsibilities .....................6.14 Correction Period, defective Work ......... ... ....... Ji.12 Cost of the Work, tares...............................11.4.5A definition of....................................................1.22 general6.14 Indemnification ......................................... .31-6.33 Insurance, ................._........................-_...........5.3 Precedence..._.......................................3.1, 3.3.3 Reference to ............... _ .......3.3.1 ............... Safety and Protection_.._ ...... ... ....... ......6.20, 13.2 Subcontractors, Suppliers and Others....,,,.-,.6.8-6.1 I Article or Paragraph Number Tests and Inspecttions...................................13.5 Use of Premises.. . ........ ..................................... 6.16 Visits to Site ... ._................................................9.2 Liability Insurance— CONTRACIORs ......................._..... ................. 1.4 OWNER'S .................. __....................................5.5 Licensed Sureties and Insurers ................................. 5.3 Liens -- Application for Progress Payment .......................14.2 CONTRACTOR's Warranty of Title ....... -........ _14.3 Final Application for Payment ....... ................... 14,12 definition of 1.23 Waiver of Claims ........................................... 14-15 Limitations on ENGINEER's authority and responsibilities___, limited Reliance by CONTRACTOR Authorized.......................................................4.2.2 Maintenance and Operating Manuals - Final Application for Payment ............. ............j4.12 Manuals (of others)-- Precedence....................................................3.33,1 Reference to in Contract Documents..................3.3.1 Mittel ials and equipment - furnished by CONTRACTOR_ ..............._........... fi.3 not incorporated in Work .................................. -14.2 Materials or equipment --equivalent .......................... 0.7 Mediation (Optional) ........................... ....... J6.7 Milestones --definition o( 1-24 Miscellaneous -- Computation of Times..................... .................. 17.2 Cumulative Remedies........................................17.4 Giving Notice... ......... ..........,............17.1 Notice of Claim.................................................17.3 ProfemsionaI Fees and Court Costs Inehnde4......... 17.5 Multi -prime contracts, ................ ............................... :7 Not Shown or Indicated 4-3.2 Notice of -- Acceptability of Project ...... ..... .,........................ 14.13 Award, definition of.......................................1.25 Defects,13.1 Differing Subsurface or Physical Conditions, ... „4.2.3 Giving.................................................. ......... 1,7.1 Tests and Inspections ........ .......... ... ...................13.3 Variation, Shop Drawing and Sampis................0.27 Notice to Proceed - definition o(......................................................1.26 givingof ........ ......................... ...... ................ ..... :.3 EKDC CiNERAL COND1TIOM 1910.8 (19W M-110N ) wi aTY OF FORT COUDIS N]WI 1CAT10NSS (REV 9/") Notification to Surety... ....... _.............. ....... ..... 10.5 Observations, by I-NGfNF FR.........-.-_..-.-._._..6.30, 9.2 Occupancy of the Work .. ........... .. .... 5.15, 6.30.2.4. 14.10 Omissions or acts by CONTRACTOR, .......... -,...6-9, 9.13 Open Peril policy form, Insurance. . ........... ............ 5.62 Option to Replace...................................................5.14 Article or paragraph `um ber "Or Equal" Items......................................................6.7 Other work 7 Overtime Work --prohibition of ........ ....... ............ _.-6.3 OWNER -- Acceptance of&fective Work ...........................1113 appoint an ENGINEER.-_..................................8.2 as fiduciary .............................................. 5.12-5-13 Availability of Lands, responsibility .................... :4.1 definition of ........ .............................. -----1.27 data, furnish------.. $.3 May Correct Defective Work...........................13.14 May refuse to make payment ..... ........ ___ ...... _)4.7 May Stop the Work .... ....... ....................... _ 13.10 May Suspend Work, Terminate._......................._.$-8, 13,10, 15.145.4 Nyment, make prompt .,•,•,••,•••,••„....$ 3, 14.4, 14,13 performance of other work .................................. 7.1 permits and licenses, requirements-„ „--,¢.13 purchased insurance requirements_--,--,...-_- ............... OILNEXs-- Acceptance of the Work .......... ...................0.30.2.5 Change Orders, obligation to executq......... 8.6, 10.4 Communicatiuna:............................................... 8.1 Coordination of the Work 7A Disputes. request for decision._........................P.11 Inspections. tests and approvals .......... ........ $3, 13.4 Liability Insurance..............................................5.5 Notice of Nfects..............................................13.1 Representative --During Construction, FiNGINIiI-.Ws Status 9.1 Responsibilities -- Asbestos, PCBs. Petroleum, Hazardous Waste or Radioactive Material ...----„_.-.--,$.10 ChangeOrders............................................. 8.6 Changes in the Work_ ........ ............... ......... 10.1 communications-.,--. .....-....................... .8.1 CONTRACTOR'% responsibilities--- --------------- 8.9 evidence of financial arrangements-.,--- ........ $.11 inspections, test.% and approvals ......................8 7 insurance..................................................... 8.5 lands and easements ..................................... 8A prompt payment by.......................................8.3 replacement of ENGINEER...--.,...................0.2 reports and tests, ..... _......... _........................ 8.4 stop or suspend Wcrk.................. 8.8, 13.10, 15.1 terminate CCNTRACTOR•s services .......................................... 8-8. 15.2 separate representative at sit; -............... -............. 9.3 testing, independent___ ,_,_.-_ - 13.4 use or occupancy of the Wod:....- 5.15, 6.3U.4. 14.10 written consent or approval required .................. ......................9.1, 6.3. 11.4 xi t:JCLX7 GENERAL CONDITIONS 1910-8 (1990 EIATiONx) a-' ('ITY OF FORT COLLINS A10INFIC,ATIONS (REV 9199) Article or Paragraph Number written notice required .......................7.1. 9.4, 9.11, ....................................11.2, 11.9. 14.7. 15.4 PCBs -- definition of......_....... 1.?4 general...........................................I..................4.5 OWNEW3 responsibility fcx....................... _....» 8.10 Partial Utilization -- definition of .. ................................................... 1,28 general 6.30.2-4, 14.10 Property Insurance .............. ............5.15 Patent Fees and Royalties ......................•................ 6.12 Payment Bonds .................................................. 5.1-5.2 Payments, Recommendation o(..............14.4-14.7. 14-13 Payments to CONTRACTOR and Completion — Application for ProgressPaymtents.................... 4.2 CONTRACPOR's Warranty of Title ...................14.3 Final Application for Payment .........................)4.12 Final Inspection., Final Payment and Acceptancq............... J4.13-14.14 general .......... ............ ...... ......... ......... I— ....... 0.3, 14 Partial Utilization............................................14.10 Retainage..........................................................14.2 Review of Applications for Progress Payments ... ................... .......... 14.4-14.7 prompt payment._..............................................$.3 Schedule of Values...........................................14.1 Substantial CompletioA..............................14.8-14.9 Waiver of Claims.............................................14.15 when payments duq................................ 14.4, 14.13 withholding payment................................I.......14.7 Performance Bonds, ... ............................... _ ...... A. 1-5.2 Permits 6.13 Petroleum -- definition of.....................................................1.3d general..............................................................4.5 OWNER`s responsibility for,. . .................... ....... $.to Physical Conditions -- Drawings of, in or relating to ........ ...........:..... 4,.2.1.2 ENGINF.F.R's review ........................................ 4.2.4 existing structures...........................................4.2.2 general4.2.1.2......_....................................... ....... Notice of Differing Subsurface or,,,,,,,,,,,,,,,,,,,,,, 4 2.3 Possible Contract L)ocuments Changq...............4.2.3 Possible Price and Times Adyistments..............4.2.6 Reports and Drawings......................................4.2.1 Subsurface and ....................................... ............4.2 Subsurface Conditions 4.11,1 Technical Data, Limited Reliance by CONTRACTOR Authorized., .......4.2.2 Underground Facilities— general.........................................................4.3 Not Shown or Indicated..............................4.3.2 Protection of ........................................ 4.3, 6.20 Article or Paragraph Number Shown or Indicated ................ ........................... ,. 4.3.1 Technical Data..............................._...,..........4.2.2 Preconstruction Conference.......................................2.8 Preliminary Matters______________ 2 Preliminary Schedules... .......................................... . 2.6 Premises, Use of ............................................. ............. Price, Change of Contrast..........................................1 I Price, Contract --definition of .................................. 1.11 Progress Payment, Applications for ............ ._... ....... 14.2 Progress Payment--retainage...................................14.2 Progress schedule, CONTRAC'1'OWs.............16, 2.8, 2.9, ................................. 6.6, 6.29, 10.4. 15.2.1 Project --definition of...-._........................................1.31 Project Representative— ENGINEER's Status During Construction._.--...-.9.3 Project Representative, Resident --definition of. .... ...... 1.33 prompt payment by nthNTR.....................................8.3 Property Insurance— Additional .........................................................5.7 general5.6-5.10 Partial Utilization--_ ........ ................ .... 5.15,14.10.2 receipt and application of proceeds ............ 5.12-5.13 Protection, Safety and ............................. 6.20-6.21, 13.2 Punch list .._........__....... .1,4-11 Radioactive Material-- defintion of_ ...................•................................1.32 genera14.5 OWNP'R's responsibility for .............................. ?, to Rccwtntnendation of Paymcnt.................14.4, 14.5, 14.13 Record Documents .................. .......................... . ..6-19, 14.12 Records, procedures for maintaining, ......................... �.g Reference Points....................._..............................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 -- at Site ... .......... ...... .....7.1-7.3 Performed prior to Shop Drawings and Samples submittals review......................6.28 Remedies, cumulative,,,,,,,,,,,,,_.........,,,,,,....... 1Z4, 17.5 Removal or Correction ofDefective Work..............J3.11 rental agreements, OWNER approval required .._11.4.3.3 replacement of ENGINEER by OWNER.....................8.2 Reporting and Resolving Discrepancie............................... -2.5. 3:3.2, 6.14.2 Repctts-- and Drawings., ...............................................4.2.1 and Tests. OWNWs responsibility,.... .................8.4 Resident and Project Representative— definition of ... ................................................1.33 provision for.............................................................9.3 x;i E)CW (UNERA . CONDITIONS 19104 (1990 EMT1ora wI CITY OF FORT COLLINS MODIFICATIOM (RED' 9199) Article or Paragraph Number Resident Superintendent, CONTRACTOR$ .............. 6.2 Responsibilities-- CONTRACTOR's-in general .................................. 6 GNGINL%Ws-in general,, .......... ......... ........ _-__9 Limitations on ............ ......... ........ . .....9.13 OWNS-ks-in general ........................................... g Retainage ........................ ....14.2 Reuse of Documents ................ ..3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal_ .......................6.25 Review of Applications for Progress Payments .....................................14.4-14.7 Right to an adjustment ......................................... ..10.2 Rightsof Way ........ .... ....... ................... .................. 4.1 Royalties, Patent Fees an4......................................6.12 Safe Structural Loading 6.18 Safety — and Protection................................4.3.2, 6.16, 6.18, ........... ............... ........ I ... 6,20.6.21. 7.2. 13.2 general .....................................................§20-6. 23 Representative, CONTRACTOR's.......................4.'_1 Samples -- definition of......................................................1.34 general ............................. ......... ... ....... -...6.2-0-6.28 Review by CONTRACTOR ......... ........ ............._6.25 Review by ENGINEER..............................k_26, 6.27 nclated WLxk....................................................¢.28 submittal of 6.24.2 submittal procedures.........................................6.25 Schedule of progress .............. ............... .2.6,111-2.9, 6.6. ...........I...6.29, 10.4. 15.11 Schedule of Shop Drawing and Sample Submittals .............. .................2.6,18-2.9. 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, ................................ 10.4 Initially Acceptable .................................... ..2.8, 2.9 preliminary .......... ........... .............. ...... ........... .... 2- 6 Scope of Changes.......................................10.3-10.4 Subsurface Conditions........................................4.2.1.1 Shop Driwmgs-- and Samples, general ................................ 6.24-6.28 Change Orders &: Applications for Payments, and.........................................9.7-9.9 definition of.. ............... ................. _ ...... ... 1.35 F:NGINFFR's approval of-- ...........................3.6.2 ENGINEER'S responsibility for review ..................................... 9.7, 6.24-6.28 related Work ...... ............ ............... .................... ¢ 28 review procedures...............................2.8, 6.24-6.28 Article or Paragraph Number submittal required...............................................6.24.1 Submittal Procedures ........................................ 6.25 use to approve substitutions .................... .......,6.7.3 Shown or Indicated................................................4.3.1 Site Acccss .....................:................... ....... ...... 7.2, 13.2 Site Cleanliness......................................................0.17 Site, Visits to — by ENGINEER,, ....................... ............ __9,2, 13.2 byothers ......... I......... ............................ ......... 13.2 "special causes of lass" policy form, insurance........................................................5.6.2 dcfmition of ...................................................... 1,36 Specifications-- defination 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..............................2.5-2.8 Starting the Work ................... ............................. __""A Stop or Suspend Work -- by CONTRACTOR...........................................15.5 by OWNER ................ ..................... it.8, 13.10, 15.1 Storage of materials and equipment. .................... 4.1, 7.2 Structural Loading. Safety .......................... .............. .18 Subcontractor -- Concerning ................................................ 6.8-6.11 definitionof.....................................................1.37 delays ....... .. . .............. .._....._.......12.3 waiver of rights ................... ............................. !ill Subcontractors --in general ... ........ ...... ................ 6.8-6.11 Subcontracts --required provisions.....,,,• 5.11, 6.11, 11.4.3 Subm ittals— Applicatioms for Payment ..............................._ 14.2 Maintenance and Operation Manuals .............. 14,12 Procedures ....................... ............................. 6.25 Progress Schedules......................................2.6, 2.9 Samples ................ ....... ...... .......... .. ..........6.24-6.28 Schedule of Values.....................................2.6, 14.1 Schedule of Shop Drawings and Samples Subm fissions ...................... . ... _ .........2.6, 2.8-2.9 Shop Drawings............ _.......................... 6.24-6.28 Substantial Completion — certification of ............... ........... 6.30-2.3, 14 8-14.9 definition of.....................................I..............1.38 Substitute Construction Methods or Procedures ........ 6.7.2 Substitutes and *Or Equal" Items...............................6.7 CONTRACTOWs E..Vensq ........................... 0.7.1.3 ENGINEER's Evaluation 6.7.3 "Or-Egtad .................... . . _ ............_-.......6.2L1 Substitute Construction Xlet hods xiii EJCIV OENI AL CONDITIONS 1910-3 (IWO EDITION) w•! CITY CIF FORT COWN'S N10r)IFICATIONS (RF.V 919) Article or Paragraph Number or Procedures.............................................G.7.2 Substitute Items 6.7J? Subsurface and Physical Conditions -- Drawings of, in or ralat6g to,,, ,,,,,,,,,,4.2.1.2 ENGINEER's Review ...................................... 4.2.4 general__ ..................... ................... ..... ........ 4.2 Limited Reliance by CONTRACTOR Authorized .................................................. Notice of Differing Subsurface or Physical Conditions.,......................................4.2.3 Physical Conditions ....... .............. .................. -2.1.2 Possible Contract Documents Change...............4.2.3 Possible Price andTimes Adjustments_, .... __,.,d.2.6 Reports and Drawings..-_ ............... 4.2.1 Subsurface and ................................................... 4.2 Subsurface Conditions at the Site,,,,,,,,,,,,,,,,,,,4 21.1 Technical Dal 4.2.2 Supervision— CONTRACTOWs responsibility.. . ................ f.I OWNER shall not supervise................................8.9 ENGINEER shall not supervis4................9.2. 9.13.2 Superintendence_.,,,..,- .............................................. O:2 Superintendent, CONTRACTOR's resident................0.2 Supplemental costk_..........................................11.4.5 Supplementary Conditions-- defcnition of......................................................1.39 principal iefeictx.•cs t4.................1.10, „.-,_.... -.-,....... 4._. 4.3, 5.1, 5.3, 5.4, 5.6-5.9, ....... _..*..., 3.11, 6.8. 6.13. 7.4, 8.11. 93, 9.10 Supplementing Contract Dcxumcrtts....._....................3.6 Supplier-- definition of.....................................................1.4© principal ref, ences tq,,,,,......7, 6.5, 6.8-6.11, 6.20, ................ ..................... b,24, 9.13, 14.12 Waiver of RighIs. ..............................................0.11 Swety— consent to final payment ........................14.12, 14.14 ENGEVF.ER has no duty tq................................9.13 Notification of ................... „10.1.10.5.15.2. ............. qualification of ................................. .......... ..5.1-5.3 n Suival of Obligations ..................................... ...... 6.34 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.,.,....... I.................15.2-15.4 Taxes --Payment by(70NTRACTOR ........................ 6.IS Technical Data -- Limited Reliance by CONTRACTOR .................A.2.2 Possible Price and Times Adjustments ............ 4.2.6 Reports of Differing Subswface and Physical Conditions ............. ..... ,... ......... ,.4.2.3 xiv Temporary construction facilities. _, - .__,__ __ 41 Article or Paragraph Number Termination— by CONTRACTOR...........................................15.5 by OWNER ........................................ 8.8, 15.1-15.4 of ENGINEER'S cmploymcnt ................ ............, 8.2 Suspension of Work-in general .............................15 Terms and Adjectives..............................................3A Tests and Inspections -- Access to the Work, by others . _ .... I ,13.2 CONTRACTOR's responsibilities ..................... 13.5 cost of 13.4 covering Work prior tq..,......... _........... ..... 13.6-13.7 Laws and Regulations(or)................................ 13.5 Notice of Defects. ..... ....................... ............. J3.1 OWNER May Stop Work... ............ ............ 13.10 OWNER's independent testing .......................... .13.4 special, required lw ENYGINE R..........................PA timely- notice required.......................................13.4 Uncovering the Work, at E•NGINEER's request ............. •---............. ......13.8-13.9 Times -- Adjusting.......................................................... 0.6 Change of Contract,,._,..,_. Computation of-... ... ................................... ... 17.2 Contract Times --definition of ...........................1.12 day..... ................. ................................... 17.2.2 Milestones..........................................................12 Requiremcnts-- appeals................. ......9.10, 16 clarifications, claims and disputes, ...... ........... 9.11, 11.2. 12 Commencement of Contract Times,,,,,,,,,,,,,,, ,2.3 Preconstruction Conferencq ...........................2.8 schedules ............................ ........Z.6, 2.9, 6.6 Starting the Work................ Title. Warranty of ............. _............. ....................... 14.3 Uncovering Work,, ............. ....... ..... _ _ 13.8-13.9 Underground Facilities, Physical Conditions -- definition of.....................................................JAI Not Shown or Indicated ........................... ......, 4.3.2 protection of__..............._..................._.....4.3, 6.20 Shown or Indicated..........-_.............................4.3.1 Unit Price Work — claims.... ....... ......... __.......... .............. ......... 11.9-3 definition of.....................................................1.42 general11.9. 14.1, 14.5 Unit Prices -- general l 1.3.1 betermination for ............................................ 9-10 Use of Premises................................6.16, 6.18, 6.30.2.4 "Hity owners............................§-13, 6.20, T1-7.3, 13.2 Utilization, Partial, ............_....1.28. 5.15, 6-30.2.4, 14.10 Value of the Work .... ............................................... 11.3 Values. Schedule of..............................16, 2.8-2.9, 14.1 rXW, (IENTA.AL CO? D1110XS 1910-8 (19% EDITION) w.1 CITY OF FORT COI.I. M MOINFICAT10N5111EV 91") Variations in Work --Minor Authorized _., 6,25, 6-27, 9.5 Article or Paragraph Number Visits to Site --by EtGI:v=.................................... 9.2 Waiver of Claims --on Final Payment ...............„_....14,13 Waiver of flights by insured parties..................5.11, 5.11 Warranty and Ouarantec. Ocneral—by CONTRACTOR, ........ .......... _ ......................... 0.30 Warranty of Title, CONTRACTOR's........................14.3 Work -- Access to 112 byothers............................................................... 7 Changesin the ................................ .....................10 Continuing the,......... ....................................... 6.29 CONTRACTOR May Stop Work or Terminate................................_-....__.......15.5 Coordination of 34 Cost of the__ ............................................ )1.4-11.5 definition of 1.43 neglected by CONTRACTOR...........................13.14 otherWork........................................................,.._7 OWNER May Stop Work ................................. I3-10 OWNER May Suspend Work...................J3.10, 15.1 Related, Work at Sit..................................... 7.1-Z3 Startingthe........................................................14 Stopping by CONTRACTOR ............................. 5.5 Stopping by OWNER ......... ......... ............... 15.1-15.4 Variation and deviation authorized minor ....... .... 3.6 Work Change Pirective-- claims pursuant W.............................................aQ2 definition of 1.44 principal references to.. .................... 3.5.3. 10.1-10.2, Written Amendment — definition of :................................. ................... ..1.45 principal references to..............1.10, 3.5, 5.10,15.12, .........................042, 6.8.2, 6.19, 10.1, 10.4. .......................11 21 12.1, 13.12.2, 14,7.2 Written Clarifications and lntcrpretatiwts......................... ......._.3.6.3.9.4, 9.11 Written Notice Required -- by CONTRACTOR............................1.1, 9,10411. ..................................... 10.4, 11.4 I2.I by OWNER ........ ............. .10-9.11, 10.4, 11.2, 13.14 %v E)CDC GENBLALL C OD"T10NS 1910-8 (1990 EL411M w/ CITY OF PORT COLLM; MODMCATi ON% (REV 9/99) (This page left blank intentionally) mi ex'1x (X-NLRAL CO'.D1TIOII.S 1910-8 { 1990 EDITION) w7 CITY OF FORT c'.UI.I.INS NiODMCAThM (REV 9199) GENERAL CONDITIONS ARTICLE 1-4)EFLNITIO S Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanungs indicated which are applicable to both the singular and plural thereof 1.1. Ad&nda--WW'ritten or graphic instruments issued prior to the opening of Bich which clarify, correct or change the BiddingRequirements or the Contract Documents. 1.2. Agmemeru—Thc written contract between OWNER and CONTRACTOR coverirgr, the Work to be performed. other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. Application for Prrtmurtt-7'bc form accepted by F:NGINFT-,R which is to he used by C()NTRA("rOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract D ocumci»s 1.4. Asbestos —An}- material that contains more than oire percent asbestos and is friable or is releasing asbestos filers into the air above current action levels estahlished lyk• the United States Occupational Safety and Health Administratiomm. 1.5. Riat-The ollcr or prolxnal of the bidder submitted on the prescribed form setting forth the prices for the Work to be, performed 1.6. Bi&i n$ Docrimen s—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. Bid&ng Requirements --The advertisement or invitation to Bid, instructions to bidders, and the Bid form. I.S. Bonds —Performance and Payment bonds and other instruments of security. 1.9. 0iange Onkr=A document recommended by INGUMM, which is sig nod by CONTRACTOR and OWNER and authorizes an addition, dcletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times. issued on or after the Effective Date of the Agreement 1.10. Contract Lkwumenis—T he Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an crhibit to the Agreement the Notice to Proceed the Bonds, these General Conditions, the Supplementary Condntorm the Specifmcatioms and the Drawings as the EI)CULNEIMCoND171o.^r819104itMEditiml w: CITY 017 FORT COLLINS MO1HF1CAT10NS(REV 421NM)) same are more specifically identified in the Agreement. together with all Written Amendments, Change Orders, Work Change Directivma, Field Orders and E.NGINEER's written interpretations and clarifications issued pursuant to paragaphs3.5. 3.6.1 and 3.6.3 on or after the Effective Date of the Agreement Shop Drawing submittals approver) pursuant to paragraphs 6.26 and 6._7 and the reports and drawings referred to in paragraphs 4.2_1 and 4 2.2 are not Contract Documents. 1.11. Contract Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 119 1 in the case of Unit Price Work-). l.l'_. Contract limes —The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGDNEERs written recommendation of final payment in accordance with paragraph 14.13 1 13 COArMACI7'(M-4he person firm or corporation with whom OWNER has entered into the Agreement. 1 14 ckfective—An adjective which when modifying the word Work- refers to Work that is uns atisWory, 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 th; Contract L)ocumcnts, or has been damaged prior to FNGINEER's recommendation of fuel payment (tmk% responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.5 or 14.10). 1.15. Drou-ings—The drawings which show the scope, extent and character of the Work to be furnished and performed by CONTRACTOR and which have been prepared cx approved by L•NGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined 1.16. Effective Date of Bra Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two panics to sign and deliver. 1_17. nV01AFER-The person firm or corpoation named as such in the Agreement. 1.13. EVGINEERS Carmdtart--A person firm or corporation having a contract with ENGINEER to furnish services as INGINE-ER's independent professional associate or consultant with respect to the Pr(.yeu and who is identified as such in the Supplementary Conditions. 1.19. Field Order —A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times 1 20. General Requirentents-Sections of Division I of the Specifications. 1.21 Hazardous Waste -The term Hazardous Waste shall have the meaning provided in Section K04 of the Solid Waste Dqx al Ad (42 U.W. Section 6903) as amended from time to time. 1.22.a. Lana and Regulations; Laws or Regulaltons--Any and all applicable laws, rules. regulations, ordinances^ codes and orders of any and all governmental bodies, agencies, audwriiies and courts laving jurisdiction. 1.22.b. Legal 11ohdays-shall be those holidays observed hw the Citv of Fort Collins. 1.23. Liens --Liens, charges. security interests or encumbrances upon real property or personal property. 124. ,llilestone--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. Notice of Award -A written notice by OWNER to the aparent successful bidder sitting that upon compliance h} [hc apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OlVi4ER will sign and deliver theAgreement. 1.26. Notice to Proceed -A written notice given by OWNER to CONTRACTOR (with a copy to ENGiN -T R) fixing the date on which the Contract Times will commence to rum and on which COM RACTOR shall start to perform CONTRACTORS obligations under the Contract Documents. 1.27 OI�R-The public body or authority, oorporatioms 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 port. for which it is intended (or a related purpose) prior to Substantial Completion of all the Work- 1.29. PCBs -Polychlorinated bipliertyls. 1.30. Petrolotani-Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of tcmperdture and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil. oil sludge. oil refuse. gasoline. kerosene and oil mixed with other non-IIazardous Wastes and crude oils. 1.31. Project -The total oerwuctio n 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. 132.a. Rachoav&v Alaterial-Scurce. special nuclear, or byproduct material as defined by the Atomic Energy ,act of EJCDC GENERAL CONDITIONS 1910it (W" Editim) eel CITY OF FORT COLLI NS MODn•7CATIONS (RL'V 42000 1954 (42 USC section 2011 et seq.) as amended from time to time. 132.b_ Rezidar IG'orlane Hours -Regular working, hours are defined as 7.OWm to 6{Wpm unless otherwise specified in the General R&Xtrements, 133, Resident Proect Repiiesentative-The authorized representative of ENGINEER who may be assi&mtd to the site or any pert thereof. 134. Sannples-Physical examples of materials, equipment, or workmanshi�i that are representative of some portion of the Wort: and which establish the standards by which such portion of the Work, will he judged 135 Shop Diauings-AII drawings, diagrams. illustrations, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR aryJ submitted by CONTRACTOR to illustrate some portion of the Work. 1.36 Specificariin •Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1 3T "cornlractor---An individual, fine or corporation having a direct contract with MNTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 138. Substantial Completion -The Work (or a specified part thereof) has progressed to the point where, in the opinion of FN(,tlN :F;R as evidenced by ENGIN> EICs definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Dovuments, 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 finial payment as evidenced by FNIOT1`T111 s written rccommcr elation of fired payment in accordance with paragraph 14.13. The terms 'substantially complete" and "substantially completed" as applied to all or pan of the Work refer to Substantial Completion thereof 139. Supplenientan^ Conditions -The part of the Contract Documents which amends or supplements these General Conditiom. 1.40. Supplier -A manuFdctutcr, 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 byCONTRACTOR or any Subcontractor. 1.41 ihidergrowid Facilitie"I pipelines, conduits. ducts, cables. wires, manholes, vaults• tanks. tunnels or other such facilities or attachments and any encasement-, containing such facilities which have been installed underground to tlimish any of the following service-, or materials electricity, Casts. steam, liquid Petroleum produces• telephone or other communications, cable television sewage and drdinagc removal, traffic or other control systems or water. 1.42. Unit Price H'ork—Work to be paid for on the hasis of unit prices. 1.43. Rork —The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the Contract IX-)cumcnts. 1.44. !Fork Change Virective-A written directive to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENONEER. 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 pnra$raph4.2 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 e.vpcct that the change directed or documental by a Work Change Directive will be incorporated in a subsequently issued Crange Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract 'Times as provided in paragraph 1 p?. 1.45. Jtiithm Amenk»ent--A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR cm or after the Effective Date of the Agreement and normally dealing with the nonenairncering or nontechnical rather than strictly catstruction-related aspects of the Contract Documents. ARTICLE 2—PRELIlNII:NARY MATTERS Delivery of Boasts: 2.L Whets 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 paragaph 5.1 Copied of Documents. 2.2 OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Conditions) of the Contract r)ocuments as are reasonably necessary for the execution of the Work. Additional copies will be furnished 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, EKWOENULAAL C0NDITION31910-311990 Eddim) wl C1TY Oft FORT COLUM MODIFICATIONS (REV 4/2000) if a Notice to proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Affeement:— 4ri-4w event — of Bid opettitnw or the thirtieth day after the {:flective Date of the Aireement, whichever date is earlier. Starting the K;vrk: 2_4 CONiTRACTOR shall start to perform the Work on the date when the Contract Times commence to run. but no Work shall he done at the site prior to the dote cm which the Contract Times continence to run Ikfore Starting Cons tdion: 3 5 Before undertaking each pan of the Work, C'ONTRAC'fOR shall carefully study and compare the Contract Documents and check and verify pertinent fides shown thereon and all applicable field measurements. COM'RACTOR shall promptly report in writing to KNUINEER any conflict, error, ambiguity or discrepancy which CON'rRA('T'OR may discover and shall obtain a written interpretation or clarification from FlGTNF.ER before proceeding with any Work aflk--Lied thereby; however, CONTRAM'OR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, unless (X)NTRACrOR knew or reasonably should have known thereof 6 l ithin ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to L1OTNEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of clays or dates) far starting and completing the various stages of the Word:, 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; =_ 6 2.1 _ In no case will a schedule lx acceptable which allows., less _than. �l . ralendiar dros for each review by a- gineer. 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 parts in sufficient detail to serve as the basis for progress payments cluing; 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. ('0,\ I'RA('I'OR and 0)X shall eaeh deliver to the ether OWNER with copies to not completed within the times specified in paragraph 3.1 and 3.2 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: Three Thousand Three Hundred Dollars ($3,300.00) for each calendar day or fraction thereof after the date of Substantial Completion as provided in Section 3.1 above. 2) Final Payment: Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that after the date of final payment as provided in Section 3.2 above. 4. EXECUTION. Four (4) copies of this proposed Work Order & Notice of Award are provided for execution. Applicable Drawings may be provided electronically upon request. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is, by January 3, 2017. A. You must deliver to OWNER four (4) fully -executed counterparts of this Work Order, including all amendments or supplements to the Contract Documents incorporated herein. B. You must deliver with the executed Work Order the Contract Security (Bonds) and insurance, as specified in the Agreement, this Work Order, the General Conditions (Article 5.1) and the Supplementary Conditions. certificates of insurance (and other evidence of insurance Miir reasonably Fequest requested by OWNER) which COD, TRACTOR-atx4 - R respec4ively-ere is requited to purchase and maintain in accordance with paragraphs 5.4;4.6 and 5.7. Neeonstrudion Conference: 2.5. Within twenty days after the. Contract Times gart to run, but before any Work at the site is started, a conference attended by CONTRACTOR ENGINEER and others as appropriate will he held to establish a working understanding among the parties as to the !Fork and to discuss the schedules referred to in paragraph 2.6. procedures fx handling Shop Dmv ings and other submittals processing Applications for Payment and maintaining require! records InMallr Acceptable Schedules- 29. Unless otherwise provided in the Contract Documents, at least ten tlays be subfflmien of the Fif Appheiitinn th 1"ent before any work at the site begins a conference attended by CONTRACTOR, ENGINEER and others as aplxepriate desiitated by QBN R will be held to review for acceptability to IiNGfNEER as provided below the schedules submitted in accordance with paragraph 2.6. and Diyision..l_ y_Crinzral Itgquirem ts, (X)NTRACfOR shall have an additional tort days to make correction, and adjustments and to complete and resuhmit the schedules. No progress payment shall he made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided below. The progress schedule will Ire acceptable to ENGINEER as providing an orderly progression of the Work to emnpletio n within any specified Milestones and the Contract Tunes, but such acceptance will neither impose on ENGINEER responsibility for the sequencing, scheduling or progress of the Word nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. CO1N'TRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to FNIGINMER as providing a workable arrangement for reviewing and processing the required submittals CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3—CON''TRACT DOCUMENTS. ZiTEN7, ARIENDLNG, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR ooncemin iz the Work. The Contract Documents are complementary, what is called feu by one is as binding as if i:alted fix 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 Coniraet Documents to EJCUG GEMR& C-OMAT10M I9145 (1990 Edtim) wi CITY OF PORT CO1. M MODIFICA'MNS (REV 4:7MI) 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 foam the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will he furnished and performed whether or not speatcally called for. lNlien words or phrases which have a wolf kmnvn technical or construction industry or trade meaning are used to describe !fork. materials or equipment. such words or phrases shall be interpreted to accordance with that mraninng. Clarifications and interpretations of the Contract f Moments shalt he issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Vandardv and Specifications of Technical Societies: Reporting and Rewhing Werepancies: 3.31 Reference to standards, specifications, manuals or cosies of any technical society. organization or association, or to the Laws or Regulations of any governmental authority, whether such reference he 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 !late of the Agreement if there were no Bids), except as may la; otherwise specifically stated in the Contract Documents. 112- Il; during the performance of the Wink-, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and am provision of any such taw 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 authoriad 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 ENGMEER for failure to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew• or reasonably should have known thereof 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of tlx methods indicated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and 3.3.3.1. the provisions of any such standard. specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documerim), 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, cock or instruction shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINhiER or any of their subcontractors, consuhaM, agents or employees from those set forth in the Contract Documents, nor shall it he effective to assign to OWNI ER, FtiGfl\'FER or any of FNGiNEER'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 die provisions of paragraph 9.13 or any other provision of the Contract I ocuments. 3.4. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like cMct or import are used, or the adjectives "reasonable% "suitable", "acceptable". "proper" or "satisfactory-' or adjectives of like effect or import arc used to describe a requirement, direction review or judgment of ENGI NTMIZ 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 shill net be effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Rork or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or am other provision of the Contract Documents. .-amending and Supplementing Cwwad Documents. 3.5. The Contract Documents may be amended to provide for additions, deletions and revisicxns 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 [mraWaph 10.4). or EKW 0b'NMALCONDIT1OM1910411990Edition) w! CiTY 017 FORT COLUM MODIFICATIONS (REV 4,?OW) 3 53 a Wok Change Directive (purse int to paragraph 10.1). 3.6 In addition, the requirements of the Contract Lkicuments may be supplemented. and minor variations and deviations in the Wort; may he authorized, in one or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.5j. 36.2 ENGII\'EER's approval of a Shop Drawing or Sample (pursuant to paragraphs 6?6 and 6.27). or 3.6.3. ENGINEER's written interpretation or clarification (pursuant to parageraph 9.4). RLwse of Docunw nts: 3.7. CONTRACTOR. and any Subcontractor or Supplier or other person or organisation pcvforming or furnishing any of the Work under a direct or indirect contract with OWNF'.R (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or FNGINUA's Consultant, and (ii) shall not reuse any of such Drawings, Specifications. other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENG11,4MER and specific written verification or adaptation by ENGINEER ARTICLE 4--AVAILABILITY OF LANDS; StIBSURF'ACE AND PHYSICAL CONDiTIONS; REFERF- CE POINTS Availabilitt• of Laerlti: 4.1 OWNM 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 COYI MNCTOR. Upon reasonable written request. statement of record legal title and legal description of the lands upon _which the Work is to be performed and OR'N'ER's interest therein as net -nary for giving notice of -or filing a mechanic's alert against such lends in OWNER shall identify any encumbrances of restrictions not of general application but specifically related to use of Daub so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for Permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER unless otherwise provided in the Contract Documenu If CO\TR.ACf OR 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 01V'NER's furnishing these lands, riahtsof- way or casements. CONTRACTOR may make a claim therefor as provided in Artistes 11 and 12- CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4..Z SWbsurfaee and Physical Condtienx 4.2 1. Reports and Draxings: Reference is made to the Supplementary Conditions for identification of. 4.2.1.1. Sabsurface Com itions: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilind by ENGINEER in preparing the Contract Documents. and 4.2.1.2. Plr}'s val 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 4.2.1 Limited Reliwree by CONTR.4CTOR Authorized: Technical Data: CONTRACTOR may rely upon the general accuracy of the *technical data" contained in such reports and drawings, but such rcports 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, F;NCi64EER or any of ENGINF.ER's Consultants with respect to: 4.2.2-1 the complaent-m of such reports and drawings for COIvTR1CTOR's purposes, including. but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. anv CONTRACTOR interpretaticm of or conclusion drawn from any "technical data" or Moorr data, interpretations, opinions or ation. 4.23. Nolice of Diermg SubsurJave or Physical cmitfitions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either-. 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate, or 4.2.3.2. is of such a nature as to require a change in the Contract Documcros, or 4.2.3.3. differs materially tiom that shown or EKWGh 4X& CONDITIONS 1910-3 09901idtim) W)CITY OF FORT COLLIMMODIFICATIONSML•'V-1200(,) indicated in the Contract Documents, or 4.2.3A. is of an unusual nature. and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly immediately after becemtiri aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency- as permitted by paragraph 6.2-3), notify OWNER and IMGAEER 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. E.VG1:1,EER's Renew. hT'GVNaR will promptly review the pertinent conditions, determine the necessity of OIWNER'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 41.5. Possible Contract Doxianents Change: If FNGINFER concludes that a change in the Contract Documents is required as a result of a condition that meets aye 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 lines .4t*wvt»retrtr: An equitable adjustment in the Contract Pricy: or in the Contract Times, or NXK will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOWs cost of, or time required for performance of. the Work-; subject, however, to the following 4.2.6.1. such condition must meet any one or more of the cajones described in paragraphs 4.2.3.1 through 4.2.3.4, inclusive. 4.16.1 a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment, 4161 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 4.2.6.4.1 CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Tunes by the submission of a bid or becoming bound under a negotiated contract; or 42.6.4.2. the existence of such condition could reasOnabh' have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to COivTRACTOR's making such final corn mitment or 41.6.4.3. 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 i and 12. However, OWNER, ENGINEER and &NGINEHR's Consultants shall not be liable to CONTRACTOR for anv claims, ccxsts, lasses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. Physical Cond ions --Underground Facilities: 4.3 1. Shoxin orhu-kcated• 'rhe information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to Otk'NFR 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 ENGIIVEER shall not be respxnsibke for the accuracy or completeness of arr such information or data; and 4.3.1.2. The cast of all of the following will be included in the Contract Rice and CONTRACTOR shall have full responsibility for (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents,(iii) coordination of the Work with the owners of such Underground Facilities during cortgruction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph6.2() and repairing any damage thereto resulting from the Work. 4.3.2. Not Shown or ln&cataci.• 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. pro niptly immediately after becoming aware thereof and before further disturbing conditions affected thereby or perfcxming any Work in connection therewith (except in an emergency as required by paragraph6.23). identity the owner or such Underground Facility and EKW OENEXAL COtet)f TIOM 191" t 199+) Edition) wit CITY OF FORT COLLINS MOIMFICAMNS )REV 42000) give written notice to that owner and to OWNER and F-NGL\TFER ENTMEER 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 13NGfXM R 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. Luring such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as pprovided in paragraph 6_2o. CONTRACTOR -loath 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", 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 Old NER and CONTRACTOR are unable to agree on entitlement to or the amount or length of any such adjustment in Contract Price or Ctntract 'rime-, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. However, OLtNFR, F.NGIINTFF.R and ENGINFER's Consultarits shall not be Iiahlc to CXNTRACTOR 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 INGMEFR's judgment are necessary to enable C:ONTRAC:TOR to proceed with the Work. CONTRACTOR shall be responsible for laying font the Work, shall protect and preserve the established reference points and shall 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 g3es in grades or locations, and shall he responsible for the accurate replacement or relocation of such reference points by profe%ionally qualified persomlel. 5. .Asbestos, PCBs, Petroleum. hazardous Hirste or Radioactive Material: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs. Petroleum, hazardous Waste or Radioactive Material uncovered ce 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 �rty exposed thereto in connection with the Work at the site. OWNTER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractors, Suppliers or anyone else for whom CONTRACTOR is responsible. 4 +.2-kIGNTRACTOR stall immediately fij stop all +» aa4 area effeCW dtrrrbF{e:eto R an effieFtefl-U!" as--s�{utrcxl—by--i�3.--Hnc�--Fri-) ��tify 9UVNER-and _Ni 'r�-Lc,�. ,R'1IxreafWr eonLrta such notice -in -writing):_ 0%VNl;R shall promptly consult with 6NGINEFR cone nine the necessity for OANI TR to retain a qualified expel to evaluate such haisirdems oe"tien or take via 86tieft if any. CONTRACTOR shall not be required to resume Work eta6en—iA* such+4wF rtlEws condition or in aw. such a&eiej area until after OWNER has e any required permits related thereto and delivered to rr,�� rD�....r,..-�.�_zv�c�-r•nn �t... (i•) seed :ffW that-suekruend+tiert-and any atlesa&keen (ii) s eaial eonthi erns-undeuwhis�clr monk if any. in .. mot Times A.. Arc "•M�c.�-oa--,mcf •. •:•h Work 1- agi-eed ley (!(H rT1iA(=f0R to be Fesum4 and 1, CONTRACTOR -does nxit agree to resume such work based en a k kirlirEr unytrfe c rases exx cond It eras order sash-} rtk�tt-et ricer, withsuch, E eenditicm�ritr such at3iet l-area to-br deleted frac» the If 4AA IF A44014 agree as to entitlement to or the amount or extent of an either party may male a claim therefix as provided in portion of the Work Performed fey OWNER's own ti)rcesor others in accordance -with titiele 7. Regulations; 6W F'RF..sha --indemnify and hold harmless C-ONMNCTOR Subcontractors, RiGNE R, Ei`iGWEERIs Gewuhwdti and the ofticers, directors. employees, agents, other consultants and subu-mitractors of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from such haarrderis vost. loss or damage is attributable to bodily injury. siendc{ir deaf10, including the kiss of use resulting therefrom, and (i) nuthing in this subparagraph 45.4 shall obtigate OWNT,R to indemnify any person or entity from aril against-t}te cortseyurrtes-ef-first--fxrsd»#s�-entity- own negligence. 4.5.5. The ProviSions.Of paragaphs 4.1 �1�,,, 1.3 are matt; ElFidyc*FttBel-a}-Eitafittd: WDC GENERAL CONN T1 OM 191" 0 990 EdWdn1 w, CITY OF FORT COLLI IVS MODIFICATIONS (REV 4,1000) ARTICLE S-BONDS AND INSURANCE Performance, Pgrment and Other Bont&- 5.1. CON''TRACTOR shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the crate when final payment becomes due, except as provided otherwise by l.aw•s or Regulations or by the Contract Documents. CONTRA(7rm -half also furnish such other Bond as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract lhoauments except a- provided othenvisc by Laws or Regulation 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 Stalf, Bureau of Go vennment Financial Operations. 11 S 'treasury Ih:partment All Bonds signed by an agent must he accompanied by a ooxtilied copy of such agent's authority to act 5.2. If the surety on any Bond furnished by CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the re of paragraph 5.1, CONTRACTOR shall within teniredays thereafter substitute another Bond and surety, both ofwhich must Ix- acceptable to OWNER. C3. Licensed .Sureties and Insurers; Certificates of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by ONVINER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorin:d in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits anti coverages so required. Such surety and insurance companies shall also meet such ad6ticmal requirements and qualift ations as may be provided in the Supplementary Conditions. 5.3.2. CONTRACTOR shall deliver to Oth'NMR, with espies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. (RAWER shall deliver is CA�ITRt�C 9Rwith eopies !a each additional insured identified in the 5Suvniementary ev or r parAgnapt1S- f)-aREt .S.� teFFEt: CO3NTR4CT0R'sLiability Insumnee: 5A CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate fur the Wok [ring perforated and furnished and as will provide prot<etion from claims set forth below which may arise out of or result from CONTRACTOR's performance and famishing of the Work and COIN'TRACTOWs other obligations under the Contract Documents. whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, or by anyone direct]y or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable- 5.4.1. claims under workers compensation disability benefit%and other similar employee benefit acts". 5.4.2. claims for damages because of bodily injury, occupational sickness or disease. or death of CONTRAM'OR's employees: .5 4.1 claims for damages because of hodily injury. sickness or disease, or death of any person other than CONTRACTOR's employees, 5.4.4. claims for damages insured by customary e'C or by any eothee , sc10- fir anM 5.4.3. 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 anti 5 4.6 claims for damaWs beanie 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. 547. with respect to insurance required 13)' 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), O% NER ENGINEER, liNGINEMs Consultants anti any other persons or entities itiftified in the Supplementary Co ilitiom, all of whom shall be listed as additional insureds, and include coverage for the respective officers and employees of all such additional insurecb; 5.4.8. include the specific coverages wxl 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,, EKDC G1:WMAL CO:itDt110M 1910.8 t 1990 Edtianl w:' QTY 01' FORT COLLIM MODIFICATIONS (REV 420W) 5.4I0. include contractual liability insurance covering CON"TRACTOR's indemnity obligations tinder paragraphs 6.12. 6.16 and 6.31 thidugh 633. 5-4.11. %attain 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 OWNM- 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 paraL-aph 5.3.2 will so provide); 5.4.12. remain in effect at least until final payment m-od at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.1'_: and 5 4.13 with respect to completed operations insurance, and any insurance coverage written on a claims -made hasi%, remain in effect for at lea.%- two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary- Conditions to whorl 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). OWAER's Liability Insurance: 3.5 in addition to insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER, at OWNEWF option, may purchase and maintain ai OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. i3n rty Insurance: 5.6. Unless otherwise provided in the Supplementary Conditions, OW'INTR shall purchase and maintain of the ful! replacement cast thereof (subject to -sine[ deductible amounts as may fir provided--et--the Supplementary Condiuom or required -by--->`.-ttws and Regulations) This iltsumnce shall 5.6.1. include the interests -of ----OWKbR; entities idenufted in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shill be [Sled as an insured or additional insured, 5.62 be written cn is Builder's Risk ?VI risk -"-or open peril or speeial of less Policy f4m thAl sknall at-k%tsY intlt*3a ' -loss-car damage to build'pe- 1 _ ctgdt_ eF-Iea61 rha—iolttwv►r - perils: fire,,1,'�htaitsg;�atrtxtzd coverage, theft. vandalism and malicaows mischief, an trment cif Laiys arm Regulations; w•atef---datttejie; AS mey-kNe spes+ftcR{lj fec#ukejby the Suppktttentafy Ce tditierts S.ti.3. include expenses incurred in the repair or replacement of any insured property (utcluding but not limited te f�es and charges - of enginoers and arcltite ,ei). or at another kxation that was agreed ki in writing tty 9k41ER-pfior ids -being -inv*"orated•in the Work; inelndeditisn�pp�}�atic�pr-€ef�wntew�f,Aed by $P:EHxEER; end 5A.S. be maintained in rlket- until final payment is made unless other -wise areed ER—wiih fluffy days! written faetiee--to-each- other additional irtsafr,:d-ifs-wham•�e-eertif isstted- 5- . pufeM e -end maifttairt auc h heilef Arid MAOhifl e as may be rewired by the Supplementary Condition or Laws am Res"Iftliens bieh +sill-Ww4"Wresb of ifNA-Shh4- is eemedtufind simlbr-&sWs 5's. 1 the pe vies of ir><wrartee-{end}t}x tvtrt r ateser odwi maintained by OWNER in accordance with paragrajiw 5,46 snot 5 7- will te"U irt-Et preykior+ t cndtr �,or oo erage afforded will not be cancelled or materially chanted or renewal refused until at least thirty ddtvs' pwior written notice has been given to OWNER arid C-�;F AGTOR-and to-t +-dither- adtfrtienaf inxrretl to whom a certificate of imairance has been issued and will contain waiver provisions in accordance with Fm'a} 5.9. OWNER strall not be reslxmsible fcr purchasing and maintainirtF any pro ty insurance to protect the interests of CONTRACTOR Subcontractors or others in the We ids thr rrtznt of any-didcw4�de 1�4 are identified in the Suupplementary L'orrditiurr;. The risk of l Eedaotiblr atttoan�"vill-le#4rae by-L-'�'T1tA6'�(31���ul�on4radstcifuf �#tors satT�rftg-airy such k)ss and if any of them wiMess property inutrance coverage within the limits of such amounts, each may pxtrdw.w and maintain it at the p urclutser'sownexpense 5.IQ If C UKRACTOR rayuests ut writing that other pk k-ie*�wiJ6f- under--NfplI ' 6 -iw ?.4-OW NTiR. thereof will b, uhafgej to 0494RACTOR-by-appFopiate Chnnee- ()rder--or-- Written ant . -_ lfidx-- to 1 n n EJCDC: raENlRAL CONDITlOM l9lo-8 tl999 E&tkni wv C7TY OF FORT COLLIM MODIFICATIOM (REV 420%) commencement of the Work at the sat, 0XkWER shall in writing -advise CON R- P444R , lief-ff-w soh othks insunowe has been pFeewej by 0447�� w-t fir- Weivef of6- 5.11 1. OWWER and CONTRACTOR intend that all policies purchased in accordance with paragrap>)ts 5.6 Subcontractor* ENGINEER. E-NUI EW!, in the Suppleirient-opl- Coni-liti,mm-i ta be listed as insureds or additional insureds in such policies and w :lj Primary coverage for all lowieii-� the ikGOvere.d- thereby. Al sac what in the evrnt of p t►ymettt of any -loss of damage -the iftsurers wil4 h t>€faeoyexy-aeairist arwtff tltr-aeitfed� °r a� euHill F31k,NER MW waive all agaitast- iya t�fffe�+fs directors,-1�}eas-et�ttgents-for-all-lossrs-and de " -fe! tiking4ft" any-of=the-{perils--omered-by-pnpkies-and_any ur-aelElitiE -waive -all -.suE* fib- -against Consultants and all other persom or entities identified it Ole Supplenienter if+sufrcd•, of additiE,ftaliftiSufeEls u ::c .h listed f a' loggm and—damaee_s d. ewe M"AiVeFc, shfill e-aend to the rights that any party makut vueh waver may have to the pfeee ds-W ptyahle urxiar any pci}icy so issued against�:•�� Cih'+lTR.=kC[4%R. --Subcontractors, otficem directom employees and agents of -arty of them: for: lts titre to of we or other consequential lass tnaeWing beyond direct physical kvss cr damage to leatised -�.v arising out of or resultutg from fire or other peril. whether or not insured by OWIQW , and $,4f.1-1---loss or damage to the completed eauscxlbF ef+sirtge -Of-or resulting from fire or other insured pail tovered by- e ampk4e p during partial Wihmtion purl ant to paratuaph 14.1Q, after --Substantial -Completion pursuant to pxnragraph 14:8or-after final pittyment ptrrstrant-toparatsaph 14.13. r'ltty-iratrftsrtrrr-pd>�+--maintained-Jur--S3�vering any-ad>�-daatagr-of-oE>Faeyurnita!-kr�+s-frferred-io-ifr-titw ai--thC�t'yMtef my sweh-{3F ctrr,egttemial. -loss-she--insurers-wilt--#eve -ria -riems cif recovery against any of C.ONTRAC70R. Subccxmractors; Receipt andAppfication of Insurance Proceeds: 5.12. Any insured loss under the policies of irtwrance required by paragraphs5.6 and 5.7 will be adjusted with OWNT.-R and made payable to OW'NUZ as fiduciary for the insureds. as their interests may appear. subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWIER shall deposit in a separate account any money so received, and sWI distribute it in accordance with such agreement as the parties in interest may retch. if no other special agreement is reached the dtmascd Work shalt he repaired or replaced the monrys so received applied on account thereof and the Work and the cast thereof covered by an appropriate Change Order or Written Amendment. 5.13. OXVNER as fiduciary shall have power to adjust and settle any last with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of lies% to O)WKER's exercise of this power If such objection be made. OWNFiR as fiduciary shall make settlement with the insurers in accordance with such agora-mcnt as the parties in interest may reach If no such agreement among the parties in intermit is reacted, OW'I\'ER as Fiduciary shall adjust and settle the lass with the insurers St OU-I&k prc�r-Aarfi�ntanse-c-q€ sue#rs#ut�w. .acceptance ofBondc and Insurance; Cp6on to Replace: 5.14. if OWNER has any ohjecticm to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by the t4heF -petty CONTRA\CTOR in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so nou(ythe other party OWNER will notitj CO C�OR in writ. within ten fifteen days after receipt deliyar • of tlx certificates (or other evidetue requested) to OmW'.' as required by paragraph 2.7. OWNER other such additional information in respect of insurance provided as the other may reasonably request. If zither party does not purchase or maintain all of .the Bonds and insurance required of such party by the Contract writing of such failure to purchase prior to the start of the Work, OF of 21FW4 or remedy, the other party may elect to obtain equuvalem Bondsror insurance to protect such other party's interests at the expense cif the party who was required to provide such ou,v.xcnge.-and-a Change49rJff-shall-beisrucxl-teredjttst t#te Contract Price accordingly. Powd U0zation-Property Inswtwree: 5.15. If OWNTER finds it necessary to occupy or use a portion or portions of the Work prior to Sulxxantial EJCDCOI 'UL--tt. CON4)I non 191o4 (19" EMM) w/ ( TY On' FORT CYN LIM MOL)IRCATlONES (REV 4aOOO) Completion of all the Work, such use or occupancy may be acconplished in accordance with paragraph 14.10, pprrovided that no such use or oc:cupanc:y 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 polio.1, or policies. but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occtuparx-y. AR'1 lox, 6-COx TRACTOR'S RESPOtiSI13II.ITIES &Www don and Superintendence: 6.1. COWfRACIOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform tlx: Work in accordance with the Contract Ikoeuments CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONI TRACTOR shall not he rafKmsible for the negligence of others in the design or specification of a specific means, method. technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents - CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Ikncuments. 6.2. CONTRACTOR shall keep on the Wog: at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGI NT-. R except timer cetraordinary circumstances. The superintendent will be CONTRACTOWs representative at the site and shall have authority to act on behalf of CONITRAC70R. All communications to the superintendent shall be as binding as if given to CO\TRA('TOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and construct the Work as rnluired by the Contract Documents CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and CONTRACTOR will riot permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNI1ts written comsen[ given after prior written notice to ENGINEER. CONTRACTOR shall submit requests to the ENGIa U, no less than 49 hours in advance of anv Work to he performed on Saturday. Sunday, Holidays or outside the keetilar W'orkine Hours. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full respupsibility for all materials, equipment labor. transportation, construction equipment and machinery, tools. appliances, fuel power, light, heat. telephone. water. sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furi4unG, performance. testing, start-up and completion of the Work. c 4.1. _--Jl'urchasirig _ Restrictions (�C)NTKA('CUR must conply with the City's purchasin—g restrictions. A gopv of the resolutions are available for review in the offices of the Nurchasi and Risk ilIAMsetnettt Division or the Citv Clerk's ofFice. 6.4.2. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and products of cement o products containing cement to certih• 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 quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the Benefit of n14` vF,R. if required by ENGINEER, MNTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied installed, connected, erected, used cleaned and conditioned in accordance with instructions of the applicable Supplier, except as ctharwisc provided in the Contract Documents. progreesc S *erhde: 6.b. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may headjusted from time to time as prov ided below: 6.6.1. CO?N`TRACTOR 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 %Vestones), Such adjustments will conform generally to the progress schedule then in effect and additionalh- will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Propel adjustments in the progress schedule that will change the Contract Times (or Mi]estuncs) shall be submiued in accordance mvith the requirements of paragraph 12.1 Such adjustments may only be made by a Change Order or Written Amendment in accordance withArticle 12. 6.7. gubstitutesand "Or-Equal"hems.• 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 l+articular Supplier, the specification or description is untended to establish the type, function and quality required. Ihnless the specification or description GR.:llCx OENrItAL G'Uht)171UN51910-5 (17Jtm Edtimt 12 %V aTY OF FORT COLLIMMOUIFiCATIONS (REV 411000 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. Vr-Equal" If in ENGINEER's Solt discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Wort: will be required, it may be considered by HNI GINEER as an "or -equal" 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 itehmms- 6.7.1.2. Substitute Items: If in ENGIN- EEWs sole discretion an item of material or equippmmcrnt INTR proposed by COACTOR does not quahfy as an "or -equal" item under subparagraph 6.7,1.1, it will be considered a proposed substitute Item. C ()NTRA(-f()R shall submit sti icient information as provided }chow to allow FNGTNFF.R to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute thercibr. The procedure for review by the M—,�GE\TEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances Requests for review of proposed substitute items of material or equipment will not be accepted tn- FNGiNEF.R from anyone other than CONTRACTOR If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certify'inng that the proposed substitute will perform adequately the functions and achieve the results called fir by the general design be similar in substance to that specified and be suited to the same use as that specified The applicationwill state the extent if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTR.ACfOR's achievement of Substantial Completion on time. whether or not acceptance of the substitute for use in the Work will require a ch gig in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incurporatium or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. :'Ul variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated The application will also contain an itemized estimate of all costs or credit- that will result directly or indirectly from acceptance of such substitute including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. LNGINEER may rcyuie CONTRACTOR to famish additional &a about the proposed substitute. 6.7.1.3. CONTPuCTOR'sLipense: All data to be provided by CON-M%CTOR in support of any proposed "or -equal" or substitute item will be at C )NTRACTOR's expense. 6.7.2. Substitute Consfnrction z edw& or Pro eclarer: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Co tact Documents, CONTRACTOR may famish or utilize a substitute means, method. technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information W allow Fb1GINEFR. in ENGiNUMs sole discretion.. to determine that the substitute proposed is equivalent to that eyxessly called for by the Contract Documents. The procedure fix review by ENGINEER will Ix similar to that provided in suhpxaragntph 6.7.1.2. 6.7.3. Engineer's Evaluation: is'NGINI-M will be allowed a reasonable time within which to evaluate each proposal or suhmittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No cx-cgttaI' or substitute will he ordered, installad or utili,.ed without ENGINEFR's prior written acceptance which will be evidenced by either a Change Order or an approved Shop (hawing. OWNFiR may require CONTRACTOR to furnish at CONtTRACTOR's expense a special performance guarantee or other surety with respect to any "or -equal" or substitute ENGINEER will record time required try ENGINTER and ENGINEER's Consultant- in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7.1 ' and 6.7.2 turd 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 arts ENGMEER's Consultants for evaluating each such proposed substitute item. 6 8. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any - Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER ur ENGINEER may have reasonable objection CONTRACTOR shall not be required to employ any Subcontractor, Supplier c r other perscm or organization to furnish or perform arty of the Work against whom CONTRACTOR has reasonable objection Et4DCOLN'S ALCOND(IWN5191oS(1990Edki(n) wr (a7Y tN' FORT COLLINS MWIFICATIONS (REV 4,79 )) 6.9. CON'TR:1CTOR shall p-rk)rm not less than 20 percent of the Work with. its own forces ufmt is, without sutcontra ctina). The 20percent requirement shall be understood to refcv to the Work the value of which totals not less thanaai percent of the Contract Price. 68.2. If the Supplementary Conditions Biddjng Documents require the identity of certain Subcontractors. Suppliers or other persons or organirations (including those who are to famish the principal items of materials or equipment) to be submitted to OWNER in advance of the specified Jaw prior to the Effective Date of the Agreement for acceptance by OWNER and F.N(i1\. [-. R,, Find -if �larnentU COREW O OWNER's or ENCrINEF'R's acceptance (either in writing or by failing to make written objcAion thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Doc uments) of txgan kasis of reasonable tion �fiAr duo, im I - ____ --- - _05"PAH-1 or NL eh sio`•'!,all submit air aceeptable the con"et Priee will he ,,.J:u4ed by !he .tiff'.....noe i the eo ,.pad {,., such substitution and an appropriate Change Order Will be issued of- Wfine" Amendment silmed. will constitutes condition of the Contract requiring the use of the named sulxontmet;xs, suppliers or rube! rsons or grg*7ation on the Work unless pnicx written approval is obtained from OWNER and hz�iGINE�R No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OW'NhR or ENGINkf4'R to reject defective Work. 6.9.1. CONTRACTOR shall be fully resparstble to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations perfuming or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is resperosible for CONTRACTORS tart 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 EGMER and any such Subcontractor, Supplier cc other person or organirsttion nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to set W the payment of any moneys due any such Subcontractor, Supplier or Cher person or organization except as may otherwise be required by. Laws and Regulations. OWNER or ENGINEER may furnish W any subcontractor. supplier or other t>zrsom or organization evidence of amounts !raid W CONTRACTOR in accordance with CONTRACTOR'S "Applications for Rnment". CONTRACTOR'S NOTICE OF AWARD REPRESENTATION & EXECUTION: CONTRACTOR agrees to perform the services identified above, in accordance with the terms and conditions contained herein, the AGREEMENT, and the NOTICE OF AWARD between the parties. In the event of a conflict between or ambiguity in the terms of the AGREEMENT or specific Work Orders, the AGREEMENT shall control. nell Resources, Inc. am Names John M Warren OWNER'S ACCEPTANCE & EXECUTION: Date: L/ Title: Vice President This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference and the attached Notice to Proceed is hereby given. REVIEWED: Lax Elliot Dale, uyer REVIEWED: Brad Bu, Wa1n: Proiect Ihaineer ACCEPTANCE: Gerry PMI, Purchasing Director (if greater than 60,000) ACCEPTANCE: Darin Atteberr , ity Manager (if greater than $1,000,000) ATTEST: FSEAL Cit Clerk APPROVED AS TO FORM: A si ant CjK Attorney Date: t -2-116Ao tL Date: 1 2- / Z c, / 6 Date: 1 Lt Lc' (� Date: 1�2-- 2�- K, 6.9.2. CONTRACTOR shall be solely responsible for scheduling aril courdinating the Work of Subcontractors. Suppliers and other persons and organizitions perfirmuhg or furnishing, any of the Work under a direct or indirect contract with CONTRACTOR. CONTRACTOR shall require all Subcortractors. Suppliers and such other persons and organizations performing or furnishuV_ any of the Work to communicate with the ENGINEER through CONTRACTOR 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in cividing the Work among Subcontractors or Suppliers or delineating the Wok to he performed by any specific trade. 6.11. All Work peribxmed for (Y)NTRA(TOR 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 Iknuments for the benefit of OWNER and ENGINEER- Whenever Pa CONTRACTOR and the Subeottractcr or Supplier will :..M.. ..:rAOWN-k, omiqlknigg And Fill CA rent the Work. If the insurers an any such pi> ties require ef Suppf ha �aala- Patent Fees andRatnities. 6.12. CONTFLRCTOR shall pay all Iicense fees and royalties and assume all casts 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 inventim design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the C o mutt Doc-umerts, To the fullest extent permitted by Laws and Regulaticm% CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER ENGINTEER's consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from am infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention. design. process, product or device not specified in the Contract Documents. EJCDC OENEILAL CONDITIONS 191013 (1990 Eddiaa) 14 pal CITY OF FORT COLLINS MODIFICATIONS (RLVa^W-) Perinis 6.13. Unless otherwise provided in the Su lcmentary Conditions. CONTRACTOR shalt obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtairane such permits and licenses. CONTRACTOR shall pay all governmental charges arid 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 casts related thereto such as plant investment fees. 6.14. Lansand Regulations; 6.14.1, CONTRACTOR shah give all notices and comply with all haws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulatioim, neither OWNER no FNGINEER shall he responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.142. if CO\'TRACTOR performs any Work !mowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom', however, it shall na be CONTRACTOR's primary responsibility to make certain that the Spocificationc and L)rawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of cwrRACTOR's obligations under paragraph 3.3.2. Torres: 6.15. CONTRACTOR shall pay all sales. consumer, use and other similar taxes required to be paid by CONTMCTOR m accordance with the Laws and Regulations of the place of the project which are applicable during the performance of the Work- 6.I5.1. OWNER is exempt from Colorado Sure and local sales and use taxes on materials to be p ermartzntly incorp prated into the p rpject. Said taxes shall not be included in the Contract price. Addre_m: Colorado Department of Revenue State Cagitnl Ampex 1375 Sherman Street [),.river, COloxado, Rt1261 Sales and Use Taxes for the State of Colorado Regional TraMortation DiAgix (RID) and certain Colorado counties are call ected by the State of Colorado and are included in the he of Lxem lF_ion ._ All applicable Sales and Use. Taxes (including State collected taxed. on any items other than construction and building materials physicalh incorporated into the xt_ojzct are to he paid by CONTR VIM and are to be included in amcarime bid items hose of Premises: 6.16. CONTRACTOR shall confine construction equipment. the storage of matenats and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other and and areas permitted by laws and Regulations. rights -of -way, permits and casements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any cart( be made by any such owner or occupant bemuse 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, indanrifv and hold harmless OWNUZ— E1N'GTNEER, ENOWEER's Consultant and anyone directly or indirectly employed by any of them from and against all cairns, costs, losses and damages arising out of cx resulting from any claim or action. legal or equitable, brought by any such owner or occupant against 0<NNER. ENGLNTER or any other party indemnified hereunder to the extent caused 1my or based upon CONTRACTOR's performance of the Work. 0.17 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 occuMney by OWNER at Substantial Completion of the Work-. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shtfl not loud nor permit am• part of anv structure to be loaded in arn• mariner that will endanger the structure, nor shall C014TRACTOR subject any part of the Work or adjacent property to stresses or pressures that will enchnger ft. Record Docrrntmtc EKW GENERA( COMMONS 191" (1990 Eckim) wi Cl TY OF FORT MLLINS MODIFICATIONS (REV 4/2000) 6,19, CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda. Written Amendments. Change Orders Work Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in good order and annotated to show all changers made during contntetion. These record dauments together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENCYLNEEK for reference. Upon completion of the Work. aril prior to release of final payment, these record documents, Samples and Shop Drawings will be delivered to FNGiNEHR for OWNER. Safety and F'rorecaon: 6.20. CONTRACTOR shall be reW msible for initiating, maintaining and supervising all safety precautions and progams in connection with the Wo iC CONTRACTOR shall take all necessary precautions for the safety oC and shall provide the necessary protection to prevent damage. injury or lass to. 6.201 all persons on the Week site or who may be affected by the Wort:; 6.20.2. all the Work and materials and equipnment to he mccxlx-ted therein, whether in stooge 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 net designated for removal, relocation or replacement in the douse of construction. com'RaCTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them fron 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 Wok may affect tk-m, 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 0.20.: or 620.3 caused, directly or indirectly, in whole cx in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or famish 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 OIkNER or ENGINN'EL•R or ]ENGMTEER's Consultant or anyone emplcyed by any of them or anyone for whose acts any of them may be liable. and not attributable, dircctlyy or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other person or organizHito m directly or indirectly employed by any of them). CONTRAC*rms duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Mft is completed and ENCHN E FR has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the tVork is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. Safer}' Representmfve: CONTRACTOR shall designate a qualified and e.Vcaienced safety representative at the site whose duties and responsibilities shall be the rmention of accidents and the maintaining and supervising of safety precautions and programs. Hazard Communication Programs: 6.22. CONTRACTOR shall he responsible for coordinating any exchange of material safety data sheets dx 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. f.)nergencies: 6.23. In emergencies affecting the safety or protection of persons or the dVork or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from O%NWFR or ENGINEER, is obligated to act to prevent threatened damage, injury or loss CONTRACTOR shall give ENGlNM-.R prompt written notice if CON'i'RA('fOR believes that am significant changes in the Work or variations from the Contract Documents have tx-.n caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the auction taken by CONTRACTOR in response to such an emergency, a Work Change Directive or ('hang.: Order will he iwcued to document alto consequences of such action 6.24. Shop Drawings andSampler 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGINEER for review, and approval in accordance with the accepted schedule of Shoup Drawings and Sample submittals (see paragraph 2 9) All submittals will be identified as EN WEER irr and in the number of copies specified in the General Requirements_ The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show 1NGINGLR the materials and equipment CON fR.4CTOR proposes to provide anti to enable ENGINEER to review t1x information for the limited purposes required by paragraph 6.26. 6.242. CON 1RACI.OR 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 citable E.•NC➢INFER to review the suttmfttal for the limited i:1CtXC GENERAL CONTXTIOM 191" (1991) E6liml 16 w6 CiTY OF FORT COLLINS tM011IF1CATIONS IRLV 4�2M') purposes required by paragraph 6 26 The numbers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 6.25.1. Before submitting each Shop Drawing or Sample. CONTRACTOR shall have determined and verified. 6.2i1.1. all field measurements, quantities, dimensions. specified performance criteria. installation requirements materials, catalog numbers and similar information with respet thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and 6.25.1.3. all information relative to CONIRACTOR'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 tramples and with the requirements of the Work and the Coxutract Documents. 6.252. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to C.ONTRACTOR's review and approval of that submittal 6.25.3. At the time of each submission, CONTRACTOR shall give ENGiNEE-R specific written notice of such variations, if env, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written oommunication separate atom the submittal, aril, in adklitidxt, shall cause a specific notation to be made on each Slop Drawing and Sample submitted to ENGINEER for review and approval of each such variation 626. r—NGRgEIR will review and approve. Shop Drawings and Samples In accordance with the schedule of Shop Drawings am] Sample submittals accepted by L1GENM 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 functienmg whole as indicated by the Contract Documents. ENGINTEER'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 Lkxxnmrnts} or to safer. 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 FNGINMR, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writirL to revisions other than the corrections called for �bv R GINEFR on previous submittals. 6.27 INGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONN`TRACTOR has in writing called ENGLNrEER'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 ENGMEP, relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6 25.1 0.28. Where a Shop Drawing or Sample is required by the Contract Uocumems or the schedule of Shop Drawing and .Sample submissions accepted by F.NGTNEFR as required by paragraph 2.9, any related Work performed pnor to FNGi NEF Ws review and approval of the pertinent suhmmal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work 6.29. CONTRACTOR shall tirry on the Work and adhere to the prtVr�n schedule during all disputes or disagreements with OW.NT-R No Wort: shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 153 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.30. MMR•1(70R's General Warranty and Guarantee. 6.30.1. CONTRACTOR warrttrits and guarantees to OW'N-0, 24GRJEER and ENGINE-ER's Consultants that all Work will be in accordance with the Contract Documents and will not be &.fearve. CONTRACTOWs warranty and guarantee hereunder excludes defects or damage caused b)- 6.30.1.1. abuse. mmhfidation or improper maintenance or operation b , persons other thtn CONTRACTOR Subcontractors or Suppliers, or 6.30.1.2. normal wear and tear under normal usage. 6,30.2. CONTRACTOR•s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in E,PCIX: GEN RAL CONiXT1OM 1910.8 (IM E(6tion) W (CITY 01' FORT COLUM N100MCATiONS (REV 4,7000) 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; 630.2.2. recommendation of any progress or final payment by ENGINM& 6302.3. the issuance of a certif"te of Substantial Completion or any payment by OX%MR to CONTRACTOR under the Contract l:kkuments, 6.302.4. use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5. any acceptance by OWNER or any failure to do son 6.30.2.6. any review and approval of a Shop [hawing or Sample submittal or the issuance of a notice: of acceptability by ENGINEER pursuant to paragraph 14 13; 6.3t).2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of alfecrive Work by OWNHR Indemnification.• 6.31. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNM, ENGINEER IN G IN E- E R s Consultants and the officem directors, employees, agents and other costtltants of each and any of theta 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 lass or damage: (i) is attributable to bodily injury, 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 (ii) is caused in whole or in part by any negligent actor omission of CO\TRACTOR any Subcontractor, any Supplier, an, person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity- 632. In any and all claims against 0W"Nh7t 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 COINTRACTOR. arty Subcontractor, any Supplieram person or organimuon directly or indirectly employed t> - 17 any of them to perform or Furnish any of the Work or anyone for whose acts any of them may be liable, the incjenrnifiration obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, supplier or other person or orgmizatio n under workerx compensation acts, disability benefit acts or other employee benefit acts 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGINEER and ENGINEER's Consultants. officers, directors, employees or agents caused by the professional negligence• errors or omissions of any of them. Stasinnt of ()Bl* ions: 634, All representations, indemnifications, warranties and guarantees made in. required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents. will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement ARTICLE 7--OTHER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own foray, 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 perfumed w2a not noted in the Contract lorcurnents, then: (i) written notice thereof will be given to CONTRACTOR pricy to s4nrii any such other work and (it) CONTRACTOR may make a claim therefor as provided in Articles I I and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the rties are unable. to agree as to the amount or extent theI er 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting. fitting and patching of the Wort: that may be required to make its several parts come together properly and integrate with such outer work CONTRACTOR shall act endanger any work of others by cutting. excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CON7'RA(`I'OR under this paragraph are for the benefit of such utility owners and other contractors, to the eaten that there are comparable t:J( DC GENEM CONDITIONS 19104 t 199a F.dtimi wl CITY OF FORT COLLINS MODIFICATIONS (REV 4,aft-) 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 pan of COVI'RACTOR's Work depends upon work performed by others under this Article 7. CONTRACTOR shall Inspect such other work and Promptly report to ENGINEER it writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONPRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONI'RACTORs Work except for latent or nonapparent defects and deficiencies in such other work. C'oore8nation: 7.4- If OWNER contracts with others for the performance of other work on the Project at the site. the following will beset forth in.Supplementary Conditions: 74 1 the persem_ 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 7A.1 the extent of such authority and responsibilities will Ix; provided. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination. ARTICLE 8—OWNER'S RFSTONSIBILITIES 8.1 Except as otherwise provided in these General Conditions, OWNER shall issue all communications to C0NTR-, CTOR thra,gh ENGLNEER 8.2. In case. of termination of the employment of ENGINEER, OWNER shall appoint an engineer against whom �CGNTRACTOR makes no rcimviabic vbjeetmL whose status under the Contract Documents shall be that of the former ENGINEER. 83. OWNER shall furnish the data required of OWNER under the Contract Documents promptly, and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNEKs duties in respect of providing Danis and easements and providing engineering surveys to establish reference points are sat forth it paragaphs 4.1 and 4.4. Paragraph 4.2 refers to OWNEWs identifying and making available to CONTRACTOR eopics of reports of explorations and tests of subsurface cxnnchtions 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 Ccmtract Documents. 8--5.in rrs' e- of ttr tasirtr t forth inparagraphs 5 5 through 5.lt): 8.6, OW'NER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain urspec-tions, tests and approvals is set forth in paragraph 13.4. R.S. In connection with OWNF:R's right to stop Work or sty Work, we paragraphs 13-10 and 15.1 paragraph 152 deals with OWNER's right to terminate services of CONTR A(7f OR tinder certain circumstances 8.9. The OWNER shall not supervise, direct or have control or authority over, for 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. ;bestos, p(:3s, pe& — �tr Ritdiea�tive-i eFifils uneo:ered-car eveal I PA w site S sew C,.�M :...,., ,.-.,,J, 1c _t • 1 arrangements have been made -to satisfv..-(3WNER's responsibility in respect thereof -wills as set -forth in -the Supplemrntary Coxxlitiorzs ARTICLE 9—ENGiNF:F.R'S STATUS DIMM CONSTRLICTION 0IfWER's Representative. 9.1 ENGIIN7MR will be OWNER's representative during the construction period. The duties and responsibilities anti the limitations of authority of RMNEER as OW'S'ER's representative during construction are set forth in the Contract Documents and shall not be e.,dended without written consent of OWNER and ENGINEER. I Lift 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 qualitled design professional the progress Exw_(x74P Al,comxnom1no-stimEdition) w?ClTYofFORTCYm UNSMM17ICATDONS(REV4/2000) that has been made and the quality of the various aspects of CONTRACTOWs e..cecuted Work. Based on information obtained during such visits and observations. CqGM\ -ER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINFF'R %till not be required to make ex1taustive or continuous on - site inspections to check the quality or quantity of the W aL ENGINEER': efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents, On the basis of such visits and on - site observations, ENGINEER M11 keep OWNER informed of the progress of the Work and trill endeavor to guard OLVNFR against &fective Work- LNGINEER's visits and on -site observations arc subject to all the limitations on ENGINEEWs authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation during or as a result of ENGINEER's on -site visits or ohservations of (_X)NTRACTOR's Wort: ENGINEER will not supervise. direct, control or have authority over or he responsible for CONfRACTORs, meatus, 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 arid Regulations applicable to the furnishing, or performance of the Work. Prnjcet Representative: 9 3. If OWNER and I NGINEER 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 prcwided in paragraphs 9..3 and 9.13 and ire--tho .Sum Conditions of these General Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not F\G1NE s Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in paragraph 9.3 of these General Cc�naiti�xt4 ifthc_WGINER.R furnishes a Resident Project Representativg_{RPR)-,_ct other assistants, or if the ()W7,-17K deS1gr1 es a RMrrsent'aive or agent, all as provided in p<iragra�pb 9.3 of the General (Auditions, these Representatives shall have the autt�m_nW ancl. limitations as -in .paragraph-..9.13_ o[ thq General Conditions and shall be subiec-t to the following: 9.3.1. The Representative's dealirms in matters nerlaining to the on -site work will. in general, be with the R�GINEER and CONTRACTOR. But the Representative _will _keep the--OW13LR prgperh advised :about such matters...- , The. Representative's cka�s with subcontractors will oniv be through h or with the full knowledge -araai_approval of the CQ%1_ 1 NCTQR. 9.31 Duties and Responsibilities. Representative will: 9.3.2.1. Schedules Review the rxog,ress 19 schedule and other schedules prepared by the CO\ -TRACTOR and consult -_.with the ENuf.NEER concerning accgptj&lity. 9 3 '.2. Conferences and Mggim, - Attend meeting with the CONTRACTOR such as prec:onsvuction confrrenoxs, grogress_ meelip and other job conferences and prepare and circulaw copies of minutes of meetirs sa 9.3 23. Liaison 9.3.2.3.1. Serve as ENGINEER'S liaison with CONTRACTO& working principally through CONTRACTOR'S superintendent to assist the CONfRACiOR in understanding the Contract Documents. 9.3.2.3.2. Assist in obtatr»ng from Ok%N R additional details or information, when rewired, for proper execution of the Work. 9.3.2.3.3. Advisc the ENGiNEM and CONTRACTOR of the commencement of city Work raltt mg a Shop Drawny or sample submission if the submission has not been approved by the FNUMER •� ; '.: Revie!Y.__4�_�'44�.._$SjS�t#.92.1..4f Pefectiye work, 1 ii.Te ions and Testa - 9.3.2.4.1.Conduct on -site observations of the'Work- in progress, to assist the ENGMER in detcrmirtirig that the Work isT _._.cxeeduig in accordance with the Contract Dogm- efts. 9.3 2,4,2. Report to the INGINHER ijlenever the Representative believes that the Wprk is unsttisiatctor. Gulty or detective or does not c(W6rm to the Contract Documents, gr his i.-een damaged] or does riot meet the tequirements of sn}• inspections, _tests or to ovals regkured be made: and advise dlz CrTNT- R tchrn he believes work- sheuld_be �_arrected or rejected or should tx uncovered for otrxrvanorn or requires special testing, inspection or apgoval 93;2.4.1 Accompany visiting inspectors ictiresetiting public or other agencies haviry jurisdiction over the Pn�cct, record the results of these insertions and retxrt to the ENGINEER g3.U_.__. Interpretation .... of __. C_ontract Documents. .-.__Reowt._.toENGENMER ,when ciarifit tints end inerprataIions of the Contract Documents are _needed and transmit to t'14&ACTOR clarifidMon and interpretation of the Contract Documents as issued by the ENGTNEER. 93?.6. Modifications. Consider and evaluate CONTRAC OR:S set tLwons for 1:.aC:LX t:.l`NF1tAL CObCa�l770At4191t),8 ttSMJOE6ticn) wl CITY OF FORT COLLD S MODIFICATIONS (Rt?V 4t 000 modification in Drawings or Specifications and report thew recommendations. to_HNC;INEER. Accurately to CONTRACT ONTRACTbR decisions issued by the LTNGINEER 9.3 2.7. Records. 9.3 2.7.1. Maintain at the Representatives 9.3 2.7.3. Record names, addresses and telephone numbers of all �=RACTORS, sulwntractors and mator suixliers of equipment and materials 9,3.2_8_.Lv_. furnish EINGINMER periodic reports, as required: of the progress of the Work and of the CO\TRH\t tOR'S compliance dvith the proVess schechrle and schedule of shop Drawing and sample submittals 93IS. Consult with_]�;%GINEER in advaru:e of scheduling, _Cn*pr tests. instxctions or start of important phases of the Work. 9.3.2.83. Draft proposed Chateau orders and Work Directive Changes,._ obtaining backup material from the (WNTILaCFOR and recommend to ENGIREER Chancre Orders. Work Directive Chanties and field orofers 9.3.2.8.4. Repot immediately to E PRff iER anci_OWN- IZ the occurrence of my midm- 9.12.9.Payment Req tests Review applications 1_ir M%inent with CONfRACTOR fox com liana with the established procedure for their submission and forward with recommendation to ENGINEER. noting particularly the relationship of the_payrrient requested to the schedule of value,% work completcd and materials and ecuipment delivered at the site but not incortxxated m the Aid. 9.3.1,10. Completion. 9.3.2.10.1, Before F N G 1NLLR issues_ a Certificate of Substantial Completion, submit to CO\TRACTOR a list of observed items rcauQirtt; correction or completion 9.3.2.10.2. Conduct final inspection n in the oompanv of the F:NGINFYR_ OWNPR and CONTRACTOR and rxcparc a final list of items to be corrected or completed. 9.3.2.10.3. Observe that all items on the final list have been corrected or completed and make recommendations to ENGINEER concerning acceptance, 9.3.3 t.imitaticm of ,Authority- The Representative shall not: 9-3.3.1. Authori7c any dcyiaticros from the Contract Dac7trnents or acct any substiWte materials or_egtniplttern>tr�izss authorized, t 9.3.32 1"Ycccd limitations of ENGiNHER'S authoriN as set forth in the Contract Documents. 93;3.3..___Undertake any of the resVnsihilities of the CON-T- ACTOR Subcontractors tx CONTRACTOR'S superintendent. 9.3 3 4 Advise on, or issue directions relative to, or assume control over any aspect of' the mc.uis, methods_ techtvques, sequences or prox:edures tier corrstauction unless such is specifically called for in the Contract Uocuments. 9.33.5, rldyisc on are .., issue directions regaribw__._tx.. assume control over safety precautions aril programs in connections with the. Work. 9.3.3.6 Ac;cpt Shop Drawings or, sample submittals from anvone other than the CON'TR ACTOR 9.3.3.7. Authorize MINER to oecum the Work in whole or in part. 9.3.3.8. Participate in specialized ,.field, or laboratory tests or iMetions conducted by others except as specifically authorized by the 12IGIN 11R. Clarifications mid Interpretations. 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the EJCI3C (:k'NFRAI. CUNgT1U[k'i 191U-811994 E6tim) w, CITY OF FORT COI.t.IM MODIFICATIONS (REV 4R WO) requirements of the Contract Documents (in the fort of Drawings cx otherwise) as ENGINEER may determine necessary, which shall be consistent with the orient of and reasontbiv inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR. If OWNER or CONTRACTOR believes that a written clarification or interpretaticri justifies an adjustment in the Contract Price or the Contract Times and the parties are ratable to agree to the amount or extent thereof if am. OWNER or CONTRACTOR may make a written claim therefor as provided in Article l I or Article 12. Authorized I irriadons 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,Iustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract i Mcumems. These maybe accomplished by a Field Order and will be binding on OWNER and also on t'O\fRACTOR who shall perform the Work involved promptly. If OWNHR or CONTRACTOR Relieves that a Field Order• justifies an adjustment in the Contract price or the Ccxttract Times and the parties are unable to agree as to the amount or extent thereof, OINWER or CONTRACTOR may make a written claim therefor as provided in Article i I or 12, Rejecting Defective Work 9.6. ENGINEER will have authority to disapprove or rgect Work which ENGINEER believes to be &feetive, 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, ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. -% p Drawings, Change Orders and Pajvnents: 9.7_ In connection with L•NGTNEERs authority as to Shop Drawings and Samples, see paragraphs 624 through 6.28 inclusive. 9_8_ In connection with ENGIN ER's authority as to Change Orders, see Articles 10. 11. and 12. 99. In connection with ENGINEERs authority as to Applications for R+yment, see Article 14. Determinations for Unit Prices 9.10. ENGINEER will determine the actual quantities and classifications of unit Price Work performed by CONTRACTOR. ENGINEER will review with COti fRAcrm the FNGINFER's preliminary determinations on such matters before rendering a written decision thereon (hy recommendation of an Application for Payment or otherwise). 04GINEER's written decision thereon will be final and binding upon OW"NTER and CONTRACTOR unless, within ten days after the date of anv such decision. either OWNER or CONTRACTOR delivers to the other and to 240INEER written notice of intention to appeal from ENGINFER's decision and- (i) an appeal from ENGINTM'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 forma of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to F,NGINEFR's decision, unless otherwise agreed in writing 1i' OWNER and CONTRACTOR Such appeal will not be subject to the procedures of paragraph 9.11. Decfdons on Digwes.• 9.11. ENGI?NTER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder Claims, disputes and other matters relating ki the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 11 in respect of changes in the Contract Price or Contract Times will be referred initialiv 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 oocurrence 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 2NGiNEER allows an additional period of time for the submission of adddatonal 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 F.NCP*.TR 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 LNGIINMR's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINUR's decision is taken within the time limits and in accordance with the procedures set forth in EXFU IT GC -A. "Disputo Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGIN'MXs written decision is delivered by OWNER or CONTRACTOR to the other and to 04GINE•E R 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 Reg+ulatiatt within sixty cYhys of the date of such EXMCGENt{R& C'ONDITIOM 19104 090Ai Edition) -� wi CITY OF FORT COLUM M0011TICATIONS (REV 4100) decision, unless otherwise agreed in writing by OW'?N'ER and CONTRACTOR. 9.12- When functioning as interpreter and judge under paragrap>Ihs 9.10 aril 9.11. ENGINEER will not show partiality to OWNER or CONTRACTOR and will not he liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGUEER pursuant to paragraphs 9.10 cr 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making a 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 tender the Contract Mcuments or by Laws or Regulations in reRwet of any such claim, dispute or outer maltcrpuFstairitteArtide46. 9.13. Limitations of L GI EER's Authmitr and Reipo"bififies: 913.1. Neither FNGINEER's authority or responsibility under this Article 9 or under any other provision of the Contract Ikicuments nor any decision made by FNGiNEFR in good faith either to c.,wrcise or not exercise such authority or responsibility or the undertaking exercise or performance of any authority or responsibility by FNGrN'FFR shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR any Subcontractor, am- Supplier, any other person or organisation, or to any surety for or employee or agent of any of the 9.132. ENGINEER will not supervise. direct, control or have authority over or be responsible fix CONTRACTOR's means, methods techniques, sequences or procedures of corhstructiom 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 Docunicrtts. 9.13.3. ENGUEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor. any Supplier, or of any other person or organization pertiormmg or furnishing any of the Work. 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules. guarantees, Bonds and certificates or inspection, tests and approvals and other documentation required to be delivered by paragraph 14 12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with. the Contract Documents. 9.13.5. The limitations upon authority and responsibility set tbrth in this paragraph 9 13 -]kill also apply to ENGINEER'- Consultants, Resiolent Project Representative and assistants. ARTICLE 10-CHANGESIN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment. a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed urxkr the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10.2, If OWNER and CON -TRACTOR are unable to agree as to the extent. if any, of an adjustment in the Contract prim or an adjustment of the Contract Times that shrink he allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article i i or Article 12. 10.3. CONTRACTOR shall not be entitled to an incru-ise in the Contract Price or an extension of the Contract Tunes with respect to any Work performed that is not required by the Contract Document; as amended, modified and suppleni cnted as provided in paragraphs 3.5 and 3.6, except in the case of an emergency as provided in paragraph 6?1 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER and C()NTRAC"POR shall execute appropriate Change Orders recommended by ENGLNITR (or Written Amendments) covering 10.4.1, changes in the Work which are (i) ordered by OUNER pursuant to paragraph 10.1, (u) required because of acceptance of defective Work under paragraph 13.13 or corTecting defective Work under paragraph 13.14. or (iii) agreed to by the parties. 10.4_2. changes in the Contract Price or Contract Times which are agreed to by the parties, and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of am written decision rendered by ENGINEER pursuant to paragraph 9.11. Provided that, in lieu of executtrag any such Change Coder, 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 cant' on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change aRccling the general sLopc of the Wort: or the prwisions of the Contract tkcumemt I x M tat NUM CONtxnom 191" i t 9w Eman) W CITY OF FORT cxx.uNs n1ODIncanoNS (REV 4/2000) (including, but not limited to, Contract Price er Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CO\'TRACTOXs responsibility, and the amount of each applicable Boni will be adjusted accordingly. ARTICLE II-C:HXNGE OF CONTRACT YRICF, 11.1. The Contract prim constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties. responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CO\ f RACTOR's expense without chance in the Contract Price. 112 The Contract Price may only be changed by a Change Order or by a LGritten Amendment Any claim for an adjustment in the Contract Price shall be based on written notice delivered by the party making Ou claim to the other party, and to ENGUEER promptly (hit in no event later than thirty days) after the surt of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGTN MR 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 b ENGINEER in accordance with paratraph 9 l 1 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 _ 11.3- The value of any 1liork covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23