Loading...
HomeMy WebLinkAbout552492 ANYTIME LABOR - PURCHASE ORDER - 3218184 (4)SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MULBERRY/RIVERSIDE DRAINAGE IMPROVEMENTS BID NO. 8710 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS May 7, 2018 – 3:30 P.M. (OUR CLOCK) Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ,  -        Addendum 5 – 8710 Mulberry/Riverside Drainage Improvements Page 1 of 1 ADDENDUM NO. 5 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 8710: Mulberry / Riverside Drainage Improvements OPENING DATE: 3:30 PM (Our Clock) May 7, 2018 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: New Bid Opening Time: • The Bid Opening Time has been changed to 3:30 PM MST (our clock) on May 7, 2018. Please contact Pat Johnson, CPPB, Senior Buyer, at (970) 221-6816 or pjohnson@fcgov.com with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Addendum 4 – 8710 Mulberry/Riverside Drainage Improvements Page 1 of 2 ADDENDUM NO. 4 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 8710: Mulberry / Riverside Drainage Improvements OPENING DATE: 3:00 PM (Our Clock) May 7, 2018 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: Exhibit 1 - Questions & Answers Please contact Pat Johnson, CPPB, Senior Buyer, at (970) 221-6816 or pjohnson@fcgov.com with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Addendum 4 – 8710 Mulberry/Riverside Drainage Improvements Page 2 of 2 EXHIBIT 1 Questions & Answers Q1: The line items with 0 - like the Project sign and Lower 4”’ DIP water line 8” Waterline and Clean Existing 48” Storm Sewer - What do we put in the Unit cost? A1: These items were removed from the project, thus the quantity of 0. No need to put a dollar amount in the unit cost. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ADDENDUM NO. 3 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 8710: Mulberry / Riverside Drainage Improvements OPENING DATE: 3:00 PM (Our Clock) May 7, 2018 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: New Dates as follows: • The Opening Date has been changed to May 7, 2018 at 3:00 PM MST (our clock). • The deadline for questions has been changed to April 30, 2018 at 4:00 PM. • The Final Addendum will be issued on May 2, 2018. Additional Information Exhibit 1 – Revised Bid Schedule (also issued separately as an Excel spreadsheet) Exhibit 2 – Clarification of Questions & Answers from Addendum 2 Exhibit 3 – Specifications • Revised Specification • Changes & Clarification to Contract Specifications Exhibit 4 – Revised Drawings • Changes to Drawings • Sheets (11, 12, 13, 16, 24) Please contact Pat Johnson, CPPB, Senior Buyer, at (970) 221-6816 or pjohnson@fcgov.com with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Item No. Contract Item Description Unit Quantity Unit Cost Total Cost 1 Clearing and Grubbing LS 1 $ $ 2 Mobilization LS 1 $ $ 3 Potholing EA 25 $ $ 4 Construction Surveying and Staking (Including As-Built Survey) LS 1 $ $ 5 Traffic Control LS 1 $ $ 6 Water Control LS 1 $ $ 7 Project Sign EA 0 $ $ 8 Facility Condition Survey and Vibration Monitoring LS 1 $ $ 9 General BMP Maintenance HOUR 60 $ $ 10 Concrete Washout Area EA 1 $ $ 11 Inlet Protection EA 16 $ $ 12 Rock Sock / Curb Sock EA 65 $ $ 13 Street Maintenance LS 1 $ $ 14 Tree Protection, Fence LF 50 $ $ 15 Remove Existing Asphalt SY 6,000 $ $ 16 Remove Existing Curb and Gutter LF 360 $ $ 17 Remove Existing Sidewalk SF 260 $ $ 18 Remove Existing Sidewalk Ramps/Curb Returns SF 518 $ $ 19 Remove Existing Concrete Cross Pan SF 100 $ $ 20 Remove Existing Manhole EA 2 $ $ 21 Remove Existing Inlet EA 3 $ $ 8710 MULBERRY RIVERSIDE DRAINAGE IMPROVEMENTS Vendor Name: CITY OF FORT COLLINS BID SCHEDULE 1 EXHIBIT 1 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Item No. Contract Item Description Unit Quantity Unit Cost Total Cost 22 Remove Existing RCP (12-Inch) LF 30 $ $ 23 Abandoned Existing Inlet and Plug Pipe EA 3 $ $ 24 Plug and Abandoned Existing 36-Inch RCP LF 60 $ $ 25 Plug and Abandoned Existing 24-Inch Clay Pipe LF 90 $ $ 26 Lower Existing 4-Inch DIP Water Line LF 0 $ $ 27 Lower Existing 8-Inch DIP Water Line LF 0 $ $ 28 Relocate Existing Water Service Line EA 2 $ $ 29 Clean Existing 48" Storm Sewer along Myrtle Street LF 0 $ $ 30 Excavation, Muck, Replace with Approved Material CY 100 $ $ 31 Topsoil - Excavate, Stockpile, and Replace (6-Inches) CY 10 $ $ 32 6-ft Diameter Manhole EA 1 $ $ 33 7-ft Diameter Manhole EA 7 $ $ 34 18-Inch CL-IV Reinforced Concrete Pipe (Complete in place) LF 75 $ $ 35 24-Inch CL-III Reinforced Concrete Pipe (Complete in place) LF 160 $ $ 36 36-Inch CL-III Reinforced Concrete Pipe (Complete in place) LF 104 $ $ 37 48-Inch CL-III Reinforced Concrete Pipe (Complete in place) LF 514 $ $ 38 48-Inch CL-III RCP Fabricated Pipe Bend (45 degree) LF 8 $ $ 39 5-ft Type R Inlet EA 2 $ $ 40 10-ft Type R Inlet EA 2 $ $ 41 15-ft Type R Inlet EA 2 $ $ 42 Dbl. No. 16 Combination Inlet EA 2 $ $ 43 Install Curb and Gutter LF 400 $ $ 44 Install Concrete Sidewalk SF 330 $ $ 45 Install Concrete Cross Pans SF 600 $ $ 46 Install Concrete Ramps/Curb Returns (including truncated domes) SF 575 $ $ 2 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Item No. Contract Item Description Unit Quantity Unit Cost Total Cost 47 Flow Fill Trench Cut-Off CY 15 $ $ 48 Asphalt Paver Patching (5-Inch Asphalt on 6-Inch ABC) SY 6,000 $ $ 49 Asphalt Overlay (2-Inch) SY 0 $ $ 50 Remove, Stockpile, and Replace Existing Block Wall at Southeast Corner or Mulberry and Cowan LF 100 $ $ 51 Soil Preparation and Fine Grading SF 500 $ $ 52 Turf Sod SF 500 $ $ 53 Utility Coordination LS 1 $ $ 54 Minor Contract Revisions LS 1 $50,000.00 $50,000.00 TOTAL = $ State your total bid price in words: 3 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Clarification of Questions and Answers from Addendum 2 1. Question: What is the grade of asphalt to be used? It is not specified anywhere in the contract. Answer: The contract is being bid using the Larimer County Urban Area Street Standards (LCUASS) as a reference specification. As such, all work in the public right of way shall conform to these specifications.  Cowan and Myrtle are classified as local streets in Fort Collins. As such, their pavement design shall consist of CDOT Grading S or SX for the top wearing course. Patching courses below the wearing course shall be Grade S. Pavement mix designs shall be submitted to the City for approval according to the LCUASS specifications.  Final pavement striping and any updated signage shall be performed by the City of Fort Collins Traffic Department. 2. Question: Can Cowan and Myrtle Streets be closed for the full contract duration? Answer: Cowan and Myrtle cannot be closed simultaneously. Local traffic to residential homes shall be maintained as necessary. A traffic control plan to close either road section must be obtained from the City of Fort Collins Traffic Department. 3. Comment: Work within the project area is within a City regulated floodplain. Requirements for work in this area are listed below.  Stage all equipment and materials for project along Cowan Street.  Stockpile only materials used daily along Myrtle Street. EXHIBIT 2 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Mulberry-Riverside Drainage Improvements 02213-1 SECTION 02213 VIBRATION ASSESSMENT PART 1 GENERAL 1.01 SECTION INCLUDES This specification covers vibration monitoring during construction activities to include an existing condition survey, baseline equipment monitoring and the establishment of a vibration monitoring program for use during construction operations. This specification only applies when the corresponding bid items for vibration assessment is included and is specifically stipulated in the contract documents. The purpose of the vibration monitoring program is to assess possible impacts that construction activities might have to adjacent facilities during all phases of the work. These facilities include, but are not limited to buildings, surface facilities, and structure foundations within the proximity of the work. OWNER is not responsible for the safety of the WORK and compliance with this specification does not relieve the CONTRACTOR of full responsibility for damage caused by the CONTRACTOR’s operations. 1.02 RELATED SECTIONS 1.03 SUBMITTALS All submittals are submitted to the OWNER for record keeping purposes and verification of conformance with the contract documents. These submittals do not shift liability or relieve the CONTRACTOR from full responsibility for damage that is deemed to be caused by the CONTRACTOR’s operations. A. An independent vibration monitoring consultant shall be used to fulfill the requirements of this section. The CONTRACTOR shall submit references for the consultant detailing at least two projects completed in the past five years where the vibration monitoring consultant has satisfactorily monitored construction operations by recording maximum peak particle velocities (PPVs). Include contact information for each reference. This information shall be submitted to the OWNER for acceptance prior to beginning use of the Consultant’s services. B. The CONTRACTOR shall submit any facility condition survey that is done to the OWNER within 2 weeks of completion of the survey. C. At a minimum, the CONTRACTOR shall submit any data and documentation derived from vibration monitoring along with interpretations of the results from the vibration monitoring consultant to the OWNER on a monthly basis. D. The CONTRACTOR shall offer formal training on how to access any web base data access site. A technical manual detailing all procedures for accessing the site shall be offered at the training session and submitted to the OWNER. PART 2 PRODUCTS None EXHIBIT 3 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Mulberry-Riverside Drainage Improvements 02213-2 PART 3 EXECUTION 3.01 FACILITY CONDITION SURVEY This work shall consist of performing a facility condition survey(s) and preparing permanent records as indicated in this specification a minimum of 2 weeks prior to the commencement of work, after completion of work, and at locations and times during construction as needed to verify that adjacent facilities have not been damaged by any element of the work. 3.02 VIBRATION MONITORING A. The CONTRACTOR shall, as specifically indicated in this specification, provide vibration monitoring to verify that construction activities will not or have not damaged adjacent facilities. B. The CONTRACTOR shall obtain the services of an independent vibration monitoring consultant to assist in developing an existing condition survey, establish a vibration monitoring plan to include baseline and continuous monitoring, and interpret the results of the vibration monitoring as it relates to adjacent facilities. C. Vibration monitoring shall be done near elements of the construction work which are likely to have the largest potential to damage adjacent facilities during the course of construction operations. This monitoring will be used to establish a baseline reading of these activities and will be done at a location of the work which is least likely to damage adjacent property. The vibration monitoring consultant shall review the results of the baseline monitoring program and submit the results and their interpretation of the findings to the OWNER in a report submitted on a monthly basis. D. Vibration monitoring shall take place on a continuous basis during construction activities requiring vibration monitoring. Continuous vibration monitoring shall be done throughout the project at required locations that are nearest the construction activities and which have the potential to damage nearby facilities. The location and number of vibration monitoring instruments will be as directed by the vibration monitoring consultant based on the results of the baseline monitoring, their interpretation of these results, and their experience based on the type of activity and proximity to nearby facilities. E. The CONTRACTOR OR CONTRACTOR’s consultant shall provide protection for all instrumentation from vandalism or theft. Any costs associated with vandalism or theft shall be borne by the CONTRACTOR. The OWNER shall at no time entertain any claim for loss associated with vandalism or theft of instrumentation. F. The vibration monitoring consultant shall be a Registered Professional Engineer licensed in the state of Colorado, and shall have performed vibration monitoring services in Colorado to include monitoring construction operations to record maximum peak particle velocities. G. The CONTRACTOR shall submit monthly reports to the OWNER which detail the baseline monitoring results, a summary of the continuous vibration monitoring results at locations nearest the construction activities and include a summary interpretation of all the results collected over the past month. The CONTRACTOR shall submit reports to the OWNER immediately upon request from the OWNER. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Changes & Clarifications to Contract Specifications 1. Section 00520 – Agreement. Article 3. Contract Times, Part 3.1 is changed as follows. The Work shall be Substantially Complete within eighty (80) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within fifteen (15) calendar days after the date when substantially complete. 2. Section 00520 – Agreement. Article 3. Contract Times, Part 3.2, 1) is changed as follows. 1) Substantial Completion: Two thousand dollars ($2000) for each calendar day or fraction thereof that expires after the eighty (80) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 3. Section 33 41 00, Page 5, Part I, 1. Change the first sentence to “The joint design for concrete pipe shall be tongue and groove – “profile” joint type only.” Remove all other references to bell and spigot pipe in this section. 4. Bid Item 29 – Clean Existing 48” Storm Sewer along Myrtle Street. This bid item has been removed from the Contract. The work will be done separately at a later date. See revised bid schedule included with this addendum. 5. Bid Item 8 – Facility Condition Survey and Vibration Monitoring. This bid item is for monitoring conditions of existing facilities specifically during excavation of the conglomerate rock material in the 48” pipe trench from STA 16+50 to 12+00. Specification Section 02213 has been added to the contract specifications for this bid item. All work performed on private property shall be done so with prior approval of that property owner. 6. Bid Item 54 – Minor Contract Revision. A minor contract revision bid item is added to the contract. The bid item is added to Section 01 29 00. The basis for measurement and payment of this bid item shall be as follows. Measurement and payment for this bid item shall be based on unit labor, material and equipment rates for work performed as directed by the Engineer for items unforeseen in the contract related to unstable subgrade, subgrade stabilization, geogrid installation, grading, placement of aggregate base course, compaction, finish grading, additional asphalt patching, and proof rolling. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised Drawings The Contract Drawings are being modified as follows. Reference Mulberry/Riverside Contract Drawing Sheets 1. Sheet 16. Pipe Plug Detail. Contractor shall include sand bags downstream of concrete plug to support plug in place. Sand bags shall be placed full height of pipe. See revised Sheet 16 included with this addendum. 2. Sheet 13. Existing pipe abandonment. Contractor shall plug both upstream and downstream ends of pipes including those in vault/manhole in eastbound Mulberry Street. See revised Sheet 13 included with this addendum. See revised bid schedule included with this addendum. 3. Sheet 13. Inlets 8.1 and 8.2. Inlets 8.1 and 8.2 are moved south along Cowan Street to avoid Xcel’s gas line. See revised Sheet 13 included with this addendum. 4. Sheet 13. East profile STA 16+59. 42.8 LF 18” Class III RCP is changed to Class IV. 5. Sheet 11. Storm Lateral STA 7+85. Profile to the south (31.1 LF of 18” Class III RCP) shall be changed to Class IV. See revised Sheet 11 included with this addendum. See revised bid schedule included with this addendum. 6. Sheet 11. Storm Lateral STA 7+85. Profile to the north (25.3 LF of 18” RCP) is removed from the contract. 7. Sheet 12. Inlets 7.1, 7.2, 7.3. These Type R inlets have been designed as connected precast structures. The Contractor has the option to install three precast or a single 30-ft cast in place inlet in this location. If a single cast in place inlet is constructed, payment will be made according to the line items in the bid schedule for 2-15 foot and 1-5 foot Type R inlet. 8. Combination No. 16 inlets. All single and double Combination No. 16 inlets refer to a City of Denver standard detail. These inlets are more commonly known in Northern Colorado as a Type 13 Combination inlet. There are no differences in the inlet type. This addendum item is provided for clarification purposes. 9. Sheet 24. Patching, milling and paving limits have been modified. Contractors shall bid limits provided on revised Sheet 24 included with this addendum. Asphalt shall be removed to subgrade and paving section rebuilt, complete in place, to a 5” Hot Mix Asphalt (HMA), 6” Aggregate Base Course (ABC) meeting Larimer County Urban Area Street Standards (LCUASS) See revised bid schedule included with this addendum. EXHIBIT 4 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 MYRTLE STREET COWAN STREET MYRTLE ST STM LATERAL-STA 4+40 PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4950 4955 4960 4965 4970 4975 4980 0+40 0+00 -0+25 STM LATERAL-STA 12+25 PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4985 4950 4955 4960 4965 4970 4975 4980 4985 1+69 1+50 1+00 0+50 0+00 -0+50 STM LATERAL-STA 5+49 PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4950 4955 4960 4965 4970 4975 4980 COWAN STREET MYRTLE STREET COWAN STREET P-STORM SEWER MAIN PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4950 4955 4960 4965 4970 4975 4980 17+00 16+50 16+00 15+50 15+00 14+50 14+00 13+50 13+00 12+50 12+00 11+50 STM LATERAL-STA 13+11 PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4985 4950 4955 4960 4965 4970 4975 4980 4985 0+71 0+50 0+00 -0+25 20' HORIZ. SCALE: 1" = 20' 0 40' NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\SHT4-7-STORM SEWER P AND P.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 4/25/2018 5:31 PM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 COWAN STM LATERAL NORTH OF MULBERRY-WEST PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4950 4955 4960 4965 4970 4975 4980 0+0+52 50 0+00 -0+25 STM LATERAL NORTH OF MULBERRY-EAST PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4950 4955 4960 4965 4970 4975 4980 -0+25 0+00 0+50 STM LATERAL-STA 16+59-WEST PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4955 4960 4965 4970 4975 4980 4985 4990 4955 4960 4965 4970 4975 4980 4985 4990 0+75 0+50 0+00 -0+25 STM LATERAL-STA 16+59-EAST PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' P:\P\16009MRD\Dwg\05_FINAL SHEETS\DETAILS.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 4/25/2018 5:31 PM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM SCALE: N.T.S. STORM SEWER TRENCH CUTOFF SCALE: N.T.S. TYPICAL STORM SEWER TRENCH DETAIL SCALE: N.T.S. EXIST. INLET DETAIL SCALE: N.T.S. SOIL RIPRAP DETAIL SCALE: N.T.S. F.E.S. DETAIL AT CULVERT INLET/OUTLET SCALE: N.T.S. PIPE PLUG DETAIL SCALE: N.T.S. INLET AVANDONMENT DETAIL PIPE CONNECTION AT SCALE: N.T.S. CONC. COLLAR AT CONNECTION TO EXIST. 48" RCP N.I.C. N.I.C. N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 PAVING LEGEND -SAW CUT AND REMOVE EXISTING ASPHALT -INSTALL 5" OF ASPHALT ON 6" OF ABC 6000 SY HORIZ. SCALE: 1" = 40' 0 40' 80' NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\PAVING PLAN.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 4/25/2018 5:32 PM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Addendum 2 – 8710 Mulberry/Riverside Drainage Improvements Page 1 of 3 ADDENDUM NO. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 8710: Mulberry / Riverside Drainage Improvements OPENING DATE: 3:00 PM (Our Clock) May 3, 2018 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: Exhibit 1 - Additional Information from Pre-Bid Meeting held on April 10, 2018 • Questions & Answers • Clarifications • Job Walk Information Please contact Pat Johnson, CPPB, Senior Buyer, at (970) 221-6816 or pjohnson@fcgov.com with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Addendum 2 – 8710 Mulberry/Riverside Drainage Improvements Page 2 of 3 EXHIBIT 1 ADDITIONAL INFORMATION Mulberry Riverside Pre-Bid Meeting April 10, 2018 Questions from 4/10 Pre-bid Meeting at 700 Wood Street Q1: Pipe cleaning of 48” Pipe – is Railroad insurance needed and do we have to go on east side of RR tracks? A1: There is no need to go on the east side of the tracks. The pipe cleaning item will be removed from the bid schedule and contract. Q2: What is the grade of asphalt to be used? A2: The Contractor is required to meet City standards, refer to Larimer County Urban Area Street Standards (LCUASS). Q3: What permits are required for working in Mulberry? A3: ROW construction permit through City, no CDOT involvement is required. Q4: Is a SWMP permit needed? A4: Yes Q5: Will weekend work be allowed? A5: No, refer to specifications for requirements. Q6: Is a storm water permit required? A6: Yes, the contractor must coordinate with the Colorado Department of Public Health and Environment (CDPHE) and obtain a National Pollutant Discharge Elimination System Construction Stormwater permit. Please note, a floodplain use permit and CLOMR have already been acquired. Q7: Road closure for full 60 days okay? A7: A full closure of Cowen & Myrtle will be allowed. The Contractor will need to acquire approval from City of Fort Collins Traffic Dept. Q8: What is Ditesco’s involvement with the project? A8: Ditesco may provide Construction Oversight Services for the project. Clarifications 1. CDPHE Air Quality The contractor must work with CDPHEs Air Pollution Control Division to ascertain whether or not an Air Pollutant Emission Notice (APEN) is needed. 2. Special Conditions • There is a City designated flood plain along Myrtle. • Materials and equipment must be staged along Cowan. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Addendum 2 – 8710 Mulberry/Riverside Drainage Improvements Page 3 of 3 • Only materials and equipment for daily use are allowed to be stockpiled along Myrtle Street. Job Walk Information 1. City waterline relocations are currently underway with temporary patching at the roadway surface. The permanent asphalt patching will be included with this project. 2. Need to restore landscaping, and make special note of: • 725 Cowan - try to stay out of garden • SE corner of Cowan and Mulberry - take down, save, rebuild block retaining wall 3. All business and residential access is to be maintained during construction. 4. There will be some minor utility coordination and coordination with the PVH Ambulance Facility. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Addendum 1 – 8710 Mulberry/Riverside Drainage Improvements Page 1 of 1 ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 8710: Mulberry / Riverside Drainage Improvements OPENING DATE: 3:00 PM (Our Clock) May 3, 2018 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: 1. Additional Information - Date Changes due to anticipated revisions to the bid documents. • The Opening Date has been changed to May 3, 2018 at 3:00 PM (our clock). • The deadline for questions has been changed to April 24, 2018 at 4:00 PM. • The Final Addendum will be issued on April 26, 2018. Please contact Pat Johnson, CPPB, Senior Buyer, at (970) 221-6816 or pjohnson@fcgov.com with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 CONTRACT DOCUMENTS TABLE OF CONTENTS BID INFORMATION 00020 Notice Inviting Bids 00100 Instruction to Bidders 00300 Bid Form 00400 Supplements to Bid Forms 00410 Bid Bond 00420 Statements of Bidders Qualifications 00430 Schedule of Subcontractors 00440 CDOT Form #606, Anti-Collusion Affidavit 00450 Bidders List 00480 Certification Regarding Lobbying CONTRACT DOCUMENTS 00500 Agreement Forms 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed 00600 Bonds and Certificates 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (Contractor) 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate CONDITIONS OF THE CONTRACT 00700 General Conditions Exhibit GC-A GC-A1 - GC-A2 00800 Supplementary Conditions Federal Terms & Conditions 00900 Addenda, Modifications, and Payment 00950 Contract Change Order 00960 Application for Payment SPECIFICATIONS SOILS REPORT DRAWINGS DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00020 INVITATION TO BID Date: April 3, 2018 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on April 20, 2018 for the Mulberry/Riverside Drainage Improvements; BID NO. 8710. If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. O. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of Bid 8710. The Work includes construction of concrete work such as manholes, inlets, concrete pipe, concrete curb & gutter, asphalt paving as well as landscape restoration and erosion protection. The Work is near Mulberry & Riverside, including Cowan, Myrtle, Endicott and Lesser Streets. All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations to bid. No individual or business will be discriminated against on the grounds of race, color, sex, or national origin. It is the City’s policy to create a level playing field on which DBEs can compete fairly and to ensure nondiscrimination in the award and administration of all contracts. Contractor acknowledges that FEMA financial assistance will be used to fund the contract in whole or in part. Contractor agrees to comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. See Supplementary Conditions section 00800 for additional information. Bidders must complete, sign and submit with the bid all documents in Sections 00300 and 00400 including but not limited to CDOT Bidding forms 606, Bidder’s List and Lobbying Certificate with the bid. Bids will not be accepted if these documents are not included. All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. A pre-bid conference with representatives of prospective Bidders will be held at 10:00 am on April 10, 2018, at Utilities, 700 Wood Street, Fort Collins. Weather permitting, a job walk will take place immediately after the pre-bid conference. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. Questions concerning the project should be directed to Pat Johnson, CPPB, Senior Buyer at pjohnson@fcgov.com in written format. Please format your e-mail to include: RFP 8710 Mulberry/Riverside Drainage Improvements in the subject line. The deadline for question submittal is April 12, 2018 at 4:00 pm. The Contract Documents and Construction Drawings may be examined online at: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 http://www.bidnetdirect.com/colorado/city-of-fort-collins Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. A Bid Bond in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. The Successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. City of Fort Collins Gerry Paul Purchasing Director DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub-bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4. No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project and submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be posted at http://www.bidnetdirect.com/colorado/city-of-fort-collins. 6.0 BID SECURITY DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or forty-five days after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security will be returned after execution of contract. 7.0 CONTRACT TIME The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent Successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM 11.1. A copy of the Bid Form will be posted at http://www.bidnetdirect.com/colorado/city-of-fort-collins. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING Bids must be priced as set forth in the Bid Schedule or Schedules. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 13.0 SUBMISSION OF BIDS 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by completed and signed as identified in Section 00400. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS Bids will be opened and (unless obviously non-responsive) read aloud publicly as indicated in the Invitation to Bid. A bid tally of the amounts of the Base Bids and major bid alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 18.0 CONTRACT SECURITY The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required contract security. 19.0 SIGNING OF AGREEMENT When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 20.0 TAXES OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS Bid results will be posted at http://www.bidnetdirect.com/colorado/city-of-fort-collins. 25.0 ACCESS TO RECORDS 25.1. The Contractor agrees to provide the City, the State of Colorado, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this Contract for the purposes of making audits, examinations, excerpts and transcriptions. 25.2. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 25.3. The Contractor agrees to provide the City, the State of Colorado, the FEMA Administrator or their authorized representatives access to construction or other work sites pertaining to the work being completed under this Contract. 26.0 RECORDS RETENTION The Contractor agrees to maintain all books, records, accounts and reports required under this Contract for a period of not less than five years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case Contractor agrees to maintain the same until the State of Colorado, the City, the FEMA Administrator, the Comptroller General of the United States, or any of their duly authorized representatives, have DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 disposed of all such litigation, appeals, claims or exceptions related to the litigation or settlement of claims. 27.0 SCHEDULE The anticipated schedule for this project is as follows: Item Dates Bid Issue Date 4/03/2018 Pre-Bid Conference 4/10/2018 Deadline for questions 4/12/2018 Final Addendum issued 4/16/2018 Bid Due 4/20/2018 Tentative start date 6/01/2018 END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 00440 CDOT Form #606, Anti-Collusion Affidavit 00450 Bidders List 00480 Appendix A, 49 CFR Part 20, Certification Regarding Lobbying DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00510 NOTICE OF AWARD DATE: May 18, 2018 TO: Connell Resources, Inc. PROJECT: 8710 Mulberry/Riverside Drainage Improvements OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated May 7, 2018 for the above project has been considered. You are the apparent Successful Bidder and have been awarded an Agreement for 8710 Mulberry/Riverside Drainage Improvements. The Price of your Agreement is Seven Hundred Thirty-Six Thousand Six Hundred Thirty-Five Dollars and Ninety-Seven Cents ($736,635.97). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by June 2, 2018. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully-signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER By: Gerry Paul Purchasing Director DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 18th day of May in the year of 2018 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Connell Resources, Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 8710 Mulberry/Riverside Drainage Improvements. ARTICLE 2. ENGINEER The Project has been designed by ICON Engineering, 7000 S. Yosemite Street, Suite 120, Centennial, CO 80112 , who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within sixty (60) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within fifteen (15) calendar days after the date when substantially complete. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as Liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Two thousand dollars ($2000) for each calendar day or fraction thereof that expires after the sixty (60) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 After Substantial Completion, five hundred dollars ($500) for each calendar day or fraction thereof that expires after the fifteen (15) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: Seven Hundred Thirty-Six Thousand Six Hundred Thirty-Five Dollars and Ninety- Seven Cents ($736,635.97), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. If, in the sole discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 95% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application Section 00960 Page 3 for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of “Contract Documents” in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: Mulberry – Riverside Drainage Improvements Construction Drawings Sheet 1 - Cover Sheet Sheet 2 - Survey and Horizontal Control - East Area Sheet 3 - Survey and Horizontal Control -West Area Sheet 4 - Stormwater Management Plan - Initial Plan Sheet 5 - Stormwater Management Plan – Final Plan Sheet 6 - Stormwater Management Plan – Plan Details Sheet 7 - Stormwater Management Plan – Plan Details Sheet 8 - Stormwater Management Plan – Plan Details Sheet 9 - Overall Improvement Plan and Index Sheet Sheet 10 - Outfall- New Inlets along Myrtle – Station 0+00 to 6+00 Sheet 11 - Storm Sewer Along Myrtle Street – Station 6+00 to 12+25 Sheet 12 - Storm Sewer Along Myrtle – Cowan – Station 11+50 to 17+00 Sheet 13 - Laterals and Inlets at Cowan and Mulberry Sheet 14 - Outfall at Springer Natural Area – Detailed Plan and Profiles Sheet 15 - Access – Maintenance Road to MH-1-Cross Sections Sheet 16 - Standard Details – Storm Sewer – Water Sheet 17 - Details – Manholes Sheet 18 - Details – Type R Inlet Sheet 19 - Details – No 16 Inlet Sheet 20 - Street Improvements- Myrtle ST – C&G, Sidewalk, and Cross Pan Sheet 21 - Street Improvements – Cowan and Mulberry- C&G Plan and Profiles Sheet 22 - Access – Maintenance Road – Mulberry St to Outfall Structure Sheet 23 - Access – Maintenance Road to Outfall Structure – Cross Section Myrtle and Cowan Stormwater Construction Drawings Sheet 1 - Cover Sheet Sheet 3 - Survey and Horizontal Control -West Area Sheet 4 - Stormwater Management Plan - Initial Plan Sheet 9 - Overall Improvement Plan and Index Sheet Sheet 13 - Laterals and Inlets at Cowan and Mulberry Sheet 21 - Street Improvements – Cowan and Mulberry- C&G Plan and Profiles Sheet 24 - Overall Pavement Plan Paving Plan – Oval Pavement Plan The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 01 to 06, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. ARTICLE 9. COMPLIANCE WITH THE LAW Contractor acknowledges that FEMA financial assistance will be used to fund the contract in whole or in part. Contractor agrees to comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 OWNER: CITY OF FORT COLLINS CONTRACTOR: CONNELL RESOURCES, INC. By: By: GERRY PAUL PURCHASING DIRECTOR PRINTED Title: Date: Date: Attest: (CORPORATE SEAL) City Clerk Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 Attest: Approved as to Form Address for giving notices: Assistant City Attorney License No.: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Vice President John Warren 5/30/2018 5/24/2018 SECTION 00530 NOTICE TO PROCEED Description of Work: 8710 Mulberry/Riverside Drainage Improvements To: Connell Resources, Inc. This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20 . The dates for Substantial Completion and Final Acceptance shall be , 20_ and , 20__, respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 20__. CONTRACTOR: Connell Resources, Inc. By: Title: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 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 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00610 PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc. 7785 Highland Meadows Pkwy., Suite 100 Fort Collins, CO 80528 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Seven Hundred Thirty-Six Thousand Six Hundred Thirty-Five Dollars and Ninety-Seven Cents ($736,635.97) 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 18th day of May in the year of 2018, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8710 Mulberry/Riverside Drainage Improvements. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this _____ day of _____ ____, 20__. IN PRESENCE OF: Principal (Title) (Title) (Corporate Seal) (Address) IN PRESENCE OF: Other Partners _____________________________ By: _____________________________ By: IN PRESENCE OF: Surety _____________________________ By:_____________________________________ _____________________________ (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00615 PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc. 7785 Highland Meadows Pkwy., Suite 100 Fort Collins, CO 80528 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Seven Hundred Thirty-Six Thousand Six Hundred Thirty- Five Dollars and Ninety-Seven Cents ($736,635.97) 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 18th day of May in the year of 2018, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8710 Mulberry/Riverside Drainage Improvements. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of , 20__. IN PRESENCE OF: Principal (Title) (Title) (Corporate Seal) (Address) IN PRESENCE OF: Other Partners _____________________________ By: _____________________________ By: IN PRESENCE OF: Surety _____________________________ By:_____________________________________ _____________________________ (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance in accordance with the following requirements: 1. The Contractor will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Contractor shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: “The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins.” In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Contractor, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Contractor 's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Contractor shall maintain during the life of this Agreement for all of the Contractor's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Contractor shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Contractor shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 8710 Mulberry/Riverside Drainage Improvements PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: Connell Resources, Inc. CONTRACT DATE: May 18, 2018 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: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE , 20__ TO: Connell Resources, Inc. 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, Inc. for the City of Fort Collins project, 8710 Mulberry/Riverside Drainage Improvements. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated May 18, 2018. 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: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Connell Resources, Inc. (CONTRACTOR) PROJECT: 8710 Mulberry/Riverside Drainage Improvements 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorney’s 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. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Signed this day of , 20__. CONTRACTOR: CONNELL RESOURCES, INC. By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 20__, by . Witness my hand and official seal. Notary Public My Commission Expires: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Connell Resources, Inc. PROJECT: 8710 Mulberry/Riverside Drainage Improvements CONTRACT DATE: May 18, 2018 In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for . (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , 20____ . (Surety Company) By: ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00700 GENERAL CONDITIONS DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 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, dated May 26, 2017 and consisting of 45 pages, by Lithos Engineering Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. SC-5.4.8 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: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 8.10. The OWNER will provide a Project Manager. The CONTRACTOR shall direct all questions concerning Contract interpretation, Change Orders, and other requests for clarification or instruction to the Project Manager. 8.10.1 Authority: The Project Manager will be the OWNER's representative during the construction of the project. The Project Manager shall have the authority set forth in the OWNER's Capital Project Procedures Manual. The Project 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 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 Manager shall not be required to make comprehensive or continuous inspections to check the progress or quality of the Work. The Project 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 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 Manager shall at all times have access to the Work. The CONTRACTOR shall provide facilities for such access so the Project 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 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 Manager properly apprised about such matters. 8.10.4 Communications: All instructions, approvals, and decisions of the Project Manager shall be in writing. The CONTRACTOR may not DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 rely on instructions, approvals, or decisions of the Project 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. SC-FED Federal Terms & Conditions A. The following terms and conditions originally set forth in 44 CFR 13.36 are hereby incorporated as part of this Agreement. 1. Competition All procurement transactions will be conducted in a manner providing full and open competition consistent with the standards of 44 CFR section 13.36. 2. Debarment/Suspension Grantees and subgrantees must not make any award or permit any award (subgrant or contract) at any tier to any party which is debarred or suspended or is otherwise excluded from or ineligible for participation in Federal assistance programs under Executive Order 12549, ‘‘Debarment and Suspension.’’ 3. Remedies Administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. (Contracts more than the simplified acquisition threshold) 4. Termination Termination for cause and for convenience by the grantee or sub-grantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000). 5. Equal Employment Opportunity Except as otherwise provided under 41 C.F.R. pt. 60, the subgrantee’s contract must include the equal opportunity clause at 41 C.F.R. § 60-1.4(b), in accordance with Executive Order 11,246, Equal Employment Opportunity (Sep. 24, 1965) (as amended) and Department of Labor implementing regulations at 41 C.F.R. ch. 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). This requirement only applies in the case of construction contracts in excess of $10,000. a. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. c. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. d. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. e. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. f. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. g. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. h. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. 6. Compliance with Copeland Anti-Kickback Act (44 C.F.R. § 13.36(i)(4)) a. Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. b. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. c. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.” 7. W/MBE Affirmative Steps Contracting with small and minority firms, women’s business enterprise and labor surplus area firms. a. The grantee and subgrantee will take all necessary affirmative steps to assure that minority firms, women’s business enterprises, and labor surplus area firms are used when possible. b. Affirmative steps shall include: (i) Placing qualified small and minority businesses and women’s business enterprises on solicitation lists; (ii) Assuring that small and minority businesses, and women’s business enterprises are solicited whenever they are potential sources; (iii) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business, and women’s business enterprises; (iv) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority business, and women’s business enterprises; (v) Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce; and (vi) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps identified in 13.36. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 8. Value Engineering Grantees and subgrantees are encouraged to use value engineering clauses in contracts for construction projects of sufficient size to offer reasonable opportunities for cost reductions. Value engineering is a systematic and creative analysis of each con- tract item or task to ensure that its essential function is provided at the overall lower cost. 9. Contract Work Hours and Safety Standards Act Compliance with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327–330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by grantees and subgrantees in excess of $2000, and in excess of $2500 for other contracts which involve the employment of mechanics or laborers). a. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. b. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. c. Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. d. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.” 10. Notice of Federal Emergency Management Agency (FEMA) Reporting Requirements and Regulations a. General. The City of Fort Collins is using Public Assistance grant funding awarded by FEMA to the State of Colorado to pay, in whole or in part, for the costs incurred under this contract. As a condition of Public Assistance funding under Colorado 4145 Severe Storms, Flooding, Landslides and Mudslides declaration #FEMA-DR4145-CO, FEMA requires the State of Colorado to provide various financial and performance reporting. i. It is important that the contractor is aware of these reporting requirements, as the City of Fort Collins may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to State of Colorado which, in turn, will enable State of Colorado to satisfy reporting requirements to FEMA. ii. Failure of State of Colorado to satisfy reporting requirements to FEMA is a material breach of the FEMA-State Agreement, and could result in loss of federal financial assistance awarded to fund this contract. b. Applicable Regulations and Policy. The applicable regulations, FEMA policy, and other sources setting forth these reporting requirements are as follows: i. 44 C.F.R. § 13.40 (Monitoring and Reporting Program Performance) ii. 44 C.F.R. § 13.41 (Financial Reporting) iii. 44 C.F.R. § 13.50(b) (Reports) iv. 44 C.F.R. § 206.204(f) (Progress Reports) FEMA Standard Operating Procedure No. 9570.14, Public Assistance Program Management and Grant Closeout Standard Operating Procedure (Dec. 2013) v. FEMA-State (or Tribal) Agreement c. Financial Reporting. The State of Colorado is required to submit to the following financial reports to FEMA: i. Initial Report. An initial Federal Financial Report (SF 425) no later than 30 days after FEMA has approved the first Public Assistance project under FEMA-DR4145-CO. ii. Quarterly Reports. Following submission of the initial report, quarterly Federal Financial Reports until submission of the final report described in the following subparagraph. Reports are due on January 30, April 30, July 30, and October 30. iii. Final Report. A final Federal Financial Report within 90 days of the end of the period of performance for the Public Assistance grant. d. Performance Reporting. The State of Colorado is required to submit to the following financial reports to FEMA: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 i. Initial Report. An initial performance report no later than 30 days after FEMA has approved the first Public Assistance project under FEMA-DR4145-CO. ii. Quarterly Reports. Following submission of the initial report, quarterly performance reports until submission of the final report described in the following subparagraph. Reports are due on January 30, April 30, July 30, and October 30. iii. Final Report. A final performance report within 90 days of the end of the period of performance for the Public Assistance grant. 11. Clean Air Act Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000) a. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. b. The contractor agrees to report each violation to the City of Fort Collins and understands and agrees that the City of Fort Collins c. will, in turn, report each violation as required to assure notification to the State of Colorado, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. d. The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with federal assistance provided by FEMA. Federal Water Pollution Control Act a. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. b. The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of grantee), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office c. The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with federal assistance provided by FEMA. SC-HR Haul Routes The Engineer reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads. These pavements may include, but are not limited to, recently constructed pavements, recently overlaid pavements, and/or pavements whose condition would be significantly damaged by heavy loads. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Asphalt material hauled in and out of the Martin Marietta Taft Hill Plant location is required to be hauled only to/from the north on Taft Hill Road to County Road 54G. SC-DM Dust Manual A. The Contractor shall abide by the City of Fort Collins “Dust Prevention and Control Manual” located at https://www.fcgov.com/airquality/pdf/dust-prevention-and-control- manual.pdf. The City of Fort Collins has implemented this manual for all projects performed for the City of Fort Collins within the City of Fort Collins limits. B. The Contractor shall be respectful to pedestrians and bicyclists when sweeping road surfaces. The Contractor shall cease operations until the citizen(s) has cleared the area. C. Chemical dust suppressant shall not be injurious to existing or future vegetation. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Official Purchasing Document Last updated 10/2017 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: 8710 Mulberry/Riverside Drainage Improvements SERVICE PROVIDER: Connell Resources, Inc. WORK ORDER NUMBER: PO NUMBER: DESCRIPTION: 1. Reason for Change: Why is the change required? 2. Description of Change: Provide details of the changes to the Work 3. Change in Work Order Price: 4. Change in Work Order Time: ORIGINAL WORK ORDER PRICE $ .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 ORIGINAL WORK ORDER % ADJUSTED WORK ORDER COST $ .00 SERVICE PROVIDER: Date: Name, Title ACCEPTANCE: Date: Name, Project Manager REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SECTION 00960 APPLICATION FOR PAYMENT PROJECT Page 1 of 1 OWNER: ENGINEERS: ADDRESS: NUMBER DATE AMOUNT $ - $ - $ - NUMBER DATE AMOUNT FUND OBJECT Amount Due this Pay Application (before retainage): $ - $ - 0.00% Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. BY: DATE: DATE: NAME & TITLE: BY: DATE: NAME & TITLE: Official Purchasing Form Last updated 10/2017 Net Change by Change Order: Change order %: Original Contract Amount Net Change by Change Order Revised Current Contract Amount Total Work Completed to Date: Total Stored to Date: CHANGE ORDERS PAY APPLICATION 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: CONTRACTOR: $ - $ - RETAINAGE $ -NumbersCharge $ - $ - Less Previous Payments: Total Completed and Stored Materials to Date: Less Retainage $ - $ - $ - AMOUNT DUE THIS APPLICATION: $ - The above Amount Due this Application is requested by the CONTRACTOR's Project Manager. BY: PO NUMBER ADDRESS: ADDRESS: APPLICATION NUMBER APPLICATION DATE PERIOD BEGINNING PERIOD ENDING PROJECT NUMBER Retainage to Date: NAME & TITLE: Total (after retainage): Payment of the above Amount Due This Application is approved by the OWNER. The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the WORK have been satisfied as required in paragraph 14.3 of the General Conditions of the Contract. Unit Price Total Quanitity Total Quantity Total Quantity Total 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 $ - $ - $ - $ - $ - 0.00% $ - $ - $ - $ - $ - 0.00% Official Purchasing Form Last Updated 10/2017 Total to Date Less Retention Change Orders to Date (see attached) $ - $ - CONTRACT SUMMARY Total Due Adjusted Contract Amount $ - Total Change Order Work to Date (see attached) Value of Work in Place Percent Complete Including Stored Materials Less Retention @ 10% up to 50% complete, 5% beyond 50% of Adjusted Contract Crosscheck Total Completed to Date Total Materials Remaining @ Site $ - $ - $ - Original Contract Amount Less Previous Billings $ - $ - $ - $ - $ - $ - DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 TABLE OF CONTENTS ITEM SECTION SUB- SECTION OR ARTICLE DIVISION 01: GENERAL REQUIREMENTS SUMMARY OF WORK 01 11 00 SITE CONDITIONS 01 13 00 USE OF SITE 01 14 19 PROJECT UTILITY SOURCES 01 18 00 SUBSTITUTION PROCEDURES 01 25 00 CONTRACT MODIFICATION PROCEDURES 01 26 00 PAYMENT PROCEDURES 01 29 00 PROJECT MEETINGS 01 31 19 CONSTRUCTION PROGRESS DOCUMENTATION 01 32 00 SCHEDULING OF WORK 01 32 13 SUBMITTAL PROCEDURES 01 33 00 SPECIAL PROJECT PROCEDURES 01 35 13 REFERENCE STANDARDS 01 42 19 INSPECTION AND MATERIALS TESTING 01 45 23 TRAFFIC CONTROL 01 55 26 SECTION TREE PROTECTION 01 56 39 TEMPORARY ENVIRONMENTAL CONTROLS 01 57 19 PROJECT SIGN 01 58 00 PRODUCT DELIVERY STORAGE AND HANDLING 01 66 00 MOBILIZATION 01 71 13 FIELD ENGINEERING AND SURVEYING 01 71 23 CLOSEOUT PROCEDURES 01 77 00 DIVISION 02: EXISTING CONDITIONS SELECTIVE SITE DEMOLITION 02 41 13 DIVISION 03: CONCRETE CAST IN PLACE CONCRETE 03 30 00 DIVISION 07: THERMAL AND MOISTURE PROTECTION CONCRETE WATER REPELLENT 07 19 00 MANHOLE PREFORMED JOINT SEALS 07 91 00 SEALANTS 07 92 00 DIVISION 31: EARTHWORK CLEARING AND GRUBBING 31 11 00 TOPSOIL & WETLAND TOPSOIL STRIPPING & STOCKPILING 31 14 13 EARTHWORK FOR STURCTURES 31 20 00 EXCAVATION AND FILL 31 23 00 DEWATERING 31 23 19 FLOWABLE FILL 31 23 23 TRENCHING AND BACKFILLING 31 23 33 EROSION AND SEDIMENT CONTROLS 31 25 00 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ITEM SECTION SUB- SECTION OR ARTICLE DIVISION 32: EXTERIOR IMPROVEMENTS AGGREGATE BASE COURSE 32 11 23 TOPSOIL AND WETLAND TOPSOIL 32 91 13 SEEDING 32 92 19 LANDSCAPE PLANTING 32 93 00 DIVISION 33: UTILITIES MANHOLES 33 05 13 REINFORCED CONCRETE PIPE 33 41 00 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 11 00 - 1 SECTION 01 11 00 SUMMARY OF WORK PART 1 GENERAL 1.01 SECTION INCLUDES A. This section covers the WORK to be covered by the CONTRACT DOCUMENTS and requirements for the completion of the WORK. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. The completed WORK will provide OWNER with the following: 1. Two manholes, 24-inch RCP laterals, and 10-ft. Type R inlets on existing 48- inch storm sewer near Lesser and Myrtle. 2. One manhole and two 18-inch RCP laterals at existing inlets at Endicott and Myrtle. 3. 434 feet of 48-inch RCP extended from Myrtle and Cowan to Mulberry and Cowan. Extended pipe tied into existing 36-inch storm sewer in Cowan, and existing 24-inch storm sewer in Myrtle. 4. Two 15-ft Type R inlets and one 5-ft Type R inlet just north of Myrtle and Cowan, connected at manhole to the extended 48” RCP with 24-inch RCP. 5. A Double No. 16 combination inlet just south of Mulberry on the west side of Cowan that connects through 36-inch RCP to manhole at the north end of the extended 48-inch RCP. One 5-ft Type R inlet located at the southeast corner of Mulberry and Cowan that also connects to this manhole through 18-inch RCP with one manhole at a bend. 6. 5-ft Type R inlets and 18-inch RCP to replace the existing inlets just north of Mulberry on either side of Cowan. The 18-inch RCPs will connect to a manhole on the existing 18-inch storm sewer in Cowan that connects to the existing storm sewer in Mulberry that drain east along Mulberry. B. CONTRACTOR shall obtain NOTICE TO PROCEED from OWNER approving WORK covered by CONTRACT DOCUMENTS prior to start of WORK. 1.03 WORK SEQUENCE A. CONTRACTOR shall submit the WORK Sequence as part of the construction schedule required in Section 01 32 13, Construction Progress Documentation. Construction may begin immediately on the date of NOTICE TO PROCEED. B. Work shall progress concurrently with work being completed by the City of Fort Collins Utilities for water line replacements along Cowan Street and Myrtle Streets. CONTRACTOR shall sequence construction to coincide with City work in this area. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 11 00 - 2 CONTRACTOR shall plan to begin work at the outfall initially, followed by work within the roadway areas affected by the water line work. 1.04 WORK NOT COVERED BY CONTRACT DOCUMENTS A. Access road off of E Mulberry St to proposed outfall improvements including a 36- inch RCP culvert crossing. B. Tree and debris removal at Springer Natural Area. C. Cross pan and curb returns on south side of Myrtle at Cowan St. 1.05 PROVISIONS FOR FUTURE WORK PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 11 00 - 3 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 13 00 - 1 SECTION 01 13 00 SITE CONDITIONS PART 1 GENERAL 1.01 SECTION INCLUDES A. CONTRACTOR acknowledges full understanding of the nature and location of the WORK; the general and local conditions; access to the site; handling, storage, and disposal of materials; availability of water, electricity and roads; uncertainties of weather, drainage, groundwater, flooding, river stages, or similar physical conditions at the site; the conformation and conditions of the ground; the equipment and facilities needed to execute the WORK; and all other matters which can in any way affect the WORK or the cost thereof under this CONTRACT. B. CONTRACTOR further acknowledges an understanding of the character, quality, and quantity of surface and subsurface materials to be encountered from inspection of the site and from reviewing any available records of exploratory work furnished by OWNER or included in these CONTRACT DOCUMENTS. Failure by CONTRACTOR to be familiar with the physical conditions of the site and all the available information shall not relieve CONTRACTOR from the responsibility of properly estimating the difficulty or cost of successfully performing the WORK. C. CONTRACTOR warrants that, as a result of examination and investigation of all the aforesaid data, CONTRACTOR can perform the WORK to the satisfaction of OWNER. OWNER assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this CONTRACT, unless 1) such representations are expressly stated in the CONTRACT; and 2) the CONTRACT expressly provides that the responsibility be assumed by OWNER. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS, which may be related to this section: 1. Section 01 18 00, Project Utilities. 2. Section 01 14 19, Use of Site. 3. Section 01 56 39, Temporary Tree and Plant Protection 1.03 INFORMATION ON SITE CONDITIONS A. Any information obtained by ENGINEER regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities, and similar data will be available for inspection, as applicable, at the office of ENGINEER upon request. Such information is offered as supplementary information only. Neither ENGINEER nor OWNER assumes any responsibility for the completeness or interpretation of such supplementary information. 1. Underground Utilities: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 13 00 - 2 a. Known utilities and structures adjacent to or encountered in the WORK are shown on the DRAWINGS. b. The utility locations shown on the DRAWINGS are taken from existing records and the best information available from existing utility plans; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. CONTRACTOR shall be responsible for the verification of all utility locations. c. Utilities shown on the DRAWINGS are for the convenience of CONTRACTOR only, and no responsibility is assumed by either OWNER or ENGINEER for their accuracy or completeness. B. The inclusion of a subsurface investigation, boring logs and utility information including, without limitation, utility location and size in the DRAWINGS will not be construed to be a waiver of CONTRACTOR’s obligation to inspect the soils conditions and utility information before submitting a BID. By submitting a BID, CONTRACTOR acknowledges that CONTRACTOR understands the nature of the WORK including, but not restricted to, the conditions affecting handling and storage of materials; disposal of excess material; and level and amount of ground water. There will be no additional compensation for soil conditions differing from those found in the text logs, nor additional compensation as a result of utility information differing from that shown on the DRAWINGS. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.01 DIFFERING SUBSURFACE CONDITIONS A. In the event that the subsurface or latent physical conditions are found materially different from those indicated in the CONTRACT DOCUMENTS and from those ordinarily encountered and generally recognized as inherent in the character of WORK covered in these CONTRACT DOCUMENTS, CONTRACTOR shall promptly, and before such conditions are disturbed, notify ENGINEER in writing of such changed conditions. 1. ENGINEER will investigate such conditions promptly and, following this investigation, CONTRACTOR shall proceed with the WORK, unless otherwise instructed by ENGINEER. 2. If ENGINEER finds that such conditions are materially different and cause an increase or decrease in the cost of or in the time required for performing the WORK, ENGINEER will recommend to OWNER the amount of adjustment in cost and time ENGINEER considers reasonable. 3. OWNER will make the final decision on all CHANGE ORDERS to the CONTRACT regarding any adjustment in CONTRACT cost or CONTRACT time for completion as defined in Section 01 26 00, Contract Modification Procedures. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 13 00 - 3 3.02 EXISTING STRUCTURES A. CONTRACTOR shall take all necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. B. An attempt has been made to show existing structures on the DRAWINGS. 1. The completeness and accuracy of existing structures shown on the DRAWINGS cannot be guaranteed, and it is presented only as a guide to avoid known structures. 3.03 FIELD ADJUSTMENTS A. Minor adjustments to the WORK may be necessary to accommodate or protect unknown existing structures. 1. Such adjustments shall be made only at the direction of ENGINEER. 2. If existing structures are encountered that prevent construction, and that are not properly shown on the DRAWINGS, CONTRACTOR shall notify ENGINEER before continuing with construction in order that ENGINEER may make such field revision as necessary to avoid conflict with the existing structures. a. If CONTRACTOR fails to notify ENGINEER when an existing structure is encountered, and then proceeds with the construction despite the interference, it is at CONTRACTOR’s own risk. B. Minor adjustments in the WORK are those that do not constitute a change in WORK, scope or cost and will be authorized through a FIELD ORDER. In the event that CONTRACTOR believes such FIELD ORDER will result in a change in the cost or schedule of the WORK, CONTRACTOR shall prepare a CHANGE ORDER request as specified in Section 01 26 00, Contract Modification Procedures. 3.04 EASEMENTS AND ACCESS PERMITS A. Portions of the WORK may be located on property where easements and permits have been obtained by OWNER. 1. Copies of these easements and access permits are available to CONTRACTOR upon request to OWNER. 2. It shall be CONTRACTOR’s responsibility to abide by all requirements and provisions of the easements and access permits. B. CONTRACTOR shall confine construction operations to within the easement limits or make special arrangements with the property owners or appropriate public agency for any additional area required. C. Any damage to property, either inside or outside the limits of the easements provided by OWNER, shall be the responsibility of CONTRACTOR. CONTRACTOR shall bear all costs necessary to repair, replace or restore any property damaged. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 13 00 - 4 D. CONTRACTOR shall remove, protect, and replace all fences or other items encountered on public or private property. E. Where side agreements or special easements have been obtained by CONTRACTOR or where CONTRACTOR’s operations, for any reason, have not been kept within the construction easement obtained by OWNER, CONTRACTOR shall be required to furnish OWNER written releases from property owners or public agencies. Only after written releases are received by OWNER will final payment be authorized by ENGINEER. F. It is anticipated that the required easements and permits will be obtained before construction is started. 1. Should the procurement of any easement or permit be delayed, CONTRACTOR shall not enter these areas until the required easement or permit has been secured. 3.05 LAND MONUMENTS A. CONTRACTOR shall notify ENGINEER of any existing federal, state, county, city, town, and private land monuments encountered. 1. Private monuments shall be preserved or replaced by a licensed surveyor at CONTRACTOR’s expense. 2. When government monuments are encountered, CONTRACTOR shall notify ENGINEER at least two (2) weeks in advance of WORK affecting said monuments in order that ENGINEER may notify the proper authority and reference these monuments for later replacement. When proper notification of WORK activities that impact government monuments has been provided to the ENGINEER, OWNER shall bear the cost of replacement of said monuments. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 14 19 - 1 SECTION 01 14 19 USE OF SITE PART 1 GENERAL 1.01 SECTION INCLUDES A. CONTRACTOR may use OWNER’s property designated within the construction limits shown on the DRAWINGS for equipment and materials provided CONTRACTOR confines operations to those permitted by local laws, ordinances, and permits. CONTRACTOR shall: 1. Not unreasonably encumber site with materials or equipment. 2. Assume full responsibility for protection and safekeeping of products stored on premises. 3. Move any stored products that interfere with operations of the OWNER at the CONTRACTOR’s expense. 4. Obtain and pay for use of additional storage or work areas needed for operations. 1.02 LIMITS OF CONSTRUCTION A. CONTRACTOR shall confine all construction activities within OWNER’s property and construction limits, unless CONTRACTOR obtains a permit or written permission from the owner(s) of property outside of these areas. Said permit or written permission shall be secured and paid for by CONTRACTOR at no extra cost to OWNER and a copy shall be provided to ENGINEER. Any damage to property, either inside or outside the limits of the easements provided by OWNER, shall be the responsibility of CONTRACTOR. CONTRACTOR shall bear all costs necessary to repair, replace or restore any property damaged. 1.03 SECURITY A. CONTRACTOR shall at all times be responsible for the security of CONTRACTOR’s facilities and equipment. OWNER will not take responsibility for missing or damaged equipment, tools, or personal belongings of CONTRACTOR. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 14 19 - 2 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 18 00 - 1 SECTION 01 18 00 PROJECT UTILITIES PART 1 GENERAL 1.01 SECTION INCLUDES A. The size and location of existing underground utilities, if noted on the DRAWINGS, is from the best information available as established from actual field observations and study of existing records. These are noted for informational purposes only and are believed to be correct. However, CONTRACTOR shall take sole responsibility for damage to any utility line encountered, whether or not shown on the DRAWINGS and whether or not actually located in the field as shown on the DRAWINGS. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.01 EXAMINATION A. CONTRACTOR shall locate, expose, and provide temporary support for all existing underground utilities within WORK limits. B. CONTRACTOR shall determine the actual location of all existing utilities prior to starting any WORK that may cause damage to such utilities. If the exact location and depth of existing underground utilities are unknown, CONTRACTOR, prior to beginning construction, shall perform all necessary exploratory excavation to locate these facilities which may affect the WORK. C. CONTRACTOR shall notify ENGINEER immediately of any utility discrepancies. D. CONTRACTOR shall inform ENGINEER of existing utility installations that need relocation. E. CONTRACTOR shall contact all utilities seventy-two (72) hours prior to beginning excavation and/or grading. CONTRACTOR shall contact the Utility Notification Center of Colorado at 811. 3.02 RELOCATION A. If CONTRACTOR requests that utility companies relocate their utilities for CONTRACTOR’s convenience in construction of any portion of the WORK, the cost of such shall be at CONTRACTOR’s expense. 3.03 UTILITY IMPACTS A. Where CONTRACTOR’s operations may cause damage or inconvenience to railway, communications, telephone, television, oil, gas, electricity, water, sewer, irrigation, or any other utilities or services, CONTRACTOR’s operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by CONTRACTOR. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 18 00 - 2 B. CONTRACTOR shall protect all utility poles from damage. If interfering utility poles, guy wires, or anchors are encountered, CONTRACTOR shall notify ENGINEER and the appropriate utility provider at least 48 hours in advance of construction operations to permit the necessary arrangements for protection or relocation of the interfering structure. C. In the event of interruption to domestic water, sewer, storm drain, irrigation, or other utility services as a result of accidental breakage due to construction operations, CONTRACTOR shall promptly notify the utility provider, ENGINEER, and OWNER. CONTRACTOR shall cooperate with said provider in the restoration of service as promptly as possible and bear all costs of repair. D. CONTRACTOR shall replace, at CONTRACTOR’s sole expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these CONTRACT DOCUMENTS or ordered by ENGINEER. E. CONTRACT TIME will not be extended to account for repair of utilities damaged by CONTRACTOR’s negligence. F. CONTRACTOR shall be solely and directly responsible to the providers of such utilities and services for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage, which may result from the construction operations under this CONTRACT. G. Neither OWNER nor its officers or agents shall be responsible for damages as a result of CONTRACTOR’s failure to protect utilities encountered in the WORK. H. Full compensation for compliance and cooperation, as required by this section, is considered to be subsidiary to other WORK items and no additional compensation will be allowed. 3.04 UTILITY NOTIFICATION SEE SECTION 01 35 13, SPECIAL PROJECT PROCEDURES, FOR LIST OF AFFECTED UTILITY AGENCIES END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 18 00 - 3 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 25 00 - 1 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. General: Materials, equipment, methods of construction, processes or products, not specifically indicated, may be acceptable to OWNER and ENGINEER, but shall be approved in writing by ENGINEER and OWNER. 1.02 REQUESTS FOR SUBSTITUTION A. Procedure: 1. After the NOTICE TO PROCEED has been issued, OWNER and/or ENGINEER shall consider written requests for substitutions of materials, equipment, methods of construction, processes, products, or other items. 2. CONTRACTOR shall submit requests sufficiently in advance to avoid delay of the WORK and shall process requests for material substitutions in a timely manner. 3. CONTRACTOR shall submit six (6) copies of the request for substitution which shall include the following: a. Complete data substantiating compliance of the proposed substitute with the DRAWINGS and SPECIFICATIONS. b. Proposed product substitution information including: 1) Product identification; include manufacturer’s name. 2) Manufacturer’s literature, including but not limited to product description, marked to indicate specific model, type, size, and options to be considered; performance and test data; reference standards; difference in power demand; and dimensional differences for specified unit. 3) Names and addresses of similar projects in which product was used, including date of installation and field performance data. 4) Where substitutions include modifications to other elements of the WORK, CONTRACTOR shall provide revised design drawings stamped by a Professional Engineer for ENGINEER and/or OWNER review. c. Proposed methods of construction substitution information including: 1) Detailed description of proposed method. 2) Drawings illustrating method. d. Itemized comparison of proposed substitution with product or method specified. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 25 00 - 2 e. Data relating to changes in construction schedule. f. Relation to separate contracts. g. Accurate cost data on proposed substitution in comparison with product or method specified. 4. In making a request for substitution, or in using an approved substitute item, CONTRACTOR represents: a. CONTRACTOR has personally investigated proposed product or method, and has determined that it is equal or superior in all respects to that specified and that it shall perform the function for which it is intended. b. CONTRACTOR shall provide the same guarantee for the substitute item as for the product or method specified. c. CONTRACTOR shall coordinate installation of the approved substitution into the WORK, to include building modifications if necessary, making such changes as may be required for the WORK to be complete in all aspects. d. CONTRACTOR waives all claims for additional costs related to the substitution which subsequently become apparent. 1.03 CONTRACTOR’S OPTION A. For products specified only by reference standards, CONTRACTOR may select any product meeting standards by any manufacturer and indicate the selected type in the submission. B. For products specified by naming several products or manufacturers, CONTRACTOR may select any product and manufacturer named and indicate the selected type in the submission. C. For products specified by naming one or more products, but indicating the option of selecting equivalent products by stating “or equivalent” after specified product, CONTRACTOR must submit request, as required for substitution, for any product not specifically named. 1.04 ENGINEER’S APPROVAL A. Substitutions and/or options will not be considered if they are indicated or implied on SHOP DRAWINGS or project data submittals without a formal request submitted in accordance with this section. B. ENGINEER shall indicate approval or disapproval of the requested substitution(s) either by separate letter or by endorsement on CONTRACTOR’s letter of request. C. Any additional cost incurred by an approved substitution (including engineering costs of redesign) will be at CONTRACTOR’s expense. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 25 00 - 3 D. CONTRACTOR shall obtain ENGINEER’s written approval of substitutions prior to ordering materials, equipment, or products for the WORK. Should CONTRACTOR order such materials, equipment, or products before ENGINEER approves of same, and if they are disapproved by the ENGINEER, all return, reordering and repurchasing costs will be at CONTRACTOR’s expense. E. ENGINEER, with timely notice being given by CONTRACTOR, shall inspect all substituted materials, equipment or products for conformance with substitution approvals, prior to installation. F. ENGINEER reserves the right to require substitute items to comply in color and pattern with specified items, if necessary to secure “design intent”. 1.05 TRADEMARKS, COPYRIGHTS AND PATENTED DEVICES, MATERIALS, AND PROCESSES A. It shall be the burden and responsibility of CONTRACTOR to determine, before bidding, the existence of any patents, trademarks, or copyrights which are in any way infringed upon by the DRAWINGS and SPECIFICATIONS. B. CONTRACTOR shall include, or be considered as having included in the price or prices in the BID, which becomes a part of the CONTRACT, a sufficient sum to cover all fees, royalties and claims for any material, patent rights, machine, appliance, copyright, trademark, or any arrangement that may be used upon or in any manner connected with or appurtenant to the WORK. C. If CONTRACTOR is required or desires to use any design, device, material, or process covered by letters, patents, copyrights, or trademarks, CONTRACTOR shall provide for such use by suitable written agreement with the patentee or patent owner, copyright owner, or trademark owner, which agreement shall provide that there will be no future or continuing royalties or payments by CONTRACTOR or by OWNER. CONTRACTOR and the surety shall, at all times, defend, save harmless, and indemnify OWNER, LOCAL GOVERNMENT, ENGINEER, and each of their officers, agents, and employees from and against all such fees, royalties, and claims or suits in connection therewith by reason of any infringement or alleged infringement of such patent rights, copyrights, or trademark rights. D. CONTRACTOR shall pay all applicable royalties and license fees. CONTRACTOR shall defend all suits or claims for infringement of any patent rights and save OWNER, LOCAL GOVERNMENT and ENGINEER harmless from loss on account thereof, except that OWNER shall be responsible for any such loss when a particular process, design, or the product of a particular manufacturer or manufacturers is specified. However if CONTRACTOR has reason to believe that the design, process or product specified is an infringement of a patent, CONTRACTOR shall be responsible for such loss unless CONTRACTOR promptly gives such information to ENGINEER or OWNER. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 25 00 - 4 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 26 00 - 1 SECTION 01 26 00 CONTRACT MODIFICATION PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. OWNER may at any time, as the need arises, order changes within the scope of the WORK without invalidating the AGREEMENT. If such changes increase or decrease the amount due under the CONTRACT DOCUMENTS, or the time required for performance of the WORK, an equitable adjustment will be authorized by CHANGE ORDER. B. Under no circumstances shall OWNER be liable for any extra WORK that has not been authorized by a properly executed CHANGE ORDER. 1.02 CHANGE ORDERS A. Changes in CONTRACT TIME: The CONTRACT TIME may be changed only by a CHANGE ORDER. Changed conditions, CHANGE ORDERS reflected authorized changes in the WORK, abnormal or unusual weather conditions, labor strikes, and delays caused by various governmental activities, or defined in Section 01 32 13, Scheduling of Work, may be the basis for extending the period for performance. Because these various reasons for delay can have cumulative effect or actually have no effect, CONTRACTOR shall request, in writing, as defined in Section 01 32 13, Scheduling of Work, on a monthly basis, time extensions and to discuss these requests with ENGINEER to determine whether or not a time extension can be recommended. Should a time extension be granted by OWNER, a CHANGE ORDER, signed by OWNER, will be issued to indicate the new date for completion. 1. Notwithstanding the foregoing, CONTRACTOR agrees to make no claim for monetary compensation for delay in the performance of this WORK except if such delay is caused in whole, or in part, by acts or omissions within the control of OWNER or persons acting on behalf of OWNER. If no claim for monetary damages is permitted under this paragraph, CONTRACTOR agrees that any other claim submitted to OWNER for delay shall be fully compensated for by an extension of time to complete performance of the WORK as specified above. a. For purposes of this section, the words “persons acting on behalf of OWNER” do not include utility companies that are not owned by the City, including but not limited to, companies associated in any way with telephone, telegraph, gas, and cable television. 2. If, as a result of delay, CONTRACTOR wishes to make a claim for either monetary compensation or an extension of time, CONTRACTOR must submit that claim to OWNER in writing within thirty (30) days of the occurrence of the incident that CONTRACTOR believes entitled CONTRACTOR to that monetary compensation or extension of time. If CONTRACTOR fails to make the claim within the time provided, CONTRACTOR will be deemed to have waived that claim. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 26 00 - 2 3. The following specifies the procedure for the determination of time extensions for unusually severe weather. The listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar data for the geographic location of the PROJECT. a. Monthly anticipated calendar days lost to adverse weather conditions: JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (4) (5) b. The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the NOTICE TO PROCEED and continuing throughout the CONTRACT on a monthly basis, actual adverse weather days and the impact of adverse weather days, which delay the WORK, will be recorded on a day-to-day basis. It is assumed that the WORK will be carried out Mondays through Fridays (holidays excepted) unless an approved construction schedule or written authorization from OWNER indicates otherwise. The number of calendar days of delayed WORK as a result of adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above. c. An actual adverse weather day must prevent WORK for 50 percent or more of CONTRACTOR’s workday, delay WORK critical to the timely completion of the PROJECT, and be documented by CONTRACTOR. OWNER’s representative observing the construction shall determine on a daily basis whether or not WORK can proceed or if WORK is delayed because of adverse weather or the effects thereof. CONTRACTOR shall notify OWNER’s representative in writing of any disagreement as to whether or not WORK can proceed on a given date, within two (2) calendar days of that date. OWNER shall use the above written notification in determining the number of calendar days for which WORK was delayed during each month. 1) At the end of each month, if the number of calendar days for which WORK was delayed because of adverse weather exceeds that shown in the above schedule, a CHANGE ORDER will be executed which increases the CONTRACT TIME. A calendar-day CONTRACT assumes a 7-day work week, Monday through Sunday, including holidays. 2) While extensions of time will be granted for “unusually severe” weather or climate conditions, or the impact thereof, OWNER shall make no monetary compensation for any costs to CONTRACTOR arising out of such delays. CONTRACTOR shall comply with the portions of these CONTRACT DOCUMENTS relating to the PROJECT schedule and amendments thereto which result from the “unusually severe” weather condition. B. Changes in CONTRACT PRICE: The CONTRACT PRICE may be changed only by a CHANGE ORDER. The value of any WORK covered by a CHANGE ORDER or DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 26 00 - 3 of any claim for increase or decrease in the CONTRACT PRICE will be determined by one or more of the following methods in the order of precedence listed below: 1. Unit prices previously approved as detailed in the subsection entitled “Unit Price Contracts” below. 2. A lump sum that has been agreed to by CONTRACTOR and OWNER. 3. The actual cost for labor, direct overhead, materials, supplies, equipment, and other services necessary to complete the WORK. a. All rates for labor, direct overhead, materials, supplies, equipment, and other services necessary to complete the WORK are to be approved in writing by OWNER or OWNER’s representative, before execution of the CHANGE ORDER. b. In addition, there will be an added amount to be agreed upon but not to exceed a total of fifteen (15) percent of the actual cost of the WORK to cover the cost of general overhead and profit as detailed in the subsection below entitled “Cost Adjustment for Change.” 4. Agreed Unit Prices, not being CONTRACT Unit Prices. C. Unit Price Contracts: 1. If payment for the major part of the WORK done under the CONTRACT is based on specially-identified units of construction rather than on a lump sum price, the CONTRACT will be known as a unit price contract. 2. In the case of a unit price contract, the number of units of specific type as set forth in the BID may vary from the number of units actually measured when the WORK has been completed. Should the installed number of units of any one unit designation vary by more than twenty five (25) percent from the number originally stated in the BID for that designation, and should this difference change the total CONTRACT value as originally BID by more than five (5) percent, CONTRACTOR or OWNER may request that the unit price of that particular unit designation be re-negotiated. 3. Unlike the lump sum contract, CHANGE ORDERS are not necessary when the number of actual units installed is either less or more than indicated in the CONTRACT DOCUMENTS. A CHANGE ORDER will be issued if a unit price adjustment has been agreed upon. 1.03 COST OF THE WORK A. Cost Adjustment for Change: The term “Cost of the WORK” means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the WORK. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the PROJECT, DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 26 00 - 4 shall include only the items listed below, and shall not include any of the costs itemized in the subsection below entitled “Unallowable Costs”: 1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the WORK under schedules of job classifications agreed upon by OWNER and CONTRACTOR. a. Payroll costs for employees not employed full time on the WORK shall be apportioned on the basis of their time spent on the WORK. b. Payroll costs will include, but not be limited to, salaries and wages plus the cost of fringe benefits, which will include social security contributions, unemployment, excise and payroll taxes, workers or workers ’ compensation, health, and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. c. The expenses of performing WORK after regular working hours, on Sunday, or legal holidays shall be included in the above to the extent authorized by OWNER. 2. Cost of all materials and equipment furnished and incorporated in the WORK, including costs of transportation and storage thereof, and manufacturers’ field services required in connection therewith. a. 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 accrue to OWNER. b. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 3. Payments made by CONTRACTOR to the SUBCONTRACTOR(s) for WORK performed. a. If required by OWNER, CONTRACTOR shall obtain competitive BIDS from SUBCONTRACTOR(s) acceptable to CONTRACTOR and shall deliver such BIDS to OWNER who will then determine, with the advice of ENGINEER, which BIDS will be accepted. b. If a subcontract provides that the SUBCONTRACTOR is to be paid on the basis of Cost of the WORK Plus a Fee, the SUBCONTRACTOR’s Cost of the WORK shall be determined in the same manner as CONTRACTOR’s Cost of the WORK. c. All subcontracts will be subject to the other provisions of the CONTRACT DOCUMENTS insofar as applicable. 4. Costs of special outside services (including, but not limited to, engineers, architects, testing laboratories, surveyors, lawyers, and accountants) employed for services specifically related to the WORK. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 26 00 - 5 5. Supplemental Costs: a. The portion of necessary transportation and travel expenses of CONTRACTOR’s employees incurred in discharge of duties connected with the WORK. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site, and hand tools not owned by the workers, which are used or consumed in the performance of the WORK, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. c. Rentals of all construction equipment and machinery and the parts thereof, whether rented from CONTRACTOR or others, in accordance with rental agreements approved by OWNER or ENGINEER, not to exceed current Colorado Department of Transportation values per the Rental Rate Blue Book, and the costs of transportation, loading, unloading, installation, dismantling, and removal thereof-all in accordance with terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the WORK. d. Sales, use, or similar taxes related to the WORK, and for which CONTRACTOR is liable, imposed by any governmental authority. e. Deposits lost for causes other than CONTRACTOR’s negligence, royalty payments, and fees for PERMITS and licenses. f. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the WORK or otherwise sustained by CONTRACTOR in connection with the execution of the WORK, provided they have resulted from causes other than the negligence of CONTRACTOR, any SUBCONTRACTOR, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER or ENGINEER. No such losses, damages, and expenses shall be included in the Cost of the WORK for the purpose of determining CONTRACTOR’s fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR will be paid for services a fee proportionate to that stated in the subsection below entitled “CONTRACTOR’s Fee.” g. The cost of utilities, fuel, and sanitary facilities at the site. h. Minor expenses such as long distance telephone calls, telephone service at the site, and similar petty cash items in connection with the WORK. i. Cost of premiums for additional BONDS and insurance required because of changes in the WORK. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 26 00 - 6 B. Unallowable Costs: 1. The Cost of the WORK will not include any of the following: a. Payroll costs and other compensation of CONTRACTOR’s officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by CONTRACTOR whether at the site or in the CONTRACTOR’s principal or branch office for general administration of the WORK and not specifically included in the agreed upon schedule of job classifications referred to in the subsection above entitled “Cost Adjustment for Change” above—all of which are to be considered administrative costs covered by the CONTRACTOR’s fee. b. Expenses of CONTRACTOR’s principal and branch offices other than CONTRACTOR’s office at the site. c. Any part of CONTRACTOR’s capital expenses, including interest on CONTRACTOR’s capital employed for the WORK and charges against CONTRACTOR for delinquent payments. d. Cost of premiums for all BOND(s) and for all insurance whether or not CONTRACTOR is required by the CONTRACT DOCUMENTS to purchase and maintain the same (except for additional BOND(s) and insurance required because of changes in the WORK). e. Costs because of negligence of CONTRACTOR, any SUBCONTRACTOR, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective WORK, disposal of materials or equipment wrongly supplied, and making good any damage to property. f. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in subsection above entitled “Cost Adjustment for Change.” C. CONTRACTOR’s Fee: 1. Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: a. A mutually acceptable fixed fee; or b. If none can be agreed upon, a fee based on the following percentages of the various portions of the Cost of the WORK: 1) For payroll and material costs incurred under the subsection above entitled “Cost Adjustment for Change,” CONTRACTOR’s fee shall be fifteen (15) percent. 2) For equipment rental costs incurred under the subsection above entitled “Cost Adjustment for Change,” the CONTRACTOR’s fee will be five (5) percent and, if a subcontract is on the basis of Cost of the DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 26 00 - 7 WORK plus a fee, the maximum allowable to the SUBCONTRACTOR as a fee for overhead and profit will be fifteen (15) percent. 3) No fee will be payable for taxes, lost deposits, or non-insured losses, on the basis of costs itemized under the subsection above entitled “Cost Adjustment for Change”. 2. The amount of credit to be allowed by CONTRACTOR to OWNER for any such change that results in a net decrease in cost shall be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any. 1.04 FIELD ORDER A. ENGINEER may at any time issue a FIELD ORDER to make changes in the details of the WORK. B. CONTRACTOR shall proceed with the performance of any changes in the WORK so ordered by ENGINEER, unless CONTRACTOR believes that such FIELD ORDER entitles CONTRACTOR to an increase or decrease in CONTRACT PRICE or CONTRACT TIME, or both, in which event CONTRACTOR shall give ENGINEER and OWNER WRITTEN NOTICE thereof within seven (7) days after the receipt of the FIELD ORDER. C. Thereafter, CONTRACTOR shall document the basis for the change in CONTRACT PRICE or CONTRACT TIME within seven (7) days. CONTRACTOR shall not execute such changes pending receipt of an executed CHANGE ORDER or further instruction from OWNER. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 26 00 - 8 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 1 SECTION 01 29 00 PAYMENT PROCEDURES PART 1 GENERAL 1.02 SECTION INCLUDES A. For each BID item, the WORK will be measured and paid for on either a unit price basis or on a lump sum basis. The quantities provided on the BID are estimates of the actual quantities of WORK only, and are included solely for determining the probable cost of WORK. The actual quantities of WORK may differ from the BID quantities. The basis of measurement and payment for each unit price BID item will be the actual amount of WORK authorized, completed, and accepted. All labor, equipment, materials, and any incidentals required to complete the WORK will be considered subsidiary to that BID item and will not be measured or paid for separately. The CONTRACTOR agrees to make no claim for damages, loss of anticipated profits, or otherwise, due to differences between the actual WORK quantities and the estimated BID quantities. B. Payment will be made only for each item included in the BID. No WORK will be paid for that is not completed in accordance with the DRAWINGS and SPECIFICATIONS, and accepted by the ENGINEER. Except as may be otherwise stipulated, no labor, equipment, materials, or any incidentals required to complete the WORK will be furnished by OWNER. C. The basis of measurement and payment for each BID item is described below. A general listing of BID items, accompanied by a brief summary of the WORK, is provided below. It is not intended to completely describe all WORK. Refer to the DRAWINGS and SPECIFICATIONS for detailed information on each BID item. D. These Payment Procedures shall not be modified. Changes, additions, or deletions of BID items, as necessary, to meet PROJECT requirements shall be included in 01 35 13 Special Project Procedures. 1.03 MEASUREMENT AND PAYMENT PROCEDURES 1. Bid Item 1: Clearing and Grubbing a. No separate measurement for payment will be made for any labor, equipment, and materials required for this item. The lump sum price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Completing the clearing and grubbing 2) Disposing of materials off site in accordance with the DRAWINGS and SPECIFICATIONS 3) Providing all other related and necessary labor, equipment, and materials to complete the WORK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 2 b. Payment will be based on the percentage of completed and accepted WORK. Bid Item Pay Unit Clearing and Grubbing LS 2. Bid Item 2: Mobilization a. No separate measurement for payment will be made for any labor, equipment, and materials required for this item. The lump sum price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Furnishing, installing and removing temporary fencing and construction markers around PROJECT work areas and any other fencing/security items as deemed necessary by the CONTRACTOR 2) Establishing and removing the CONTRACTOR's offices, buildings, and other necessary facilities 3) Obtaining, complying with, and transferring permits 4) Providing environmental controls for the life of the PROJECT 5) Providing required bonds and insurance 6) Preparing and maintaining the PROJECT schedule 7) Delivering and removing the CONTRACTOR's equipment, supplies, and excess materials, and cleaning up the site 8) Restoring the PROJECT site to pre-project or final grades and conditions 9) Preparing and securing approvals of submittals 10) Preparing record drawings 11) Preparing and providing copies of stormwater and other required reports 12) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Fifty (50) percent of the lump sum price will be paid at the time of the first monthly progress payment; an additional thirty (30) percent will be paid when one-half the original CONTRACT amount is earned. The remaining twenty (20) percent will be paid upon final acceptance of the PROJECT. The total amount for mobilization will not exceed five (5) percent of the total BID. Bid Item Pay Unit Mobilization LS 3. Bid Item 3: Potholing a. The measurement and payment for potholing will be on a per each basis for each pothole prior to construction. Utilities shown on the DRAWINGS to be exposed and protected as part of the construction DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 3 operations are not included in this item. The CONTRACTOR will only pothole under this item as directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Coordinating with utility companies 2) Locating and protecting all existing utilities in and along the PROJECT reach 3) Identifying the utility type, depth, and dimensions prior to construction 4) Preparing and submitting pothole logs to the ENGINEER 5) Backfilling potholes and patching roadway, as required b. Payment will be based on units completed and accepted. Bid Item Pay Unit Potholing EA 4. Bid Item 4: Construction Surveying and Staking (Including As-Built Survey) a. No separate measurement for payment will be made for any labor, equipment, and materials required for this item. The lump sum price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Staking horizontal and vertical alignments 2) Providing cut sheets to the OWNER or OWNER’s representative 3) Providing replacement stakes 4) Locating existing utilities 5) Staking overlot grading 6) Setting subgrade elevations and offsets 7) Setting temporary control points 8) Re-establishing land monuments 9) Finishing grades and structure elevations by a Professional Licensed Surveyor, as required, for record or as-built DRAWINGS 10) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on the percentage of completed and accepted WORK. Bid Item Pay Unit Construction Surveying and Staking (Including As-Built Survey) LS 5. Bid Item 5: Traffic Control DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 4 a. No separate measurement for payment will be made for any labor, equipment, and materials required for this item. The lump sum price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Preparing, implementing, adjusting as necessary, and maintaining the CONTRACTOR's approved Traffic Control Plan 2) Updating and submitting traffic control plans, as necessary, according to city, county, and other applicable regulations 3) Preparing, implementing, maintaining, and adjusting, as necessary, pedestrian controls 4) Providing all other related and necessary labor, equipment, pavement markings, and materials to complete the WORK b. One third of the lump sum price for this item will be paid after twenty-five (25) percent of the original CONTRACT amount has been earned, the second third will be paid after fifty (50) percent of the original CONTRACT amount has been earned, and the final third upon final acceptance of the PROJECT. Bid Item Pay Unit Traffic Control LS 6. Bid Item 6: Water Control a. No separate measurement for payment will be made for any labor, equipment, and materials required for this item. The lump sum price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Preparing and submitting water control plan for review 2) Providing temporary power and sound proofing, as required 3) Evaluating, designing, constructing, maintaining, replacing, and monitoring dewatering measures 4) Modifying the approved and implemented water control plan as necessary 5) Furnishing and installing all materials, sediment basins, diversion measures, slope drains, check dams, pumps, dewater bags, earth embankments, sheet pile, wells, stream crossings or any other material necessary for water control 6) Obtaining all required permits 7) Monitoring, sampling and analysis, and preparing water quality reports, if required 8) Protecting WORK from groundwater, base flows, and storm events 9) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. One third of the lump sum price for this item will be paid after twenty-five (25) percent of the original CONTRACT amount has been earned, the second third after fifty (50) percent of the original DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 5 CONTRACT amount has been earned, and the final third will be paid upon final acceptance of the PROJECT. Bid Item Pay Unit Water Control LS 7. Bid Item 7: Project Sign a. The measurement for payment for this item will be on a per each basis placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by ENGINEER. The unit price will include all of CONTRACTOR's costs. This BID item includes: 1) Coordination with ENGINEER and OWNER regarding overall sign content, layout and placement 2) Submitting layout for review and approval prior to sign production 3) Furnishing, transporting, and installing all materials including sign, supports, bracing, and necessary hardware 4) Excavation and compaction 5) Removing sign after project close-out 6) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Project Sign EA 8. Bid Item 8: Facility Condition Survey and Vibration Monitoring a. No separate measurement for payment will be made for any labor, equipment, and materials required for this item. The lump sum price will include all of CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Evaluating the PROJECT’s proximity to residential structures and assessing all risk involved regarding potential damage to property, structures and homes from CONTRACTOR’s proposed construction operations, means and methods 2) Preparing and submitting a risk assessment report to OWNER for the OWNER’s review that documents the CONTRACTOR’s assessment and CONTRACTOR’s inventory of at-risk structures selected for a pre-construction structural survey of facilities 3) Contracting with qualified, independent consultants to perform pre-construction facility condition surveys to document, video, and /or photograph the pre-project condition of facilities DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 6 4) Contracting with qualified, independent consultants to perform follow-up facility condition surveys to document, video, and /or photograph the condition of facilities at any time necessary 5) Performing pre-construction facility surveys for the specified properties 6) Performing facility condition surveys for all additional property as deemed necessary by the CONTRACTOR 7) Preparing and submitting copies of all facility condition survey reports, files, photos and videos for all properties surveyed to the OWNER 8) Contracting with qualified, independent consultants to perform vibration monitoring at privately owned structures near the construction activities during the duration of the Project. a. Payment will be based on the percentage of completed and accepted WORK. Bid Item Pay Unit Facility Condition Survey and Vibration Monitoring LS 9. Bid Item 9: General BMP Maintenance a. The measurement for payment for this item will be the actual number of hours of equipment and labor required to maintain all BMPs in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by ENGINEER. Prior to performing maintenance on any BMP, the CONTRACTOR shall meet with the ENGINEER to determine what maintenance is required and to estimate the number of hours required to perform the maintenance. The unit price will include all of CONTRACTOR’S costs. This BID will include but is not limited to: 1) Furnishing and installing all materials required to maintain BMPs 2) Furnishing all labor and equipment required to maintain BMPs 3) Implementing and adjusting as necessary the approved Erosion and Sediment Control Plan in accordance with the DRAWINGS and SPECIFICATIONS 4) Performing sediment removal 5) Sweeping public right-of-way along the project limits and haul routes as necessary 6) Replacing BMPs if necessary 7) Inspecting and maintaining all erosion and sediment control measures and replacing as necessary 8) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit General BMP Maintenance HOUR DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 7 10. Bid Item 10: Concrete Washout Area a. The measurement for payment for this item will be per each concrete washout area placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Excavating pit, constructing berm, or utilizing an approved pan/tub concrete washout service 2) Providing and installing vehicle tracking control (crushed rock and riprap) 3) Providing and installing construction fence and sign 4) Removing concrete washout and concrete material, upon approval 5) Restoring area to pre-project or finished grades and conditions 6) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Concrete Washout Area EA 11. Bid Item 11: Inlet Protection a. The measurement for payment for these items will be per each inlet and outlet protection placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Providing and placing the approved inlet or outlet protection 2) Removing and restoring, upon approval 3) Restoring area to pre-project or finished grades and conditions 4) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Inlet Protection EA 12. Bid Item 12: Rock Sock / Curb Sock a. The measurement for payment for this item will be the actual number of linear feet of rock sock placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 8 1) Providing and placing rock sock with approved aggregate 2) Inspecting and adjusting rock sock daily 3) Removing and restoring, upon approval 4) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Rock Sock / Curb Sock EA 13. Bid Item 13: Street Maintenance a. The measurement for payment for this item will be on a lump sum basis for street maintained in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Daily sweeping and cleaning of roads and streets in the project area impacted by construction operation as shown in the DRAWINGS 2) Furnishing, transporting and storing any equipment necessary to complete WORK 3) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Fifty (50) percent of the lump sum price will be paid at the time of the first monthly progress payment; an additional thirty (30) percent will be paid when one-half the original CONTRACT amount is earned. The remaining twenty (20) percent will be paid upon final acceptance of the PROJECT. The total amount for mobilization will not exceed five (5) percent of the total BID. Bid Item Pay Unit Street Maintenance LS 14. Bid Item 14: Tree Protection, Fence a. The measurement for payment for this item will be the actual number of linear feet of tree protection fence placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Furnishing, installing, and adjusting all materials, including posts, rails, wire, fabric, concrete, and nails as shown on the DRAWINGS 2) Excavating, filling, and compacting 3) Providing all other related and necessary labor, equipment, and materials to complete the WORK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 9 b. Payment will be based on units completed and accepted. Bid Item Pay Unit Tree Protection, Fence LF 15. Bid Item 15: Remove Existing Asphalt/Temp. Trench Patch (Water Line) 16. Bid Item 16: Remove Existing Curb and Gutter 17. Bid Item 17: Remove Existing Sidewalk 18. Bid Item 18: Remove Existing Sidewalk Ramps/Curb Returns 19. Bid Item 19: Remove Existing Concrete Cross Pan 20. Bid Item 20: Remove Existing Manhole 21. Bid Item 21: Remove Existing Inlet 22. Bid Item 22: Remove Existing RCP (12”) a. The measurement for payment for this item will be lump sum, per each, linear feet, square yard, or cubic yard based on BID item and in accordance with the DRAWINGS and SPECIFICATIONS. No separate measurement for payment will be made for any labor, equipment, and materials required for this item. The unit price will include all of the CONTRACTOR's costs, which are not specifically measured and paid for under other BID items. This BID item includes, but is not limited to: 1) Removing, hauling, and disposing of structures and obstructions including, but not limited to, existing pipe, culverts, inlets, concrete, asphalt, and any structures and obstructions that interfere with the WORK 2) Backfilling and compacting after removal of structures and obstructions 3) Moisture conditioning of suitable backfill material 4) Restoring area, as required 5) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Remove Existing Asphalt SY Remove Existing Curb and Gutter LF Remove Existing Sidewalk SF Remove Existing Sidewalk Ramps SF Remove Existing Concrete Cross Pan SF DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 10 Bid Item Pay Unit Remove Concrete Toe Wall at Existing Headwall LS Remove Existing Manhole EA Remove Existing Inlet EA Remove Existing RCP (12”) LF 23. Bid Item 23: Abandon Existing Inlet and Plug Pipe 24. Bid Item 24: Plug and Abandon Existing 36” RCP 25. Bid Item 25: Plug and Abandon Existing 24” Clay Pipe a. The measurement for payment of this item will be per each abandon manhole or linear foot of pipe in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Excavating, backfilling, and compacting 2) Filling manhole, inlet or pipe with specified material 3) Installing bulkheads 4) Removing manhole barrel sections, cones or tops 5) Salvaging cones, tops, frames, grates, rings, and covers when directed by the ENGINEER and storing on the PROJECT site at a location approved by the ENGINEER 6) Loading salvaged materials for transport by others 7) Removing and disposing of debris 8) Providing all other related work and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Abandon Existing Inlet and Plug Pipe EA Plug and Abandon Existing 36” RCP LF Plug and Abandon Existing 24” Clay Pipe LF 26. Bid Item 26: Lower Existing 4-Inch DIP Water Line 27. Bid Item 27: Lower Existing 8-Inch DIP Water Line a. The measurement for payment of this item will be per actual number of linear feet of utility relocation in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 11 1) Excavating, exposing, and protecting all existing utilities in the PROJECT limits 2) Furnishing, transporting, and installing jointing materials, fittings, and related items as shown on DRAWINGS 3) Excavating, including exploratory excavation 4) Bedding and backfill, including furnishing, transporting, placing material, and compacting 5) Final testing as shown on DRAWINGS 6) Providing all other related work and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Lower Existing 4” DIP Water Line LF Lower Existing 8” DIP Water Line LF 28. Bid Item 28: Relocate Existing Water Service a. The measurement for payment for this item will be on a per each basis for the actual number of water services relocated in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by ENGINEER. The unit price will include all of CONTRACTOR's costs. This BID item includes: 1) Coordinating with property owner and local governing agency 2) Locating and protecting service line and other utilities 3) Excavating, backfilling and compacting 4) Supporting trenches, shoring, or sloping trench walls back if shoring is not used 5) Furnishing and placing required pipe bedding and backfill materials 6) Tapping or connecting to pipe, meters and structures 7) Furnishing, transporting, and installing all new pipe, valves, tubing, fittings or items not otherwise provided for elsewhere in the DRAWINGS and SPECIFICATIONS 8) Removing and re-installing meters and meter pits as necessary 9) Removing and disposing all existing pipe, tubing, fittings, and excess materials 10) Providing and maintaining a temporary all weather surface over trenches within City right-of- way until road reconstruction is complete; and removing and disposing all materials used for temporary all weather surface 11) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Relocate Existing Water Service EA DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 12 29. Bid Item 29: Clean Existing 48” Storm Sewer along Myrtle Street a. The measurement for payment for this item will be based on the actual number of linear feet of existing 48” storm sewer that is cleaned as measured along the centerline of the pipe from center of manhole to center of manhole. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Cleaning the existing storm sewer pipe of all debris. 2) Containing and removal of said debris from project site. 3) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be made based on length of 48” storm sewer cleaned as determined by the Engineer. Bid Item Pay Unit Clean Existing 48” Storm Sewer along Myrtle Street LF 30. Bid Item 30: Excavation, Muck, Replace with Approved Material a. The measurement for payment for this item will be the actual number of cubic yards of material removed beyond what is required for the construction of the improvements in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. Measurement will be based upon actual field measurements and calculated volumes (no allowance for shrinkage or swell). The unit price will include all of the CONTRACTOR’s costs. This BID item will be only at the direction of the ENGINEER. This BID item includes, but is not limited to: 1) Excavating, hauling, and disposing material off site 2) Replacing with approved material 3) Placing approved geotextile 4) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Excavation, Muck, Replace with Approved Material CY 31. Bid Item 31: Topsoil, Excavate, Stockpile, and Replace (6-Inches) a. The measurement for payment for this item will be the actual number of cubic yards of topsoil excavated, properly stockpiled, and replaced in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. No measurement of this item DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 13 will be made unless changes to the CONTRACT DOCUMENTS are made, in which case the ENGINEER will perform measurement of the modified volume. The quantity is based on the neat lines shown on the DRAWINGS and SPECIFICATIONS, and does not account for shrinkage or swell. No additional payment will be made for areas disturbed outside of construction limits or areas within construction limits that are not identified on the DRAWINGS and SPECIFICATIONS to be disturbed, unless approved by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Excavating topsoil and vegetation to required depths 2) Stockpiling and segregating upland and wetland soil in an upland area 3) Removing and properly disposing of wetland topsoil 4) Protecting stockpiles from erosion 5) Preparing subgrade 6) Replacing and moistening of topsoil in the designated areas to required depths 7) Providing all other related and necessary labor, equipment, and materials required to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Topsoil, Excavate, Stockpile, and Replace (6-Inches) CY 32. Bid Item 32: 6’ Diameter Manhole 33. Bid Item 33: 7’ Diameter Manhole a. The measurement for payment for this item will be per each manhole placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Furnishing, transporting, and installing all materials, including sheeting and/or bracing, bedding, concrete, reinforcing steel, precast bases, barrels, cones, and/or tops, grade rings, mortar, joint sealant, grout, manhole steps, ring and cover, and watertight manhole frame and bolted lid, where required 2) Constructing and shaping the base invert, including all pipe incorporated within the manhole 3) Constructing required stub-outs and connections, including pipe and plugs 4) Supporting trenches, shoring, or laying slopes back if shoring is not used 5) Placing ramneck between barrel sections DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 14 6) Furnishing, transporting, and installing concrete collars, including any required steel reinforcement Furnishing, transporting, and placing flowfill material 7) Interior and exterior water proofing 8) Excavating, backfilling, and compacting, including imported backfill material if no suitable onsite material is available 9) Removing and disposing debris, excess excavated materials, and damaged materials 10) Providing all other related work and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit 6’ Diameter Manhole 7’ Diameter Manhole EA EA 34. Bid Item 34: 18-Inch Class III Reinforced Concrete Pipe (RCP) 35. Bid Item 35: 24-Inch Class III Reinforced Concrete Pipe (RCP) 36. Bid Item 36: 36-Inch Class III Reinforced Concrete Pipe (RCP) 37. Bid Item 37: 48-Inch Class III Reinforced Concrete Pipe (RCP) 38. Bid Item 38: 48-Inch Class III RCP Fabricated Pipe Bend (450) a. The measurement for payment for this item will be the actual number of linear feet of pipe installed, complete in place, measured along the center line of the pipe from the inside face of one manhole to the inside face of another or to a given station, or from one given station to another given station. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Locating and protecting all existing utilities in and along the pipe length 2) Furnishing, transporting, and installing all pipes, special fittings, jointing materials, and materials not otherwise provided for elsewhere in the DRAWINGS and SPECIFICATIONS 3) Adjusting location of existing small utilities and valves 4) Tapping and/or connecting to pipes or structures 5) Furnishing, transporting, and placing flowfill material 6) Constructing the specific bedding, including the furnishing, placing, and compacting of sand, gravel, and rock 7) Furnishing and installing protective coatings or wrapping pipe encasements per manufacturer's specifications 8) Excavating, backfilling, including furnishing, transporting, and placing material and compacting 9) Furnishing and installing tracer wire or location tape 10) Supporting trenches, shoring, or laying slopes back if shoring is not used DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 15 11) Protecting aboveground and underground utilities and service connections 12) Removing and disposing debris, excess excavated materials including excavated rock, and damaged materials 13) Disposing of debris, pipe, and damaged materials 14) Furnishing and installing drainage fabric between pipe bedding and trench backfill. 15) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit 18-Inch Class III Reinforced Concrete Pipe (RCP) 24-Inch Class III Reinforced Concrete Pipe (RCP) 36-Inch Class III Reinforced Concrete Pipe (RCP) 48-Inch Class III Reinforced Concrete Pipe (RCP) 48-Inch Class III RCP Fabricated Pipe Bend (450 ) LF LF LF LF LF 39. Bid Item 39: 5-Ft Type R Inlet 40. Bid Item 40: 10-Ft Type R Inlet 41. Bid Item 41: 15-Ft Type R Inlet 42. Bid Item 42: Dbl. No. 16 Combination Inlet a. The measurement for payment for this item will be per each storm inlet placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Excavating, backfilling, and compacting; including imported backfill material if no suitable onsite material is available 2) Supporting trenches, shoring, or sloping trench walls back if shoring is not used 3) Protecting adjacent structures and property 4) Furnishing, transporting, and installing all materials, including precast structures, concrete, reinforcing steel, mortar and grout, grate, frame and curb box or open throat box, flowable fill, and any necessary connections 5) Constructing and shaping the base invert including finishing 6) Constructing intermediate wall(s) in all Type R inlets greater than fifteen (15) feet long 7) Constructing required stub-outs and making connections including pipe and plugs DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 16 8) Disposing of material, excavating, backfilling, and compacting, including imported backfill material if no suitable onsite material is available 9) Removing and replacing pavement, base course, subbase material, sod, and other surfacing material outside of the prescribed trench width that is not paid for under another BID ITEM 10) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit 5-Ft Type R Inlet 10-Ft Type R Inlet 15-Ft Type R Inlet Dbl. No. 16 Combination Inlet EA EA EA EA 43. Bid Item 43: Install Concrete Curb and Gutter a. The measurement for payment for this item will be the actual number of linear feet of concrete curb and gutter with pan placed as measured along the flow line in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. No measurement for payment will be made for curb and gutter replaced outside of that specified on the DRAWINGS and SPECIFICATIONS or for driveway radius returns, vehicle access ramps, and pedestrian ramps. No measurement for payment will be made for replacement of materials damaged by the CONTRACTOR's operations. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Sawcutting, removing, and disposing all damaged and broken concrete, gravel, or other surface debris 2) Disposing of material, excavating, backfilling, and compacting, including imported backfill material if no suitable onsite material is available 3) Furnishing, forming, and placing concrete 4) Furnishing and applying curing compounds 5) Furnishing colored concrete as shown on DRAWINGS 6) Furnishing fiber mesh reinforcement as shown on DRAWINGS 7) Finishing and edging concrete surfaces 8) Sawing or tooling joints 9) Furnishing and installing steel reinforcement as shown on DRAWINGS 10) Furnishing and installing cold joint material and dowels 11) Providing hot and cold protection 12) Furnishing and compacting all material required for a stable subbase, including bedding as shown on DRAWINGS DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 17 13) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Install Concrete Curb and Gutter LF 44. Bid Item 44: Install Concrete Sidewalk a. The measurement for payment for this item will be the actual number of square yards of concrete placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Sawcutting, removing, and disposing all damaged and broken concrete, gravel, or other surface debris 2) Furnishing, forming and placing concrete, including coloring and fibermesh and materials not otherwise provided for elsewhere in the DRAWINGS and SPECIFICATIONS 3) Furnishing and installing expansion joints 4) Furnishing and applying the curing compounds 5) Furnishing and placing reinforcing steel 6) Furnishing, forming, and placing concrete thickened edge 7) Providing hot and cold protection 8) Sawcutting control joints, as required 9) Finishing and edging the concrete surface 10) Furnishing and compacting all material required for a stable subbase, including bedding, if required 11) Excavating, backfilling and compacting adjacent to trail or structure 12) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Install Concrete Sidewalk SF 45. Bid Item 45: Install Concrete Cross Pan 46. Bid Item 46: Install Concrete Ramps/Curb Returns a. The measurement for payment for this item will be the actual number of square yards of concrete placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 18 1) Sawcutting, removing and disposing all damaged and broken concrete, gravel, or other surface debris 2) Furnishing, forming and placing concrete, including coloring and fibermesh and materials not otherwise provided for elsewhere in the DRAWINGS and SPECIFICATIONS 3) Furnishing and installing expansion joints 4) Furnishing and applying the curing compounds 5) Furnishing, forming, and placing concrete thickened edge 6) Providing hot and cold protection 7) Sawcutting control joints, as required 8) Finishing and edging the concrete surface 9) Furnishing and compacting all material required for a stable subbase, including bedding, if required 10) Excavating, backfilling and compacting adjacent to trail or structure 11) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Install Concrete Cross Pan Install Concrete Ramps SF SF 47. Bid Item 47: Flow Fill Trench Cut-Off a. The measurement for payment for this item will be the actual number of cubic yards of controlled low strength material or grout placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Furnishing, forming, and placing material 2) Furnishing and applying curing compounds 3) Mixing and placing the grout or controlled low strength material per manufacturer's specifications 4) Preparing surface and furnishing and placing reinforcing steel, as necessary 5) Furnishing and installing bonding adhesive 6) Field testing 7) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Flow Fill Trench Cut-Off CY DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 19 48. Bid Item 48: Asphalt Patching (5-Inch Asphalt on 6-Inch ABC) a. The measurement for payment for this item will be the actual number of square yards of asphalt placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Furnishing, placing, and compacting material 2) Aggregate, asphalt cement, asphalt recycling agent, additives, and cores 3) Excavating and forming 4) Furnishing and compacting all materials required for a stable subbase 5) Reconditioning, proof rolling, and tack coating of areas to be patched 6) Backfilling and compacting 7) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Asphalt Patching (5-Inch Asphalt on 6-Inch ABC) SY 49. Bid Item 49: Asphalt Overlay (2-Inch) a. The measurement for payment for this item will be the actual number of square yards of asphalt overlay placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Furnishing, placing, and compacting material 2) Roto milling and removing 2-inches of existing asphalt where required. 3) Reconditioning, proof rolling, and tack coating of areas to be overlaid. 4) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Asphalt Overlay (2-Inch) SY 50. Bid Item 50: Remove, Stockpile, and Replace Existing Block Wall at Southeast Corner of Mulberry and Cowan DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 20 a. The measurement for payment for this item will be the actual number of linear feet of existing block wall removed and replaced in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Excavating and removing material 2) Storing and protecting existing wall blocks from damage 3) Backfilling and compacting 4) Preparing/stabilizing foundation 5) Furnishing, handling, stockpiling, geogrid, and replacing existing blocks and top caps to match the existing wall prior to removal. 6) Disposing of rejected materials 7) Placing granular rock backdrain material 8) Placing clay soil over granular rock backdrain material 9) Providing all other related work and necessary labor equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Remove, Stockpile, and Replace Existing Block Wall at Southeast Corner of Mulberry and Cowan LF 51. Bid Item 51: Soil Preparation and Fine Grading a. The measurement for payment for this item will be the actual number of square feet of soil preparation and fine grading completed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. Measurement will be based upon scaled dimensions in square feet of soil preparation and final grading, as defined on the DRAWINGS and SPECIFICATIONS. No payment will be made for soil preparation and fine grading outside of the limits of construction shown on the DRAWINGS and SPECIFICATIONS or for WORK required to repair damage done by the CONTRACTOR's operations. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Fine grading 2) Shaping and filling 3) Spreading 4) Tilling 5) Adding soil amendments 6) Providing all other related and necessary labor, equipment, and materials required to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 21 Soil Preparation and Fine Grading SF 52. Bid Item 52: Turf Sod a. The measurement for payment for this item will be the actual number of square feet of turf sod placed in accordance with the DRAWINGS and SPECIFICATIONS or as otherwise directed by the ENGINEER. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Furnishing and installing sod and staples as shown on the DRAWINGS 2) Preparing subgrade 3) Spraying or mowing for weed control 4) Spraying for insect and disease control 5) Installing temporary fence and barriers as shown on the DRAWINGS 6) Watering during construction period and maintenance periods, as specified 7) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on units completed and accepted. Bid Item Pay Unit Turf Sod SF 53. Bid Item 53: Utility Coordination a. The measurement for payment for this item will be per lump sum for all coordination pertaining to existing utilities. The unit price will include all of the CONTRACTOR's costs. This BID item includes, but is not limited to: 1) Coordinating with the utility owner as necessary to complete supporting, protecting removing and relocating of utilities 2) Obtaining all required permits and paying associated fees 3) Removing, supporting, relocating and replacing existing facilities, as required 4) Scheduling all WORK 5) Providing all other related and necessary labor, equipment, and materials to complete the WORK b. Payment will be based on the percentage of completed and accepted WORK. Bid Item Pay Unit DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 29 00 - 22 Utility Coordination LS PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 31 19 - 1 SECTION 01 31 19 PROJECT MEETINGS PART 1 GENERAL 1.01 SECTION INCLUDES A. This section covers the requirements for attendance at meetings needed for coordination of the PROJECT. 1.02 PRECONSTRUCTION CONFERENCE A. A Preconstruction Conference will be held after NOTICE OF AWARD and before the NOTICE TO PROCEED; the date, time, and location will be determined after NOTICE OF AWARD. B. The conference shall be attended by: 1. CONTRACTOR and CONTRACTOR’s Superintendent. 2. CONTRACTOR’s SUBCONTRACTORS. 3. ENGINEER. 4. OWNER. 5. Affected Utility Companies. 6. Others as requested by CONTRACTOR, OWNER, or ENGINEER. 7. Local Government Representative. C. Unless previously submitted to OWNER, CONTRACTOR shall bring the construction schedule, SHOP DRAWINGS, and other submittals required by the CONTRACT DOCUMENTS. D. The purpose of the Preconstruction Conference is to designate responsible personnel and establish working relationships. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include, but not be limited to, discussion on: 1. CONTRACTOR’s schedule. 2. Permit applications, including but not limited to, 401 Permit, Erosion and Sediment Control Plan, Erosion and Sediment Control Permit, Traffic Control Plan, Traffic Control Permit, and Groundwater Discharge Permit. 3. Status of Bonds, insurance, and CONTRACT DOCUMENTS. 4. Transmittal, review, and distribution of CONTRACTOR’s submittals. 5. Processing applications for payment. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 31 19 - 2 6. Maintaining record documents. 7. Critical work sequencing. 8. Public Notice Process. 9. Utility Coordination and Schedule Impacts. 10. Suppliers and Subcontractors. 11. Surveying. 12. Material Testing. 13. Personnel Responsibilities and Communications. 14. Initial Traffic Control Plans. 15. Storm Water Management Plan (SWMP). 16. FIELD ORDERS and CHANGE ORDERS. 17. Use of premises, office and storage areas, staging area, security, housekeeping, and OWNER’s needs. 18. Major product delivery and priorities. 19. CONTRACTOR’s safety and first aid plan and representative. 1.03 CONSTRUCTION PROGRESS MEETINGS A. Progress meetings will be conducted weekly or at some other frequency, as determined by ENGINEER. These meetings shall be attended by OWNER, ENGINEER, Local Government Representatives, CONTRACTOR’s representative and any others invited by these people. B. ENGINEER will conduct the meeting and arrange for keeping the minutes and distributing the minutes to all persons in attendance. C. The agenda will include discussion on construction progress, schedule updates, the status of submittal reviews, the status of requests for information, critical work sequencing, review of strategies for connections into existing facilities, status of FIELD ORDERS and CHANGE ORDERS, and any general business. 1.04 OTHER MEETINGS A. In accordance with CONTRACT DOCUMENTS and as may be required by OWNER or ENGINEER. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 32 00 - 1 SECTION 01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 GENERAL 1.01 SECTION INCLUDES A. This section covers the requirements for establishing and updating construction schedule(s) for the PROJECT. 1.02 SUBMITTALS A. CONTRACTOR shall prepare a detailed construction schedule in a graphic format suitable for displaying scheduled, and submit four (4) copies of each schedule to ENGINEER at the Preconstruction Conference for review and comment. ENGINEER will return one copy to CONTRACTOR with revisions suggested or necessary for coordination of the WORK. 1.03 FORMAT A. The construction schedule shall show the complete WORK sequence by activity and location; the dates for the beginning and completion of major task items; and the projected percentage of completion for each item as of the first day of the month. At a minimum, the following items shall be shown separately: 1. Show project-specific items including, but not limited to: a. Mobilization. b. Clearing and Grubbing. c. Topsoil Removal, Stockpiling, and Replacement. d. Major Grading by Station. e. Outfall. f. Riprap. g. Storm Sewer Work. h. Utility Work (by CONTRACTOR and others). i. Curb and Gutter, Sidewalk. j. Asphalt Pavement. k. Landscape and Irrigation. B. CONTRACTOR may be required to include a critical path schedule for SHOP DRAWINGS, tests, and other submittal requirements for equipment and materials and show the delivery status of critical and major items of equipment and materials. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 32 00 - 2 1.04 UPDATES A. Construction Schedule Revisions: 1. CONTRACTOR shall submit a revised construction schedule when changes occur, when requested by OWNER or ENGINEER, and with each application for partial payment. The revised construction schedule shall show changes that occurred since the previous submission, including the actual progress of each item to date, and revised projections of progress and completion. 2. CONTRACTOR shall provide a narrative report, as needed or as requested by OWNER or ENGINEER, to define anticipated problems and their effects on the schedule, recommended corrective actions, and the effect of changes on schedules of others. B. ENGINEER’s Responsibility: 1. ENGINEER’s review is only for the purpose of checking conformity with the CONTRACT DOCUMENTS. 2. ENGINEER’s review does not relieve CONTRACTOR from any responsibility to determine the means, methods, techniques, sequences and procedures of construction as provided in the CONTRACT DOCUMENTS. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 32 13 - 1 SECTION 01 32 13 SCHEDULING OF WORK PART 1 GENERAL 1.01 SECTION INCLUDES A. Section covers scheduling of work activities including: 1. Other work at site. 2. Working hours. 3. Change of CONTRACT TIMES. 4. Liquidated damages. 5. Suspension of WORK and delays. 6. No damages for delays. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS, which may be related to this section: 1. Section 01 11 00, Summary of Work. 2. Section 01 35 13, Special Project Procedures. 3. Section 01 18 00, Project Utilities 4. Section 01 66 00, Product Delivery, Storage and Handeling 5. Section 01 13 00, Site Conditions. 6. Section 01 14 19, Use of Site. 7. Section 01 26 00, Contract Modification Procedures. 8. Section 01 57 19, Temporary Environmental Controls PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.01 OTHER WORK AT SITE A. OWNER reserves the right to award other contracts in connection with this PROJECT. CONTRACTOR shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate all WORK. If the proper execution or results of any part of CONTRACTOR’s WORK depends upon work of any other contractor, DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 32 13 - 2 CONTRACTOR shall inspect and promptly report to ENGINEER any defects in such WORK that render it unsuitable for such proper execution and results. B. If the performance of additional work by other contractors is not noted in CONTRACT DOCUMENTS prior to the execution of CONTRACT, WRITTEN NOTICE thereof will be given to CONTRACTOR prior to starting any such additional WORK. If CONTRACTOR believes that the performance of such additional work by others involves CONTRACTOR in additional expense or entitles CONTRACTOR to an extension of the CONTRACT TIME, CONTRACTOR may make a claim therefore as provided in Section 01 26 00, Contract Modification Procedures. 3.02 WORKING HOURS A. WORK shall normally not be done on Saturdays, Sundays, observed holidays, or outside of the daytime working hours of 7:00 a.m. to 5:00 p.m. except for such WORK as may be necessary for proper care, maintenance, and protection of WORK already done, or in cases where the WORK would be endangered or if hazards to life or property would result. If CONTRACTOR believes it necessary to work on Saturdays, Sundays, holidays, or at night, CONTRACTOR shall make prior arrangements with OWNER or ENGINEER and receive written approval at least forty-eight (48) hours before such WORK period so that proper inspection and engineering services can be provided. Such approval may be revoked by ENGINEER if CONTRACTOR fails to maintain adequate equipment and lighting at night for the proper prosecution, control, and inspection of the WORK. If WORK is done without Engineer’s prior approval and, as a result, ENGINEER had not assigned inspectors to the WORK, the WORK done during these periods of time may be declared defective, solely on the grounds that it was not properly inspected. Such adjustments shall be made only at the direction of ENGINEER. B. Any WORK performed on a Saturday, Sunday, holiday, or at night shall be at CONTRACTOR’s risk in terms of extra work or unforeseen conditions. 3.03 CHANGE OF CONTRACT TIMES A. The date of beginning and the time for completion of the WORK are essential conditions of the CONTRACT DOCUMENTS and the WORK embraced shall commence on date specified in the NOTICE TO PROCEED. Copies of these easements and access permits are available to CONTRACTOR upon request to OWNER. B. CONTRACTOR shall proceed with the WORK at such rate of progress to ensure full completion within the CONTRACT TIME. It is expressly understood and agreed, by and between CONTRACTOR and OWNER, that the CONTRACT TIME for the completion of the WORK described herein is a reasonable time, taking into consideration the climatic and economic conditions and other factors prevailing in the locality of the WORK. C. Changed conditions and CHANGE ORDERS, abnormal or unusual weather conditions, labor strikes, and delays caused by various governmental activities, or as defined below, may be the basis for extending the period for performance. Because these various reasons for delay can have cumulative effect or actually have no effect, CONTRACTOR shall request, in writing on a monthly basis, time extensions and DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 32 13 - 3 discuss these requests with ENGINEER to determine whether or not a time extension can be recommended. Should a time extension be granted by OWNER, a CHANGE ORDER, signed by OWNER, will be issued to indicate the new date for completion. 3.04 LIQUIDATED DAMAGES A. Breakdowns in equipment or lack of performance by CONTRACTOR will not be considered to be justification for an extension of time. Liquidated damages will be assessed as delineated in the BID and as explained in Section 00 _ _ __, General Conditions, Article 21, Liquidated Damages. B. If CONTRACTOR fails to complete all the WORK as shown on the CONTRACT DOCUMENTS within the CONTRACT TIME, or extension of time granted by OWNER, then CONTRACTOR shall pay to OWNER the amount for liquidated damages as specified in the AGREEMENT for each calendar day that CONTRACTOR is in default after the time stipulated in the CONTRACT DOCUMENTS. C. CONTRACTOR shall not be charged with liquidated damages or any excess cost when the delay in completion of the WORK is because of the following items, provided CONTRACTOR has promptly given WRITTEN NOTICE of such delay to OWNER or ENGINEER: 1. Any preference, priority or allocation order duly issued by OWNER. 2. Unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including but not restricted to, acts of God, or of the public enemy, acts of OWNER, acts of another CONTRACTOR in the performance of a contract with OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as provided above; and 3. Any delays of SUBCONTRACTOR(s) occasioned by any of the causes specified in paragraphs above. 3.05 SUSPENSION OF WORK AND DELAYS A. CONTRACTOR agrees that OWNER may suspend the WORK, or any part of the WORK, without invalidating the CONTRACT. Under no circumstance will a suspension absolve CONTRACTOR or CONTRACTOR’s sureties of the duties and responsibilities guaranteed under the BOND(s). Any order of suspension must be signed by OWNER. If CONTRACTOR fails to complete all the WORK as shown on the CONTRACT DOCUMENTS within the CONTRACT TIME, or extension of time granted by OWNER, then CONTRACTOR shall pay to OWNER the amount for liquidated damages as specified in the AGREEMENT for each calendar day that CONTRACTOR is in default after the time stipulated in the CONTRACT DOCUMENTS. B. The WORK, or any part of the WORK, may be suspended for the convenience of OWNER, or in response to an order of a state or federal court, or on the grounds that CONTRACTOR is in default of any of the CONTRACT conditions. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 32 13 - 4 1. Suspension of the WORK for OWNER’s Convenience: Upon decision to suspend the WORK or any part of the WORK for OWNER’s convenience, the order of suspension will extend the CONTRACT TIME for the number of days of such suspension, but not to exceed ninety (90) days, if all WORK is suspended. If the suspension applies to only a part of the WORK, a time extension will not be authorized until that part of WORK has resumed and the partial suspension’s effect on the entire CONTRACT can be evaluated. In all cases of suspension for OWNER’s convenience, the costs to CONTRACTOR will be determined on the basis of a cost adjustment but with no credit given CONTRACTOR for anticipated profits. Upon receiving an order of such suspension, CONTRACTOR shall immediately begin to perform in a manner designed to reduce to a minimum the costs of protecting the WORK and maintaining it in a condition that shall permit its resumption for the least possible start-up cost. 2. Suspension Because of Order of State or Federal Court: The order of suspension will identify the court order that caused the suspension and will extend the CONTRACT by the amount of time specified by the court order. If the court order causes suspension for an indefinite period of time and as a result, a time extension cannot be established, the order of suspension will also be for an indefinite period of time. In these circumstances, CONTRACTOR shall proceed in the manner required by an order to suspend WORK for OWNER’s convenience. 3. Suspension or Delay Because of Archaeological, Paleontological, and Historical Discoveries: CONTRACTOR shall immediately inform ENGINEER and OWNER of any evidence that may suggest that archaeological, paleontological, or historical materials may be present in the WORK area. ENGINEER and/or OWNER will, in turn, immediately notify the State of Colorado Historic Preservation Officer. a. Upon making such a discovery, CONTRACTOR shall do whatever is necessary to avoid disturbing that part of the WORK area and to preserve the discovery site. This may require that CONTRACTOR’s activities be redirected or stopped completely until a determination of the significance of the discovery is made and how WORK is to proceed. b. If, as a result of CONTRACTOR’s efforts to preserve the potential discovery site, CONTRACTOR’s activities are delayed or suspended for longer than eight (8) normal working-time hours, CONTRACTOR shall begin to prepare accounting information to support an adjustment to the CONTRACT PRICE or CONTRACT TIME, or both. 4. Suspension Resulting from CONTRACTOR’s Failure of Performance: If an order of suspension results from CONTRACTOR being in default of provisions of the CONTRACT, the order will identify the reason, or reasons, for the order. In this circumstance, CONTRACTOR will not be authorized a time extension and costs to CONTRACTOR resulting from such an order of suspension will not be reimbursed by OWNER. An order of suspension issued under these circumstances will remain in effect until CONTRACTOR has acted to remove the grounds for the suspension. CONTRACTOR, during the time of suspension, is responsible for maintenance and safety of the PROJECT site. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 32 13 - 5 3.06 NO DAMAGE FOR DELAY A. CONTRACTOR agrees to make no claim for monetary compensation for delay in the performance of this WORK, except if such delay is caused in whole, or in part, by acts or omissions within the control of OWNER or persons acting on behalf of OWNER. If no claim for monetary damages is permitted under this paragraph, CONTRACTOR agrees that any other claim submitted to OWNER for delay shall be fully compensated for by an extension of time to complete performance of the WORK as specified in Article 19, Change of Contract Times. B. If, as a result of delay, CONTRACTOR wishes to make a claim for either monetary compensation or an extension of time, CONTRACTOR shall submit that claim to OWNER in writing within thirty (30) days of the occurrence of the incident which CONTRACTOR believes entitled CONTRACTOR to that monetary compensation or extension of time. If CONTRACTOR fails to make the claim within the time provided, CONTRACTOR will be deemed to have waived that claim. C. For purposes of this section, the words “persons acting on behalf of OWNER” do not include utility companies, including but not limited to, companies associated in with telephone, telegraph, gas, electricity, water, sewer, and cable television. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 32 13 - 6 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 33 00 - 1 SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. Where required by the SPECIFICATIONS, CONTRACTOR shall submit descriptive information that will enable ENGINEER to determine whether CONTRACTOR’s proposed materials, equipment, and WORK methods are in general conformance to the design concept and in accordance with the DRAWINGS and SPECIFICATIONS. The information submitted may consist of drawings, specifications, descriptive data, certificates, samples, test results, product data, and such other information, all as specifically required in the DRAWINGS and SPECIFICATIONS. In some instances, specified submittal information describes some, but not all features of the material, equipment, or WORK method. 1.02 PROCEDURES A. Direct all submittals to ENGINEER unless specified otherwise. B. Transmittal of Submittal: 1. CONTRACTOR shall be responsible for the accuracy and completeness of the information contained in each submittal and shall ensure that the material, equipment, or WORK method shall be as described in the submittal. a. CONTRACTOR shall verify that all features of all products conform to the requirements of the DRAWINGS and SPECIFICATIONS. b. CONTRACTOR shall ensure that there is no conflict with other submittals and notify ENGINEER in each case where its submittal may affect the work of OWNER or others. c. CONTRACTOR shall ensure coordination of submittals among the SUBCONTRACTOR(s). 2. Unless a different number is called for in the individual SPECIFICATION sections, six (6) copies of each submittal are required. a. Four (4) will be retained by ENGINEER. b. CONTRACTOR will receive two (2) copies in return. c. Faxed submittals will not be accepted. 3. CONTRACTOR shall complete, sign, and transmit with each submittal package, one Transmittal of CONTRACTOR’s Submittal form in format approved by ENGINEER. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 33 00 - 2 4. Submittal Identification shall include the following: a. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. b. Original submittal numbers shall have the following format: “XXX-Y;” where “XXX” is the originally assigned submittal number and “Y” is a sequential letter assigned for resubmittals (for example, A, B, or C being the first, second, and third resubmittals, respectively). Submittal 25B, for example, is the second resubmittal of Submittal 25. c. SPECIFICATION section and paragraph to which submittal applies. d. PROJECT name and PROJECT number, and references to applicable DRAWINGS and SPECIFICATIONS. e. Date of transmittal. f. Names of CONTRACTOR, SUBCONTRACTOR, or supplier, and manufacturer as appropriate. 5. If CONTRACTOR proposes to provide materials, equipments, or WORK methods that deviate from the DRAWINGS and SPECIFICATIONS, it shall be indicated under “deviations” on the transmittal form accompanying the submittal copies. C. Format: 1. Submittals regarding material and equipment shall be presented directly to ENGINEER and be accompanied by a transmittal form. a. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate SPECIFICATIONS for which the submittal is required. b. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer’s package or are so functionally related that expediency indicates checking or review of the group or package as a whole. 2. Submittals that are related to or affect each other shall be forwarded simultaneously as a package to facilitate coordinated review. Uncoordinated submittals will be rejected. 3. Any comments by CONTRACTOR shall be duplicated on all copies submitted. 4. When catalog pages are submitted, applicable items must be clearly identified. 5. Submittals that do not have all the information required, including deviations, are not acceptable and will be returned without review. D. Timelines: Schedule and submit in accordance with the Construction Schedule, and requirements of individual SPECIFICATION sections. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 33 00 - 3 E. Resubmittals: Clearly identify each correction or change made. F. Review Procedure: 1. Submittals are required for those materials, equipment, and WORK methods that can be selected based on CONTRACTOR’s judgment of their conformance to the DRAWINGS and SPECIFICATIONS. a. Other materials, equipment, and WORK methods are specified in a manner that enables CONTRACTOR to determine acceptable options without submittals. 2. The review procedure is based on CONTRACTOR’s guarantee that all materials, equipment, and WORK methods not requiring submittals conform to the DRAWINGS and SPECIFICATIONS. 3. Review will not extend to means, methods, techniques, sequences, or procedures of construction or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where specifically indicated or required by the DRAWINGS and SPECIFICATIONS) of separate items, and as such, will not indicate approval of the assembly in which the item functions. 4. ENGINEER will review submittals for overall design intent and returned to CONTRACTOR with suggested or necessary revisions. 5. Deviations from CONTRACT requirements: a. Deviations from CONTRACT requirements will be reviewed by ENGINEER. b. CONTRACTOR shall describe such variations in writing, separate from the appropriate submittal at time of submission. c. If ENGINEER approves any such variations, an appropriate CONTRACT MODIFICATION may be issued unless the variation is minor and does not involve a change in price or in time of performance. 6. If the items or system proposed are acceptable, but the major part of the individual drawings or documents are incomplete or require revision, the submittal will be returned with requirements for completion. 7. The right is reserved for ENGINEER to require submittals in addition to those called for in individual SPECIFICATION sections. 8. The returned submittal will indicate one of the following: a. If the review determines that the material, equipment, or WORK method complies with the DRAWINGS and SPECIFICATIONS, submittal copies will be marked “NO EXCEPTIONS TAKEN.” In this event, CONTRACTOR may begin to implement the WORK method or incorporate the material or equipment covered by the submittal. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 33 00 - 4 b. If the review determines limited corrections are required, copies will be marked “FURNISH AS NOTED.” CONTRACTOR may begin implementing the WORK method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in Operation and Maintenance data, a corrected copy shall be provided. c. If the review indicates that the submittal is insufficient or contains incorrect data, copies will be marked “REVISE AND RESUBMIT.” Except at its own risk, CONTRACTOR shall not undertake WORK covered by this submittal until it has been revised, resubmitted, and returned marked either “NO EXCEPTIONS TAKEN” or “FURNISH AS NOTED.” d. If the review indicates that the material, equipment, or WORK method does not comply with the SPECIFICATIONS, copies of the submittal will be marked “REJECTED.” Submittals with deviations that have not been identified clearly may be rejected. Except at its own risk, CONTRACTOR shall not undertake the WORK covered by such submittals until a new submittal is made and returned marked either “NO EXCEPTIONS TAKEN” or “FURNISH AS NOTED.” 9. It shall be CONTRACTOR’s responsibility to ensure that required items are corrected and resubmitted. Any WORK done before approval shall be at CONTRACTOR’s own risk. 10. Processing Time: Unless otherwise specified, ENGINEER will review the submittal and return copies with comments/required actions within fourteen (14) calendar days after receipt of the submittal. G. Certificates: For those items called for in individual SPECIFICATION sections, CONTRACTOR shall furnish six (6) certificates of compliance from manufacturers or suppliers certifying that materials or equipment being furnished comply with the requirements of these DRAWINGS and SPECIFICATIONS. H. Samples: Unless a different number is called for in the individual SPECIFICATION sections, six (6) copies of each are required; four (4) of which will be retained by ENGINEER. CONTRACTOR will receive two (2) copies in return. Samples shall be sufficient in size to clearly illustrate functional characteristics and full range of color, texture, and pattern. I. Effect of Review of CONTRACTOR’s Submittals: 1. Review of SHOP DRAWINGS, data, WORK methods, or information regarding materials or equipment CONTRACTOR proposes to provide shall not relieve CONTRACTOR of the responsibility for errors therein and will not be regarded as an assumption of risks or liability by ENGINEER or OWNER, or by any officer or employee thereof; and CONTRACTOR shall have no claim under the CONTRACT on account of the failure or partial failure of the WORK methods, materials, or equipment so reviewed. 2. A mark of “NO EXCEPTIONS TAKEN” or “FURNISH AS NOTED” will mean that OWNER has no objection to CONTRACTOR, upon its own DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 33 00 - 5 responsibility, using the WORK method proposed, or providing the materials or equipment proposed. 1.03 SHOP DRAWINGS A. CONTRACTOR shall coordinate all SHOP DRAWINGS as defined in Section 00 72 00, General Conditions, Subsection 03 and review them for legibility, accuracy, completeness, and compliance with CONTRACT requirements and shall indicate this approval thereon as evidence of such coordination and review. 1. SHOP DRAWINGS submitted to ENGINEER without evidence of CONTRACTOR’s approval will be returned for resubmission. B. CONTRACTOR shall stamp approval on SHOP DRAWINGS prior to submission to ENGINEER as an indication that dimensions and coordination with interrelated items have been checked and verified. Stamp shall read: 1. “(CONTRACTOR’s Name) represents that we have determined and verified all field dimensions and measurements, field construction criteria, materials, catalog numbers and similar data, and that we have checked with the requirements of the DRAWINGS and SPECIFICATIONS, the CONTRACT DOCUMENTS, and GENERAL CONDITIONS.” C. CONTRACTOR’s comments on SHOP DRAWINGS shall not be in red ink. D. Should CONTRACTOR propose any item on the SHOP DRAWINGS or incorporate an item into the WORK which subsequently proves to be defective or otherwise unsatisfactory, (regardless of ENGINEER’s preliminary review) CONTRACTOR shall, at CONTRACTOR’s own expense, replace the item with another item that will perform satisfactorily. 1.04 PROJECT SITE LAYOUT A. In accordance with Section 01 71 13, Mobilization, CONTRACTOR shall submit within seven (7) days after the effective date of the NOTICE TO PROCEED, a layout of the PROJECT site including fences, roads, parking, buildings, storage areas, drainage plans, temporary building layouts, and temporary utility locations. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 33 00 - 6 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 35 13 - 1 SECTION 01 35 13 SPECIAL PROJECT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. The Engineer for this Project is ICON Engineering, Inc. B. CONTRACTOR’S Liability Insurance will also include City of Fort Collins, ICON Engineering, Inc., Mott Macdonald, LITHOS Engineering, DHM Design, King Surveyors and ERO Resources Corp. as additional insured. C. Indemnification: The City of Fort Collins, ICON Engineering, Inc., Mott Macdonald, LITHOS Engineering, DHM Design, King Surveyors and ERO Resources Corp. shall also be indemnified and held harmless. D. The City of Fort Collings Project Manager is Jason Stutzman. E. Potential construction staging areas that are located within property owned by the City have been identified for this PROJECT and shown on the DRAWINGS. CONTRACTOR shall determine the final locations and sizes of staging areas prior to construction. All staging areas along the storm sewer construction in Cowan Street and Myrtle Street shall be within City R-O-W. The CONTRACTOR shall be responsible for securing staging areas and properly storing all construction materials. If the CONTRACTOR determines that additional staging areas are needed that are not located on City property or easement, staging area agreements with private property owners shall be made in writing and documentation furnished to OWNERS prior to construction. OWNER shall approve all staging area limits prior to construction. F. All construction staking shall be provided by the CONTRACTOR. It is the CONTRACTOR’s responsibility to maintain these stakes. Survey control for the construction staking has been provided on the DRAWINGS. G. Representatives of OWNER, City of Fort Collins, State of Colorado, and Applicable Federal Agencies may inspect the PROJECT at any time. H. CONTRACTOR shall forward the following submittals to OWNER for review and acceptance prior to any construction: 1. A detailed construction schedule as specified in DIVISION 01: GENERAL REQUIREMENTS, Section 01 32 00, Construction Progress Documentation is to be submitted at the pre-construction conference. 2. A Water Control Plan, if required, submitted at the pre-construction conference 3. Certificates of Insurance of the types and limits as specified in GENERAL CONDITIONS, Article 15, provided prior to start of WORK. 4. Executed “Letter of Damage Guarantee.” DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 35 13 - 2 5. PERFORMANCE and PAYMENT BONDS, provided within ten (10) days after receipt of NOTICE OF AWARD. 6. All materials submittals, including reinforced concrete pipe, manholes, inlets, pipe bedding, hot bituminous pavement, concrete, grout, seeding and mulch, and any other materials to be used in the construction. The cost of the submittals will not be measured and paid for separately but will be included in the cost of the WORK. 7. A Traffic Control Plan for work in Mulberry St, Cowan St, Myrtle St and Riverside Ave. The plan will have to be submitted, reviewed and accepted by The City of Fort Collins. 8. Erosion and Sediment Control Plan approved by the City of Fort Collins. 9. State of Colorado GESC, and Groundwater Discharge Permit. I. CONTRACTOR shall provide OWNER with a red-lined set of as-constructed DRAWINGS for the PROJECT, showing those items of WORK that were modified during construction. J. Should CONTRACTOR fail to complete all WORK within the AGREEMENT TIME, CONTRACTOR shall be liable to OWNER for liquidated damages as specified in the GENERAL CONDITIONS. K. All WORK shall be completed in accordance with recommendations of the geotechnical reports titled Geotechnical Engineering Report, Mulberry-Riverside Storm Sewer Outfall, Fort Collins, Colorado, completed by LITHOS Engineering on May 26, 2017. A copy of this reports is included in these CONTRACT DOCUMENTS. L. The CONTRACTOR shall provide written notifications to all adjacent property owners prior to starting construction. CONTRACTOR will be responsible for maintaining access to all properties at all times during construction. M. The CONTRACTOR will be responsible for maintaining water and sewer service to all properties at all times during construction. N. The CONTRACTOR shall be responsible for coordination with all utility companies necessary for the completion of the project. The CONTRACTOR shall work with the appropriate utility companies in verifying locations and scheduling relocations, as required, by the utility companies. Names of affected agencies and utilities in the area are listed below for the CONTRACTOR’s convenience. The CONTRACTOR assumes all responsibility of contacting these agencies: Water - City of Fort Collins Sewer - City of Fort Collins Stormwater - City of Fort Collins DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 35 13 - 3 Park Planning – City of Fort Collins Electrical - City of Fort Collins Engineering – City of Fort Collins Traffic – City of Fort Collins Gas - Xcel Energy Telephone - CenturyLink Cable TV - Comcast Railroad – Union Pacific Railroad O. Any information concerning underground utilities shown on the construction plans is intended to be merely an aid to the CONTRACTOR. The accuracy of information furnished is not guaranteed and the CONTRACTOR must independently verify utility information. The CONTRACTOR shall notify all utility companies or privately owned organizations who may have installations in the area where work is to be performed and solicit their aid in locating utilities. All utilities shall be protected or repaired at the CONTRACTOR’s expense. P. The CONTRACTOR will be allowed to work from 7:00 a.m. to 5:00 p.m., 5 days/week. CONTRACTOR shall contact The City of Fort Collins Utilities to request permission for alternate daytime working hours or night work. Q. Myrtle Street, east of Cowan Street, is designated as within a local floodplain and floodway by the City of Fort Collins. The CONTRACTOR shall be prohibited from staging or storing equipment, or stockpiling materials along Myrtle Street from April 15th through October 1st. Staging, or storing equipment, or stockpiling of materials is allowed within the project area, outside of the City’s floodplain designation. R. CONTRACTOR shall sawcut all asphalt/concrete prior to removal and disposal. Existing pavement depth in Myrtle Street and Cowan Street range from 6” to 9” according to the bore holes from the Geotechnical Report. S. All paving design and installation in City ROW shall be according to the latest edition of the Larimer County “Urban Area Street Standards”. Contractor shall submit mix designs as outlined in Chapter 10 of the above reference Standards for approval prior to starting construction. All new pavement shall consist of 6-inches of aggregate base course, and 7-inches of asphalt (5” base course and 2” top coat), unless otherwise shown on the DRAWINGS. No additional measurement or payment for tack coat shall be made, but shall be included in the bid price for hot bituminous pavement. No additional payment shall be made for cleaning and preparing each lift of asphalt prior to placing the next lift. Pavement marking paint shall be replaced to match existing and be completed in accordance with City of Fort Collins Specifications. The cost for pavement marking shall be included with the asphalt pavement cost. The use of recycled asphalt for pavement is prohibited. T. All sidewalk, curb, and gutter shall be installed in according to the latest edition of the Larimer County “Urban Area Street Standards” (Chapter 7). All new sidewalk, DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 35 13 - 4 curb and gutter shall match existing sidewalk, curb and gutter type and thickness unless otherwise shown on the DRAWINGS. U. Aggregate base materials should meet the criteria of COOT Class 6 aggregate base course. Base course should be placed in uniform lifts not exceeding 8 inches in loose thickness and compacted to at least 95 percent of the maximum modified Proctor dry density at uniform moisture contents within 2 percent of the optimum as determined by ASTM 01557 / AASHTO T-180. V. The Contractor should take adequate measures to achieve adequate compaction for the subgrade. The Contractor should take particular care to achieve and maintain adequate compaction of the backfill soils around manholes, valve risers and other vertical pipeline elements where greater settlements commonly are observed. Use of "Controlled low Strength Material" (ClSM), i.e., a lean sand-cement slurry, flowable fill, or a similar material may be considered by the ENGINEER in lieu of compacted soil backfill for areas with low tolerances for surface settlements. W. Shallow bedrock was encountered along the alignment of the proposed improvements exhibiting high blow counts and a cementitious nature of various thicknesses is expected along the majority of the alignment. The Contractor shall consider utilizing heavy duty excavation equipment and a breaker to excavate conglomerate and claystone bedrock. Utilizing appropriate excavation equipment will increase production and minimize unnecessary wear and fatigue on equipment. Based on the subsurface investigation, bedrock at the site was classified as a claystone to silty- sandy claystone. Blow counts in bedrock ranged from 50 for 6 inches to 50 for 2 inches of modified California sampler penetration. In general, shale formations along the Front Range of Colorado can be relatively difficult to penetrate vertically, but flake and fracture horizontally with much less effort. Blow counts in conglomerate ranged from 32 for 12 inches to 50 for 4 inches, of modified California sampler or splitspoon sampler penetration. Generally, the conglomerate material exhibits a cementitious nature that is difficult to excavate with traditional methods. Based on anticipated subsurface conditions, excavations in bedrock and conglomerate may require the use of a pneumatic hammer and/or a heavier duty bucket utilizing ripper or shank teeth. CONTRACTOR shall be responsible to take necessary measures to monitor vibrations from equipment in the vicinity of homes and private property and make adjustments to construction procedures, as necessary, to prevent damage to private property. X. CONTRACTOR shall submit the WORK Sequence as part of the construction schedule required in Section 01 32 13, Construction Progress Documentation. Construction may begin immediately on the date of NOTICE TO PROCEED. Y. Work shall progress concurrently with work being completed by the City of Fort Collins Utilities for water line replacements along Cowan Street and Myrtle Streets. CONTRACTOR shall sequence construction to coincide with City work in this area. CONTRACTOR shall plan to begin work at the outfall initially, followed by work within the roadway areas affected by the water line work. Z. CONTRACTOR shall be aware of, and coordinate with, as required, the Poudre Valley Hospital Ambulance Station, located at 913 E. Myrtle. Construction shall progress in a manner as to not inhibit ambulance or other emergency services. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 35 13 - 5 1.02 RELATED SECTIONS A. Section 01 18 00, Project Utility Sources. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 42 19 - 1 SECTION 01 42 19 REFERENCE STANDARDS PART 1 GENERAL 1.01 SECTION INCLUDES A. Reference to standards, SPECIFICATIONS, manuals, or codes of any technical society, organization, or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, will mean the latest standard specification, manual, code, or laws or regulations in effect at the time of opening of BID(s), except as may be otherwise specifically stated. B. No provision of any referenced standard, specification, manual, or code (whether or not specially incorporated by reference in the CONTACT DOCUMENTS) will be effective to change the duties and responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their consultants, agents or employees from those set forth in the CONTRACT DOCUMENTS, nor will it be effective to assign to ENGINEER, or any of ENGINEER’s consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the WORK. 1.02 ABBREVIATIONS A. Whenever used in the CONTRACT DOCUMENTS, the following abbreviations will have the meanings listed: 1. AAR: Association of American Railroads. 2. AASHTO: American Association of State Highway and Transportation Officials. 3. ACI: American Concrete Institute. 4. ACPA: American Concrete Pipe Association. 5. ACPPA: American Concrete Pressure Pipe Association. 6. AFA: American Fence Association. 7. AGA: American Gas Association. 8. AGC: The Association of General Contractors of America. 9. AISC: American Institute of Steel Construction. 10. AISI: American Iron and Steel Institute. 11. AITC: American Institute of Timber Construction. 12. ANLA: American Nursery and Landscape Association. 13. ANSI: American National Standards Institute. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 42 19 - 2 14. APA: The Engineered Wood Association. 15. AREMA: American Railway Engineering and Maintenance-of-Way Association. 16. ASCE: American Society of Civil Engineers. 17. ASME: American Society of Mechanical Engineers. 18. ASQC: American Society of Quality Control. 19. ASSE: American Society of Sanitary Engineering. 20. ASTM: ASTM International. 21. ATSSA: American Traffic Safety Services Association. 22. AWS: American Welding Society. 23. AWWA: American Water Works Association. 24. BHMA: Builders Hardware Manufacturers Association. 25. BIA: Brick Institute of America. 26. BOCA: Building Officials and Code Administrators (See ICC). 27. BSI: Building Stone Institute. 28. CGA: Compressed Gas Association. 29. CDPHE: Colorado Department of Public Health and Environment. 30. CDOT: Colorado Department of Transportation. 31. CISPI: Cast Iron Soil Pipe Institute. 32. CLFMI: Chain Link Fence Manufactures Institute. 33. CPMB: Concrete Plant Manufactures Bureau. 34. CRSI: Concrete Reinforcing Steel Institute. 35. CSI: Construction Specifications Institute. 36. DIPRA: Ductile Iron Pipe Research Association. 37. EPA: Environmental Protection Agency. 38. ETL: ETL Testing Laboratories Inc. 39. FEDSPEC: Federal Specifications. 40. FEDSTDS: Federal Standards (See FEDSPEC). DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 42 19 - 3 41. FEMA: Federal Emergency Management Agency. 42. FHWA: Federal Highway Administration. 43. ICBO: International Conference of Building Officials (See ICC). 44. HI: Hydraulic Institute. 45. ICC: International Code Council (Includes BOCA, ICBO, and SBCCI). 46. ICEA: Insulated Cable Engineers Association Inc. 47. IEEE: Institute of Electrical and Electronics Engineers. 48. IES: Illuminating Engineering Society. 49. IMSA: International Municipal Signal Association. 50. ITE: Institute of Traffic Engineers. 51. MSS: Manufactures Standardization Society of the Valve and Fittings Industry. 52. MILSPEC: Military Specifications. 53. MUTCD: Manual of Uniform Traffic Control Devices. 54. NBS: National Bureau of Standards (See NIST). 55. NCHRP: National Cooperative Highway Research Program. 56. NEC: National Electrical Code (See NFPA). 57. NEMA: National Electrical Manufacturers Association. 58. NFPA: National Fire Protection Association. 59. NIST: National Institute of Standards and Technology. 60. NPC: National Plumbing Code. 61. NSC: National Safety Council. 62. NSF: National Sanitation Foundation. 63. OSHA: Occupational Safety and Health Act (both Federal and State). 64. PCA: Portland Cement Association. 65. PCI: Precast/Prestressed Concrete Institute. 66. PPI: Plastic Pipe Institute. 67. PS: Products Standard—U.S. Department of Commerce. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 42 19 - 4 68. RMA: Rubber Manufactures Association, Inc. 69. SBCCI: Southern Building Code Congress International (See ICC). 70. SSPC: The Society of Protective Coatings. 71. SSPWC: Standard Specifications for Public Works Construction. 72. SWRI: Sealant, Waterproofing and Restoration Institute. 73. TCA: Title Council of America. 74. UBC: Uniform Building Code. 75. UDFCD: Urban Drainage and Flood Control District. 76. UBC: The Uniform Building Code (See ICC). 77. UL: Underwriters Laboratories Inc. 78. UMC: Uniform Mechanical Code. 79. UPC: Uniform Plumbing Code. 80. USACE: United States Army Corps of Engineers. 81. USBR: United States Bureau of Reclamation. 82. USDCM: Urban Storm Drainage Criteria Manual. 83. USDOT: United States Department of Transportation. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 45 23 - 1 SECTION 01 45 23 INSPECTION AND MATERIALS TESTING PART 1 GENERAL 1.01 SECTION INCLUDES A. CONTRACTOR shall provide such equipment and facilities as are required for conducting field tests and for collecting and forwarding samples. No materials or equipment represented by samples are to be used until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product which becomes unfit for use after approval thereof shall not be incorporated into the WORK. 1.02 OWNER’S RESPONSIBILITIES A. OWNER will provide any inspection and testing services not provided by the CONTRACTOR as required by the CONTRACT DOCUMENTS. B. Testing: 1. Tests will be made by an accredited testing laboratory selected by OWNER. 2. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment will be in accordance with the latest standards and methods of the ASTM and the AASHTO. C. OWNER will be responsible for and will pay costs in connection with the following testing of materials in place: 1. Soils compaction. 2. Trench backfill. 3. Pipe and structural bedding. 4. Materials delivered to the site, not otherwise required by the SPECIFICATIONS. 5. Concrete and grout. 6. Pavement. 1.03 CONTRACTOR’S RESPONSIBILITIES A. CONTRACTOR shall provide, at CONTRACTOR’s expense, the testing and inspection services required by the CONTRACT DOCUMENTS. B. CONTRACTOR shall be responsible for and shall pay all costs in connection with testing required for the following materials: 1. Concrete manholes. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 45 23 - 2 2. Concrete materials and mix designs. 3. Design of asphalt mixtures. 4. Gradation for embedment, fill, and backfill materials. 5. All performance and field testing specifically called for by the SPECIFICATIONS. C. Retesting for WORK or materials found defective or unsatisfactory, including tests covered in section above entitled “OWNER’s Responsibilities”. 1.04 SUBMITTALS A. Written reports of tests and engineering data furnished by CONTRACTOR for ENGINEER’s review of materials and equipment proposed to be used in the WORK shall be submitted as specified for SHOP DRAWINGS. B. The testing laboratory retained by OWNER will furnish three (3) copies of a written report of each test performed by laboratory personnel in the field or laboratory. 1. Two (2) copies of each test report will be transmitted to ENGINEER and one (1) copy to CONTRACTOR within ten (10) days after each test is completed. 1.05 INSPECTION AND TESTING A. General: 1. OWNER, through its assigned RESIDENT ENGINEER and/or ENGINEER will inspect the WORK as the WORK progresses. 2. The purpose of the inspection activity is to determine on an on-going basis whether or not CONTRACTOR’s WORK is adequate to provide the product as well as the quality of product for OWNER. 3. WORK will be compared to DRAWINGS and SPECIFICATIONS and supplemental DRAWINGS and SPECIFICATIONS to determine whether WORK or any part of WORK is defective. WORK will also be measured against the standard of quality implied by CONTRACTOR’s warranty. Should the appearance and performance of any element of the WORK fail to conform to standards of the trade for such WORK, that WORK may be declared defective. 4. All materials and equipment used in the construction of the PROJECT shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the CONTRACT DOCUMENTS. 5. Where additional or specific information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the SPECIFICATIONS. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the SPECIFICATIONS shall take precedence over the procedures contained within this SPECIFICATION. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 45 23 - 3 6. If the CONTRACT DOCUMENTS, laws, ordinances, rules, regulations, or orders of any public authority having jurisdiction require any WORK specifically to be inspected, tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give OWNER timely notice of readiness. CONTRACTOR shall then furnish OWNER the required certificates of inspection, testing, or approval. 7. Inspections, tests, or approvals shall not relieve CONTRACTOR from its obligation to perform the WORK in accordance with the requirements of the CONTRACT DOCUMENTS and to also inspect CONTRACTOR’s own WORK. B. Access to WORK: 1. OWNER, ENGINEER, and their representatives shall at all times have access to the WORK. 2. Authorized representatives and agents of any participating Federal, State, or Local agency shall be permitted to inspect all WORK, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. CONTRACTOR shall provide proper facilities for such access and observation of the WORK and also for any inspection, or testing thereof. 3. If any WORK is covered contrary to the written instructions of ENGINEER or OWNER it shall, if requested by ENGINEER or OWNER, be uncovered for observation and replaced at CONTRACTOR’s expense. 4. Covered Work: a. If ENGINEER or OWNER considers it necessary or advisable that covered WORK be inspected or tested by others, CONTRACTOR, at ENGINEER’s or OWNER’s request, shall uncover, expose, or otherwise make available for observation, inspection, or testing, as ENGINEER or OWNER may require, that portion of the WORK in question, furnishing all necessary labor, materials, tools, and equipment. b. If it is found that such WORK is defective, CONTRACTOR shall bear all the expenses of such uncovering, exposure, observation, inspection and testing, and of satisfactory reconstruction. c. If such WORK is not found to be defective, CONTRACTOR shall be allowed an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, and reconstruction; and an appropriate CHANGE ORDER shall be issued. C. Observable Defects: 1. Observable defects are those that are discoverable by routine testing and inspection procedures or by implementing special tests as required or implied by the SPECIFICATIONS. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 45 23 - 4 2. Defects discovered by this inspection process shall be repaired or removed by CONTRACTOR as these are identified. D. Latent Defects: 1. Materials and equipment incorporated into the WORK may have, or as a result of the construction process, may develop hidden defects known as latent defects. 2. CONTRACTOR shall guarantee that such latent defects, when discovered, shall be remedied at no extra cost to OWNER. E. Correction of WORK: 1. Retest: a. Should the WORK fail to meet the requirements of any SPECIFICATION, as determined by testing performed by OWNER, CONTRACTOR shall take steps to meet the requirements and OWNER will then retest to determine compliance with the SPECIFICATIONS. b. CONTRACTOR shall be responsible for the cost of the retest and such cost shall be deducted from progress payment to CONTRACTOR. 2. CONTRACTOR shall promptly remove from the premises all WORK rejected by ENGINEER or OWNER for failure to comply with the CONTRACT DOCUMENTS, whether incorporated in the construction or not, and CONTRACTOR shall promptly replace and re-execute the WORK in accordance with the CONTRACT DOCUMENTS and without expense to OWNER and shall bear the expense of making good all WORK of other contractors destroyed or damaged by such removal or replacement. 3. All removal and replacement WORK shall be done at CONTRACTOR’s expense. If CONTRACTOR does not take action to remove such rejected WORK within ten (10) days after receipt of WRITTEN NOTICE, OWNER may remove such WORK and store the materials at the expense of CONTRACTOR. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 55 26 - 1 SECTION 01 55 26 TRAFFIC CONTROL PART 1 GENERAL 1.01 SECTION INCLUDES A. Section covers requirements for traffic control during construction of the PROJECT. 1.02 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. AASHTO Guide for the Design of Bicycle Facilities, Current Edition. 2. AASHTO Roadside Design Guide, Current Edition. 3. American Traffic Safety Services Association (ATSSA). 4. Colorado Department of Transportation (CDOT), Standard Specifications for Road and Bridge Construction, Current Edition. 5. Federal Highway Administration. Standard Highway Signs. 6. NCHRP – Report 350 Recommended Procedures for the Safety Performance Evaluation of Highway Features. 7. U.S. Department of Transportation, Federal Highway Administration (USDOT): Manual of Uniform Traffic Control Devices (MUTCD). 8. U.S. Department of Transportation, Federal Highway Administration: Design Guidance: Accommodating Bicycle and Pedestrian Travel: A Recommended Approach. 1.03 SUBMITTALS A. Traffic Control Plan developed by CONTRACTOR in accordance with guidance provided in CONTRACT DOCUMENTS. 1. Submit the initial phase Traffic Control Plan at the preconstruction conference. Submit plans for future phases of construction a minimum of 28 days before start of that construction phase to allow review and resubmittal, if necessary, and public notification. Meet with the OWNER, Local Jurisdictions, and other affected agencies having jurisdiction to review the Traffic Control Plans for each phase of construction. Do not begin construction on any given phase before receiving written acceptance. 2. Failure to submit the Traffic Control Plans within the specified time frames will not be justification for additional working days. Failure to adequately address comments in any required resubmittal also will not justify additional working days. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 55 26 - 2 B. Administrative Submittals: Copies of permits, licenses, and approvals for construction as required by Laws and Regulations and governing agencies. 1. CONTRACTOR shall be responsible for securing any necessary permits or approvals related to Traffic Control activities. Application for permits and governing agency approvals shall only be made after acceptance of plan by OWNER. C. Parking area plans. D. Product Data: Warning signs and barricades. 1.04 VEHICULAR TRAFFIC A. Traffic Control Plan: 1. If a Traffic Control Plan is provided in the DRAWINGS and SPECIFICATIONS it shall be used by CONTRACTOR as guideline only. The CONTRACTOR shall be responsible for the development and implementation of the Traffic Control Plan. 2. CONTRACTOR shall submit a Traffic Control Plan for approval by OWNER in accordance with the submittal requirements defined in these SPECIFICATIONS. Adjustments to the approved plan may be required by OWNER based on actual traffic operations. Changes to the plan shall only be made with the written approval of the OWNER. PART 2 PRODUCTS 2.01 SAFETY DEVICES AND SYSTEMS A. CONTRACTOR shall use devices and systems which meet NCHRP-350 Report crash test requirements as defined by the Federal Highway Administration unless exceptions are granted by the OWNER. 2.02 TRAFFIC CONTROL SIGNING AND DEVICES A. Signs: Comply with the requirements of the Traffic Control Plan, other requirements defined in this section and any applicable requirements defined in the reference documents, including CDOT Standard Specifications. B. Channelizing Devices: 1. Comply with the requirements of the Traffic Control Plan, other requirements defined in this section and any applicable requirements defined in the reference documents, including CDOT Standard Specifications. 2. Use construction orange tubular markers and cones during daylight hours only. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 55 26 - 3 C. Barricades: 1. Comply with the requirements of the Traffic Control Plan, other requirements defined in this section and any applicable requirements defined in the reference documents, including CDOT Standard Specifications. 2. Do not use rocks, asphalt, or concrete pieces, construction materials, and other debris as weighting devices for barricades. Sand bags will be permitted as long as a low center of gravity is maintained as approved. D. Precast Concrete Barrier: 1. Comply with the requirements of the Traffic Control Plan, other requirements defined in this section and any applicable requirements defined in the reference documents, including CDOT Standard Specifications. 2. Use an approved construction zone attenuator or permanent style end sections, as listed in CDOT Guidelines for Attenuators and End Section. a. Use a construction zone attenuator when approach ends of temporary precast barrier are within AASHTO clear zone. b. Use AASHTO Roadside Design Guide to determine proper clear zone distance requirements. PART 3 EXECUTION 3.01 VEHICULAR TRAFFIC A. CONTRACTOR shall: 1. Conform to the USDOT MUTCD or applicable statutory requirements of authority having jurisdiction and the accepted Traffic Control Plan. 2. Allow emergency vehicles immediate passage. 3. Recognize that Local Government requirements take precedence over the MUTCD. Operations on or about traffic areas and provisions for regulating traffic shall additionally be subject to the regulation of other governmental agencies having jurisdiction over the affected areas. 4. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. 5. Keep fire hydrants and water control valves free from obstruction and available for use at all times. 6. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives and provide and maintain temporary access for businesses and residences. Provide and maintain suitable and safe bridges, detours, or other temporary expedients for accommodation of public and private travel. When access to private driveways must be temporarily denied due to construction operations, notify the property owner or responsible party of such DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 55 26 - 4 closure not less than 24 hours in advance of closure. Give notification in writing and include the estimated duration of the closure. 7. Minimum lane width shall be 10 feet, unless noted otherwise. Where cones are used to separate traffic lane from construction zone, do not use traffic lane for accessing construction zone, and do not store materials or equipment on or near shoulder of traffic lane side of roadway. 8. In making street crossings, do not block more than one-half the street at a time. Maintain one lane of traffic at all times. Ensure access for traffic in both directions. 9. Notify the fire department, police/sheriff department, highway patrol, ambulance service, local school district, and transit 14 days before closing roadway or portion thereof. Notify said departments or agencies when streets are again passable for vehicles. Conduct operations with the least interference to fire equipment access, and at no time prevent such access. Furnish CONTRACTOR’s night emergency telephone numbers to the police or sheriff’s department. 10. Pedestrian and bicycle access along sidewalks and streets will be kept open and safe from construction activities and traffic lanes. B. Flaggers: May be required to provide for public safety or the regulation of traffic, or by jurisdictional authorities; and if used, shall be properly equipped and certified by ATSSA. 3.02 PROTECTION OF WORK AND PROPERTY A. Warning Signs and Barricades: 1. Provide warning signs and barricades for the following: a. Open trenches and other excavations. b. Obstructions, such as material piles, equipment (moving or parked), and piled embankment. c. Protection of roads and driveways. 2. Warning signs and barricades shall be illuminated by means of warning lights from sunset to sunrise. 3.03 PARKING A. CONTRACTOR, with the approval of OWNER, shall designate parking areas for the use of all construction workers and others performing WORK or furnishing services in connection with the PROJECT so as avoid interference with public traffic, OWNER’s operations, or construction activities. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 55 26 - 5 3.04 ROADWAY USAGE BETWEEN OPERATIONS A. At all times when WORK is not actually in progress, CONTRACTOR shall make passable and shall open to traffic such portions of the PROJECT and temporary roadways or portions thereof as may be agreed upon between CONTRACTOR and OWNER and all authorities having jurisdiction over any properties involved. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 55 26 - 6 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 06/2012 01 56 39 - 1 SECTION 01 56 39 SECTION TREE PROTECTION PART 1 – GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the protection and trimming of existing trees that interfere with, or are affected by, execution of the Work, whether temporary or permanent construction. B. Related Sections include the following: 1. Division 01 Section 01 11 00 "Summary of Work" for limits placed on Contractor's use of the site. 2. Division 01 Section 01 57 19 "Temporary Environmental Controls" for temporary tree protection. 3. Division 31 Section 31 11 00 "Clearing and Grubbing" for removal limits of trees, shrubs, and other plantings affected by new construction. 4. Division 31 "Earthwork" for building and utility trench excavation, backfilling, compacting and grading requirements, and soil materials. 1.03 DEFINITIONS A. Tree Protection Zone: Area surrounding individual trees or groups of trees to remain during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. B. Tree Pruning Schedule: Written schedule from arborist detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. C. Qualification Data: For tree service firm and arborist. 1.05 QUALITY ASSURANCE A. Tree Service Firm Qualifications: An experienced tree service firm that has successfully completed tree protection and trimming work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site during execution of tree protection and trimming. B. Tree Pruning: Contact the City Foresters Office if tree pruning is required. City Forester shall review the contractors request for tree pruning and provide direction. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 06/2012 01 56 39 - 2 C. Preconstruction Conference: Conduct conference at Project site to comply with requirements in Section 01310 - Project Meetings 1. Before tree protection operations begin, meet with representatives of authorities having jurisdiction, Owner, City Forester, Artist, consultants, and other concerned entities to review tree protection and trimming procedures and responsibilities. PART 2 – PRODUCTS 2.01 MATERIALS A. Drainage Fill: Selected crushed stone, or crushed or uncrushed gravel, washed, ASTM D 448, Size 24, with 90 to 100 percent passing a 2-1/2-inch sieve and not more than 10 percent passing a 3/4-inch sieve. B. Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 1.5 inch in diameter; and free of weeds, roots, and toxic and other nonsoil materials. 1. Obtain topsoil only from well-drained sites where topsoil is 4 inches deep or more; do not obtain from bogs or marshes. C. Filter Fabric: Manufacturer's standard, nonwoven, pervious, geotextile fabric of polypropylene, nylon, or polyester fibers. D. Temporary Fencing: Orange Snow Fence; a minimum of 48 inches high; with steel ‘T’posts; with tie wires, and other accessories for a complete fence system. E. Organic Mulch: Shredded Cedar, free of deleterious materials. PART 3 – EXECUTION 3.01 PREPARATION A. Temporary Fencing: Install temporary fencing around tree protection zones to protect remaining trees and vegetation from construction damage. Maintain temporary fence and remove when construction is complete. B. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. C. Mulch areas inside tree protection zones and other areas indicated. 1. Apply 3-inch average thickness of organic mulch. Do not place mulch within 6 inches of tree trunks. D. Do not store construction materials, debris, or excavated material inside tree protection zones. Do not permit vehicles or foot traffic within tree protection zones; prevent soil compaction over root systems. E. Maintain tree protection zones free of weeds and trash. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 06/2012 01 56 39 - 3 F. Do not allow fires within tree protection zones. 3.02 EXCAVATION A. Install shoring or other protective support systems to minimize sloping or benching of excavations. B. Do not excavate within tree protection zones, unless otherwise indicated. C. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to root systems. Use narrow-tine spading forks and comb soil to expose roots. 1. Redirect roots in backfill areas where possible. If encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and redirect them without breaking. If encountered immediately adjacent to location of new construction and redirection is not practical, cut roots approximately 3 inches back from new construction. 2. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. D. Where utility trenches are required within tree protection zones, tunnel under or around roots by drilling, auger boring, pipe jacking, or digging by hand. 1. Root Pruning: Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots with sharp pruning instruments; do not break or chop. 2. The installation of utilities, irrigation lines or any underground fixture requiring excavation deeper than six (6) inches shall be accomplished by boring under the root system of protected existing trees at a minimum depth of twenty-four (24) inches. The auger distance is established from the face of the tree (outer bark) and is scaled from tree diameter and breast height as described in the chart below. Tree Diameter at Breast Height (inches) Auger Distance From Face of Tree (feet) 0-2 1 3-4 2 5-9 5 10-14 10 15-19 12 Over 19 15 3.03 REGRADING A. Grade Lowering: Where new finish grade is indicated below existing grade around trees, slope grade beyond tree protection zones. Maintain existing grades within tree protection zones. B. Minor Fill: Where existing grade is 6 inches or less below elevation of finish grade, fill with topsoil. Place topsoil in a single uncompacted layer and hand grade to required finish elevations. C. Moderate Fill: Where existing grade is more than 6 inches but less than 12 inches below elevation of finish grade, place drainage fill, filter fabric, and topsoil on existing grade as follows: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 06/2012 01 56 39 - 4 1. Carefully place drainage fill against tree trunk approximately 2 inches above elevation of finish grade and extend not less than 18 inches from tree trunk on all sides. For balance of area within drip-line perimeter, place drainage fill up to 6 inches below elevation of grade. 2. Place filter fabric with edges overlapping 6 inches minimum. 3. Place fill layer of topsoil to finish grade. Do not compact drainage fill or topsoil. Hand grade to required finish elevations. 3.04 TREE PRUNING A. Prune trees to remain that are affected by temporary and permanent construction. B. Prune trees to remain to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during Contract period as recommended by arborist. C. Pruning Standards: Prune trees according to ANSI A300 (Part 1) as follows: 1. Type of Pruning: Cleaning, Thinning and Raising D. Cut branches with sharp pruning instruments; do not break or chop. E. Chip removed tree branches and dispose of off-site. 3.05 TREE REPAIR AND REPLACEMENT A. Violation of these specifications will lead to penalties based on the type of violation and/or the resulting damages, and may be grounds for the termination of this contract. 1. Penalties will be assessed based on the amount of damage done and the total value of that tree, or group of trees, prior to the damage. Penalties for damage would be based on the total value of the tree as determined by the City Forestry Division staff and the severity of the damage as a proportion of the total value of that tree. This could include up to the full value of the tree. B. Promptly repair trees damaged by construction operations within 24 hours. Treat damaged trunks, limbs, and roots according to City Forester’s instructions. C. Remove and replace trees indicated to remain that die or are damaged during construction operations that City Forester determines are incapable of restoring to normal growth pattern. 1. Where practical, provide new trees of same size and species as those being replaced; plant and maintain as specified in Division 2 Section "Exterior Plants." 2. Provide new trees of 6-inch caliper size and of a species selected by Architect when damaged trees more than 6 inches in caliper size, measured 12 inches above grade, are required to be replaced. Number of replacement trees required to mitigate loss of larger trees will comply with City Code. Plant and maintain new trees as specified in Division 2 Section "Exterior Plants." D. Aerate surface soil, compacted during construction, 10 feet beyond drip line and no closer than 36 inches to tree trunk. Drill 2-inch- diameter holes a minimum of 12 inches deep at 24 inches o.c. Backfill holes with an equal mix of augered soil and sand. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 57 19 - 1 SECTION 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A. CONTRACTOR shall provide environmental controls consistent with regulatory requirements throughout the duration of the PROJECT. B. Full compensation for required compliance and cooperation is considered subsidiary to other items of WORK, and no additional compensation will be allowed. 1.02 SUBMITTALS A. Dust control agents other than water must be approved by ENGINEER prior to use. B. Plan for water control, if requested, prior to beginning any WORK. C. Stormwater quality management measures, Stormwater Management Plan (SWMP) and methods proposed by CONTRACTOR must be in conformance with all applicable permits and approved by ENGINEER prior to installation and prior to moving onto the construction site. 1. Submit the initial phase SWMP at the preconstruction conference. Submit plans for future phases of construction a minimum of 28 days before start of that construction phase to allow review and resubmittal, if necessary. D. Prepare schedules to implement stormwater management features, including but not limited to erosion and sediment control work, and submit for acceptance at preconstruction conference. 1. Schedules shall incorporate construction activities, haul roads, borrow pits, storage and plant sites, and the plan for disposal of waste material. 2. WORK shall not start until the ENGINEER has approved these schedules. 1.03 RELATED SECTIONS A. The following is a list of SPECIFICATIONS, which may be related to this section: 1. Section 00 73 00, Supplementary Conditions 2. Section 00 73 00. Supplementary Conditions, Article 90, Permits 3. Section 00 73 94, Special Project Procedures 4. Section 01 14 19, Use of Site 5. Section 31 25 00, Erosion and Sedimentation Controls DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 57 19 - 2 PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.01 DUST CONTROL A. CONTRACTOR shall minimize dust from construction operations. B. During the performance of the WORK, whether on right-of-way provided by OWNER or elsewhere, CONTRACTOR shall furnish labor, equipment, and materials to control dust at all times, including evenings, holidays, and weekends. C. CONTRACTOR shall be liable for any damage resulting from dust originating from CONTRACTOR’s operations. 3.02 HOUSEKEEPING A. CONTRACTOR shall keep the PROJECT neat, orderly, and in a safe condition at all times, and shall store and use equipment, tools, and materials in a manner that does not present a hazard. B. CONTRACTOR shall provide on-site containers for collection of rubbish and construction waste and dispose of it at frequent intervals during the progress of WORK, and whenever directed by ENGINEER. C. CONTRACTOR shall be responsible for conforming will all elements of the SWMP and other CDPHE permits, including any requirements addressing storage and disposal of potential stormwater pollutants. 3.03 DISPOSAL A. CONTRACTOR shall legally dispose of waste materials and materials determined by ENGINEER to be waste in an approved disposal site in a manner meeting all federal, state, local, and PROJECT regulations. B. CONTRACTOR shall not bury waste unless authorized by the OWNER and the ENGINEER. C. All costs related to disposal, including but not limited to dump fees, permits, etc., will be the responsibility of CONTRACTOR. D. Excess excavation shall become the property of CONTRACTOR (unless otherwise specified) and be legally disposed of by CONTRACTOR outside the limits of construction in an approved disposal site. E. Excess excavated material suitable for backfill shall not be disposed of until all backfill operations are complete. F. CONTRACTOR shall immediately inform ENGINEER of any hazardous materials encountered during construction and legally dispose of such hazardous materials at an approved disposal site. G. Burning will not be permitted. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 57 19 - 3 3.04 WATER CONTROL A. Periodic Flooding: 1. The PROJECT may be subject to periodic flooding as a result of rainfall and snowmelt, reservoir or pond releases, flows from adjacent developed areas and stormwater pipes, and groundwater flows from saturated soils or other groundwater sources. 2. Refer to Section 31 23 19, Dewatering, for water control and dewatering requirements. B. Until final acceptance of the PROJECT by OWNER, CONTRACTOR shall have the charge and care thereof and shall take every precaution against injury or damage to any part thereof from any cause, including surface and subsurface water, whether arising from the execution or from non-execution of the WORK. C. CONTRACTOR shall rebuild, repair, restore, and make good injuries or damages to any portion of the WORK because of causes beyond the control of and without the fault of negligence of CONTRACTOR, including but not restricted to high water, floods, or acts of God, of the public enemy, or of governmental authorities. D. CONTRACTOR shall be responsible for the PROJECT and shall take such precautions as may be necessary to construct the PROJECT in a dry condition and provide for drainage, dewatering, and control of surface and subsurface water and shall erect any necessary temporary structures or other facilities at CONTRACTOR’s expense. E. CONTRACTOR is advised that the WORK may occur in a river or drainage channel subject to intermittent and extensive runoff conditions such that, unless the construction area is properly protected, localized flooding and extensive soil erosion may occur. F. OWNER, at OWNER’s option, may require CONTRACTOR to update the water control plan. G. CONTRACTOR, at CONTRACTOR’s expense, shall furnish necessary equipment and materials required to control surface and subsurface water in all areas from start of WORK through the completion of the PROJECT. Applicable permits related to specific controls shall be obtained by CONTRACTOR and all associated fees shall be borne by the CONTRACTOR. H. CONTRACTOR is responsible for furnishing; transporting; and installing all materials and equipment, well points, pumping, channelization, diversion, damming, or other means of controlling surface water, groundwater, runoff from other drainage tributaries, and pipe effluent as necessary to complete all of the WORK in accordance with the CONTRACT DOCUMENTS. 3.05 WATER QUALITY CONTROL A. CONTRACTOR shall comply with the “Colorado Water Quality Control Act”, the “Protection of Fishing Streams”, the “Clean Water Act”, regulations promulgated, certifications issued, and the construction requirements listed below. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 57 19 - 4 1. In the event of conflicts between Federal and State water quality control laws, rules, or regulations, the more restrictive laws, rules, or regulations shall apply. B. This WORK shall consist of measures needed for the purpose of minimizing water pollution, erosion, and sedimentation during the length of the construction activity. C. This SPECIFICATION shall be followed to minimize the pollution of any watercourse, wetland, or water impoundment area. D. Stormwater Management Plan (SWMP): 1. If a SWMP is provided in the DRAWINGS and SPECIFICATIONS it shall be used by CONTRACTOR as a guideline only. The CONTRACTOR shall be responsible for the development and implementation of the SWMP. 2. CONTRACTOR shall submit SWMP for review by OWNER in accordance with the submittal requirements defined in these SPECIFICATIONS. Adjustments to the approved plan may be required by OWNER based on actual construction operations. Changes to the plan shall only be made with the written approval of the OWNER. 3. The SWMP may include measures for the control of erosion and sedimentation, and measures for stormwater quality management. 4. CONTRACTOR shall take the necessary steps to comply with the intent of OWNER’s SWMP guidance, if it is provided in the DRAWINGS and SPECIFICATIONS, and other applicable standards, permit conditions, and regulations of appropriate agencies. E. CONTRACTOR shall construct, operate, maintain, and remove in a safe manner temporary erosion and sediment control features described in OWNER’s SWMP guidance, if it is provided in the DRAWINGS and SPECIFICATIONS. F. CONTRACTOR shall conduct the WORK in such a manner to prevent contamination of adjacent watercourses, wetlands, or water impoundment areas. G. Diversion or Bypass around Erosion Control Facilities: 1. Any diversion from, or bypass of water around facilities necessary to maintain compliance with the terms and conditions contained in SWMP is prohibited except: a. Where unavoidable to prevent loss of life or severe property damage. b. Where excessive storm drainage or runoff would damage the facilities. 2. If diversion or bypass of water around the facilities occurs, CONTRACTOR shall immediately notify OWNER of the occurrence. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 57 19 - 5 3. CONTRACTOR, at CONTRACTOR’s expense, shall repair the breached or bypassed facilities and shall be responsible for the restoration of site drainage to conform to the requirements of the approved SWMP. H. If CONTRACTOR installs a portable concrete or asphalt plant, it is CONTRACTOR’s responsibility to obtain stormwater discharge and other required permits for such plants. I. CONTRACTOR shall provide design and implementation methods for overall site stormwater quality management to prevent contaminated surface runoff from entering the waters of the State and of erosion and sediment control measures for the purpose of correcting conditions unforeseen during the design of the PROJECT, or for emergency situations that develop during construction. 1. Applicable erosion and sediment control measures can be found in the UDFCD Urban Storm Drainage Criteria Manual, Volume 3—Best Management Practices. J. CONTRACTOR shall include temporary erosion and sediment control features for construction work outside the right-of-way that is necessary for borrow pits, haul roads, and equipment and material storage sites. 1. Should the inclusion of these additional work areas cause the PROJECT to be subject to Stormwater Discharge Permit(s), it shall be CONTRACTOR’s responsibility to obtain the necessary permit(s). K. CONTRACTOR shall continuously maintain stormwater management features from start of WORK through the completion of the PROJECT, ensuring proper functionality. L. CONTRACTOR is responsible for the removal and storage and/or disposal of accumulated sediment. M. Any construction waste or salvageable material, excavation excess material, fill material, construction equipment, toxins, fuels, lubricants, and other petroleum distillates shall not be stored or stockpiled within fifty (50) feet of the ordinary high water line of any watercourse, wetland, or water impoundment area or other sensitive areas as identified by the ENGINEER. N. Equipment servicing shall occur within ENGINEER approved designated areas. O. Spill prevention and containment measures as proposed by CONTRACTOR and approved by ENGINEER shall be used at all storage sites. 3.06 NOISE CONTROL A. Mechanical equipment shall be equipped with the best available mufflers to reduce noise. B. CONTRACTOR shall be responsible for obtaining any necessary permits and shall limit noise to the levels established in the permit and in local jurisdiction noise control ordinances, if applicable. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 57 19 - 6 C. CONTRACTOR shall perform noise level monitoring as necessary, or as requested by the OWNER, to show that permitted noise levels are not exceeded. D. During the performance of the WORK, whether on right-of-way provided by OWNER or elsewhere, CONTRACTOR shall furnish all the labor, equipment, and materials required to reduce the noise nuisance. 3.07 OTHER SPECIAL PROJECT CONTROL MEASURES. A. Other Special Project Control Measures should be included in Section 01 35 13 SPECIAL PROJECT PROCEDURES.. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 58 00 - 1 SECTION 01 58 00 PROJECT SIGN PART 1 GENERAL 1.01 SECTION INCLUDES A. This section covers the requirements for providing the PROJECT sign(s). PART 2 PRODUCTS 2.01 MATERIALS A. CONTRACTOR shall provide PROJECT sign(s) as shown in the figure on the following page depicting PROJECT SIGN “A”. PART 3 EXECUTION 3.01 INSTALLATION A. CONTRACTOR shall erect the PROJECT sign(s) within two (2) weeks from the date of NOTICE TO PROCEED and prior to the start of construction. B. CONTRACTOR shall erect PROJECT sign(s) as shown on the DRAWINGS, or as directed by the ENGINEER, in a way that it can be readily seen and read by the public. C. CONTRACTOR shall maintain the PROJECT sign(s) in good condition at all times, satisfactory to OWNER, during the period of performance of this CONTRACT; and upon completion of the WORK, or when directed, shall remove and dispose of the PROJECT sign(s) at CONTRACTOR’s expense. D. CONTRACTOR shall not be required to relocate the PROJECT sign(s) during the duration of the PROJECT unless called for in the Special Project Procedures. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 58 00 - 2 END OF SECTION CITY OF FORT COLLINS DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 66 00 - 1 SECTION 01 66 00 PRODUCT DELIVERY, STORAGE, AND HANDLING PART 1 GENERAL 1.01 SECTION INCLUDES A. Section covers requirements for delivery, storage, and handling of products used in construction of the PROJECT. 1.02 GENERAL A. Equipment, materials, and supplies shall be shipped, handled, and stored in ways which shall prevent damage to the items. B. Pipe and appurtenances shall be handled and stored as recommended by the manufacturer. 1. Pipes with paint, tape coatings, linings or the like shall be stored to protect the coating or lining from physical damage or other deterioration. 2. Pipe shipped with interior bracing shall have the bracing removed only when recommended by the pipe manufacturer. C. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under manufacturer’s specified conditions, and free from damage or deterioration. D. Store fabricated products above ground on blocking or skids, and prevent soiling or staining. Store loose granular materials in well-drained area on solid surface to prevent mixing with foreign matter. Cover products that are subject to deterioration with impervious sheet coverings’ provide adequate ventilation to avoid condensation. PART 2 PRODUCTS 2.01 MATERIALS A. Equipment, materials, and supplies to be incorporated in the WORK shall be new, unless otherwise specified. B. Equipment, materials, and supplies shall be produced in a good and workmanlike manner. C. When the quality of a material, process, or article is not specifically set forth in the DRAWINGS and SPECIFICATIONS, the best available quality of the material, process, or article shall be provided. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 07/2015 01 66 00 - 2 PART 3 EXECUTION 3.01 GENERAL A. Equipment, materials, and supplies shall be installed in ways that shall prevent damage to the items. B. Pipe and appurtenances shall be installed as recommended by the manufacturer. C. Damaged items shall not be permitted as part of the WORK except in cases of minor damage that have been satisfactorily repaired and are acceptable to the ENGINEER. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 71 13 - 1 SECTION 01 71 13 MOBILIZATION PART 1 GENERAL 1.01 SECTION INCLUDES A. CONTRACTOR shall be responsible for all preparatory work and operations required prior to beginning WORK. 1.02 GENERAL A. Mobilization shall include, but not limited to, the following: 1. Movement of personnel, tools, equipment, materials, supplies, and incidentals to the PROJECT site and all preparatory work, including installation of PROJECT sign. 2. Establishment of all necessary facilities, including acquisition of easements for the CONTRACTOR’s convenience. 3. Obtaining permits necessary for the execution of the WORK. 4. Providing required bonds and proof of insurance. 5. Upon completion of the WORK, CONTRACTOR shall remove tools, equipment, and unused materials and supplies from the PROJECT site and restore all disturbed areas outside the PROJECT area to their pre-construction condition. B. OWNER has the right to reject construction tools, equipment, materials, and supplies which are, in OWNER’s opinion, unsafe, improver, or inadequate. 1. CONTRACTOR shall bring rejected construction tools, equipment, materials, and supplies to an acceptable condition as approved by OWNER or remove from the PROJECT site. 1.03 SUBMITTALS A. Refer to Section 01 33 00, Submittal Procedures, for submittal procedures. B. In accordance with Section 01 33 00, Submittal Procedures, CONTRACTOR shall submit within seven (7) days after the effective date of the NOTICE TO PROCEED, a layout of the PROJECT site including fences, roads, parking, buildings, storage areas, drainage plans, temporary building layouts, and temporary utility locations. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 71 13 - 2 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 71 23 - 1 SECTION 01 71 23 FIELD ENGINEERING AND SURVEYING PART 1 GENERAL 1.01 SECTION INCLUDES A. It shall be the responsibility of CONTRACTOR to provide construction staking for horizontal and vertical alignment of the centerline, grading, and all appurtenant features of the WORK, including offset lines necessary for construction. B. CONTRACTOR shall be responsible for staking the limits of construction. 1.02 REFERENCE POINTS AND SURVEYS A. All construction surveying provided by CONTRACTOR shall be completed under the supervision of a Colorado Registered Land Surveyor. B. ENGINEER will provide the elevations, coordinates and descriptions of the original and temporary PROJECT benchmarks. C. Requests by CONTRACTOR for survey reference points and benchmarks shall be made, in writing, to ENGINEER, allowing ENGINEER a minimum of forty-eight (48) hours to commence such survey work as requested by CONTRACTOR. 1. The forty-eight (48)-hour time period will commence from the time ENGINEER receives such written request from CONTRACTOR. 2. The forty-eight (48)-hour period excludes weekend days, holidays, organized union holidays, and days where weather conditions are detrimental to ENGINEER’s ability to accurately perform the requested surveys. D. WORK that CONTRACTOR has done before reference points and benchmarks have been provided may be rejected. E. CONTRACTOR shall carefully preserve all reference points and benchmarks. 1. In case of loss or disturbance of reference points and benchmarks, CONTRACTOR shall be responsible for the cost of replacement by ENGINEER. a. Such cost will be deducted from the next progress payment to CONTRACTOR. b. Such cost will be reimbursed to ENGINEER by OWNER. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 71 23 - 2 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 77 00 - 1 SECTION 01 77 00 CLOSEOUT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. Section covers closeout activities required at the end of the PROJECT. 1.02 PROCEDURES A. CONTRACTOR, OWNER, and ENGINEER Responsibilities: 1. ENGINEER will inspect the WORK to determine if it is complete, and issue a “Punch List” of items to be completed or corrected by the CONTRACTOR. 2. CONTRACTOR shall complete and/or correct all punch list items and notify ENGINEER, in writing, that the WORK is ready for final inspection. 3. ENGINEER will make final inspection. a. When the WORK is found to be acceptable under the conditions of the CONTRACT DOCUMENTS, and all items required are completed, ENGINEER will recommend to OWNER that the WORK is acceptable. b. If OWNER agrees with the recommendation, OWNER will issue CONTRACTOR a letter of “Final Acceptance”. 4. CONTRACTOR shall submit a final payment request to ENGINEER for review and approval. B. Final Paperwork: 1. Prior to final payment, CONTRACTOR shall deliver the following items to ENGINEER: a. CONTRACTOR’s written one (1)-year guarantee of materials and workmanship. b. All guarantees, warranties, and submittals, as specified. c. Receipts for extra materials delivered to OWNER. d. Final payment request. e. CONTRACTOR’s Statement Concerning Claims Form. f. All required indemnifications. g. Releases from property owners for special easements. h. Redlined as-constructed drawings. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 77 00 - 2 1.03 GUARANTEE A. CONTRACTOR shall guarantee all materials and equipment furnished and WORK performed for a period of one (1) year from the date of final acceptance for all WORK performed under the terms of this CONTRACT. B. CONTRACTOR shall further warrant and guarantee for a period of one (1) year from date of final acceptance that all WORK is free from any and all defects due to faulty materials or workmanship. C. Corrections of Defects: 1. CONTRACTOR, within the one (1) year performance guarantee period, shall promptly make such corrections as may be necessary by reason of such defects, including the repairs of any damage to other parts of the system resulting from such defects. 2. OWNER will give notice of observed defects with reasonable promptness. a. OWNER will inform CONTRACTOR of defects and CONTRACTOR shall within ten (10) days begin the work of repair or replacement. 3. Should CONTRACTOR fail to begin such WORK within ten (10) days, or in the event that CONTRACTOR fails to make such repairs, adjustments, or other work that may be made necessary by such defects, OWNER may make the repairs or replacements at the expense of CONTRACTOR and charge CONTRACTOR the cost thereby incurred. 4. If OWNER determines that immediate action to make repairs or replacements is necessary because of emergency conditions or to prevent further loss or damage, OWNER may proceed without notice to CONTRACTOR but at the expense of CONTRACTOR. D. The PERFORMANCE BOND shall remain in full force and effect through the guarantee period. E. Should OWNER claim by WRITTEN NOTICE before the guarantee period expires that certain defects exist and require repair or replacement, the guarantee period shall be automatically extended for as long as these defects exist. F. CONTRACTOR agrees that OWNER will be the final authority on whether or not a defect is one covered by the guarantee. 1.04 FINAL PAYMENT AND ACCEPTANCE A. General: 1. Upon completion of the WORK, and recommendation by the ENGINEER that the WORK is acceptable, OWNER will issue a letter that the WORK has been accepted under the conditions of the CONTRACT DOCUMENTS. 2. The entire balance found to be due to CONTRACTOR, including the retained percentages, except such sums as may be lawfully retained by OWNER, will be DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 77 00 - 3 paid to CONTRACTOR within forty-five (45) days of completion and acceptance of the WORK. B. Claims Against Contractor: 1. CONTRACTOR shall indemnify and save OWNER, ENGINEER, and OWNER’s agents harmless from all claims growing out of the lawful demands of SUBCONTRACTOR(s), laborers, workers, mechanics, and SUPPLIER(s) of machinery and parts thereof, equipment, tools, and all supplies, incurred in the furtherance of the performance of the WORK. 2. CONTRACTOR shall, at OWNER’s request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived by providing the required Statement Concerning Claims. 3. If CONTRACTOR fails to do so, OWNER may, after having notified CONTRACTOR, either pay unpaid bills or withhold from CONTRACTOR’s unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon all payment to CONTRACTOR shall be resumed in accordance with the terms of the CONTRACT DOCUMENTS; but in no event shall the provisions of this sentence be construed to impose any obligations upon OWNER to either CONTRACTOR, the Surety, or any third party. 4. In paying any unpaid bills of CONTRACTOR, any payment so made by OWNER will be considered as a payment made under the CONTRACT DOCUMENTS by OWNER to CONTRACTOR and OWNER shall not be liable to CONTRACTOR for any such payments made in good faith. C. Late Payment to Contractor: 1. If OWNER fails to make payment forty-five (45) days after approval by ENGINEER, in addition to other remedies available to CONTRACTOR, there will be added to each such payment the interest at the maximum legal rate commencing on the first day after said payment is due and continuing until the payment is received by CONTRACTOR. D. Acceptance of Final Payment as Release: 1. The acceptance by CONTRACTOR of final payment shall be and shall operate as a release to OWNER of all claims and all liability to CONTRACTOR other than claims in stated amounts as may be specifically excepted by CONTRACTOR for all things done or furnished in connection with this WORK and for every act and neglect of OWNER and others relating to or arising out of this WORK. 2. Any payment, however, final or otherwise, will not release CONTRACTOR or the sureties from any obligations under the CONTRACT DOCUMENTS or the PAYMENT AND PERFORMANCE BOND(s). DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 01 77 00 - 4 PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.01 FINAL CLEANING A. Upon completion of the WORK, CONTRACTOR shall, as soon as practicable, remove all waste materials, excess materials, tools, and equipment such as scaffolding, temporary structures, and facilities such as fencing and sanitary facilities. B. Upon completion of WORK on structures designed for human occupancy, CONTRACTOR shall clean and replace broken or scratched windows, clean and repair all surfaces, and clean and adjust all units of equipment which are part of the various building systems. C. The completed WORK shall be ready for full use before it is given a final inspection. Final payment will not be made to CONTRACTOR until all cleanup is done to the satisfaction of ENGINEER and OWNER. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 02 41 13 - 1 SECTION 02 41 13 SELECTIVE SITE DEMOLITION PART 1 GENERAL 1.01 SECTION INCLUDES A. This WORK consists of the removal and disposal of trees, slope and ditch protection, abandoned utility services, curbs, gutters, pipes, sidewalks, appurtenances, traffic control devices, guardrail, fences, foundations, pavements, pavement markings, and any other obstructions that are not designated or permitted to remain. It shall also include salvaging, stockpiling and loading salvable materials, sandblasting, plugging structures, cleaning culverts, and sawing and cutting to facilitate controlled breaking and removal of concrete and asphalt to a neat line. Except in areas to be excavated, the resulting trenches, holes, and pits shall be backfilled. B. Materials removed and not designated to be salvaged or incorporated into the WORK shall become the property of CONTRACTOR. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 31 11 00, Clearing and Grubbing. 2. Section 31 23 00, Excavation and Fill. 3. Section 32 91 13 Topsoil and Wetlands Topsoil PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.01 GENERAL A. CONTRACTOR shall raze, remove, and dispose of all structures and obstructions which are identified on the PROJECT, except utilities, structures and obstructions removed under other contractual agreements or as otherwise provided for in the CONTRACT DOCUMENTS, and salvable material designed to remain the property of OWNER. Prior to removing structures the CONTRACTOR is responsible for having all utilities disconnected and for all expenses associated with disconnecting and abandoning utility service lines. Payment for any utility disconnection shall be included in the unit price for structure removal. The CONTRACTOR and ENGINEER shall field measure and agree upon the quantity to be removed before the work commences. Should the CONTRACTOR fail to request the ENGINEER to measure any work, the CONTRACTOR will not be compensated for materials that were not measured by the ENGINEER. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 01/2013 02 41 13 - 2 The accepted quantities will be paid for at the contract unit price. Saw cutting, excavation, backfill, haul disposal, and stockpiling of materials will not be measured and paid for separately. This cost shall be included in the unit price for each bid item. B. Salvable Material: 1. All salvable material designated in the CONTRACT or by ENGINEER to remain the property of OWNER shall be removed without damage, in sections or pieces which may be readily transported, and shall be stockpiled by CONTRACTOR at specified locations within the PROJECT limits. 2. CONTRACTOR shall safeguard salvable materials and shall be responsible for the expense of repairing or replacing damaged or missing material until it is incorporated into the work, or is loaded onto OWNER’s equipment by CONTRACTOR. C. Signs and Traffic Signals: 1. Removal of signs shall include removal of posts, footings, pedestals, sign panels, and brackets. Concrete adhering to salvable signposts shall be removed. 2. Removal of sign panels shall include removal of the panel and its attachment hardware from the existing installation and adjusting the spacing of the remaining panels. 3. The removal of traffic signal items shall include poles, mast arms, signal heads, span wires, footings, all attachment hardware, and other incidental materials. Removal of signal poles or pedestal poles shall include pole, span wire, cable, signal heads, overhead sign support wire, footings, and pedestrian push buttons. Removal of traffic signal controller and cabinet shall include removal of the footing and all auxiliary equipment contained within the cabinet. D. Pavements, Sidewalks, and Curbs: 1. All concrete pavements, sidewalks, structures, curbs, gutters, etc., designated for removal, shall be disposed of offsite by CONTRACTOR at CONTRACTOR’s expense. 2. Sawing of concrete and asphalt shall be done to a true line, with a vertical face, unless otherwise specified. 3. The minimum depth of a saw cut shall be two (2) inches. 4. For reinforced concrete, the minimum depth shall be two (2) inches, or to the depth of the reinforcing steel, whichever occurs first. 5. Sections of concrete or asphalt which, due to the CONTRACTOR’S negligent operations, crack or break beyond the limits of construction, shall be saw cut, removed and replaced at the CONTRACTOR’S expense. The limit and responsibility of the repair will be determined by the ENGINEER. All saw cutting associated with removal items shall be considered incidental to the work and will not be measure or paid for separately under this item. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 1 SECTION 03 30 00 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01 DESCRIPTION A. The work of this section consists of furnishing and placing concrete, including formwork, reinforcement, finishing, curing, and all related work. The work also includes required materials testing, and leak testing. 1.02 REFERENCES A. Work performed and material supplied under this Section shall conform to the requirements of the following specifications, latest edition. Requirements specifically enumerated in this Section or shown on the Drawings supersede the reference specifications. In case of the disagreement between specifications, the more stringent requirements shall govern unless a written clarification is issued. B. ACI 117 - Standard Specification for Tolerances for Concrete Construction and Materials. C. ACI 301 - Specifications for Structural Concrete. D. ACI 305.1 -- Specification for Hot Weather Concreting. E. ACI 306.1 – Standard Specification for Cold Weather Concreting. F. ACI 308.1 – Standard Specifications for Curing Concrete. G. ACI 315 - Details and Detailing of Concrete Reinforcement. H. ACI 318 - Building Code Requirements for Structural Concrete. I. ACI 350 – Code Requirements for Environmental Engineering Concrete Structures. J. ASTM A185 – Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. K. ASTM A615 – Standard Specification for Deformed and Plain Carbon-Steel for Concrete Reinforcement. L. ASTM C33 – Standard Specification for Concrete Aggregates. M. ASTM C42 – Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. N. ASTM C94 - Standard Specification for Ready-Mixed Concrete. O. ASTM C150 - Standard Specification for Portland Cement. P. ASTM C260 - Standard Specification for Air Entraining Admixtures for Concrete. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 2 Q. ASTM C309 - Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. R. ASTM C494 - Standard Specification for Chemical Admixtures for Concrete. S. ASTM C618 – Standard Specification for Coal Fly Ash and Raw or Calcinated Natural Pozzolan for Use in Concrete. T. ASTM D4397 – Standard Specification for Polyethylene Sheeting for Construction, Industrial, and Agricultural Applications. U. CRSI - Manual of Standard Practice. 1.03 QUALITY ASSURANCE A. Concrete Mix Design: Proportion the concrete mix to produce an average compressive strength in excess of the specified compressive strength per the requirements of ACI 301. B. Testing 1. General: a. Testing Service: The Owner will employ and pay for a qualified independent laboratory to perform testing of concrete. Contractor will coordinate scheduling, and provide necessary means to assure cooperation with testing firm. Work and/or materials which are defective shall be repaired and re-tested at the Contractor's expense. b. Samples shall be taken after discharge of approximately 15 percent of the load. c. Concrete shall not be placed until slump, air content, and temperature tests are completed and results are within specified tolerances. d. When concrete is pumped, samples for air content tests shall be taken at the point of placement. 1. At the Contractor's option and expense, a course of testing may be undertaken to establish a correlation between the air content at the point of placement and the air content as delivered by the truck. Such correlation testing shall include the simultaneous testing of air content at the truck and point of placement. No fewer than three tests for each of two boom configurations (boom extended nearly horizontal and boom in a high "A" configuration) will be required for each proposed mix design. 2. Results of the testing shall be submitted for review. If, in the Engineer's opinion, an adequate correlation has not been established, the Engineer may require further correlation tests or that air content tests continue to be taken at the point of placement. e. Sampling, test methods, and reporting shall conform to the requirements of ASTM C94. 2. Frequency a. Slump Tests: Tests shall be performed on every truckload. b. Air Content, Temperature, and Unit Weight: 1. Tests shall be performed on the first three truckloads of concrete each day or for each major placement. If any of the results are out of the specified tolerance, testing shall continue on each truckload until a minimum of three consecutive loads meet the specified requirements. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 3 2. Once three consecutive truckloads have produced acceptable results, testing shall be performed at the same interval as compression tests. 3. Additional Air Content, Temperature, and Unit Weight tests shall be required on every load for which slump test results were out of specified range. 4. Should any Air Content or Temperature test fail to meet the requirements, testing of every truckload shall resume until three consecutive loads meet the specified requirements. c. Compression Tests: 1. Test specimens shall be made using standard 6 inch diameter by 12 inch high or 4 inch diameter by 8 inch high cylinders. Four cylinders shall be obtained for every 50 cubic yards of concrete placed or for each major placement during the day, whichever is more frequent. One cylinder will be tested at an age of 7 days for information, two at an age of 28 days for acceptance, and one held in reserve to be tested if required. 2. Additional cylinders may be made, laboratory or field cured, and tested at the Contractor's expense for purposes such as estimating in-place concrete strength prior to backfilling or removing forms. C. Enforcement of Strength Requirements: If the 28-day strength test fails to meet the requirements, the Engineer may require that core samples be taken and tested in accordance with ASTM C42, at Contractor's expense. If the core tests are below strength, if there is evidence of damage by freezing, or if the concrete fails to meet specifications in other ways, the Engineer may require that the defective concrete be removed and replaced at no additional expense to the Owner. D. The Contractor is responsible for quality control, including workmanship and materials furnished by his subcontractors and suppliers. 1. Inspection or testing does not relieve the Contractor of his responsibility to perform the Work in accordance with the Contract Documents. 2. Workmanship: The Contractor is responsible for and shall bear the cost of correcting concrete work which does not conform to the specified requirements including, but not limited to, strength, tolerances, joint types and patterns, and finishes. Correct deficient concrete by means acceptable to the Engineer. The cost of extra work incurred to approve corrective work shall be borne by the Contractor. E. Record of Work: A record shall be kept by the General Contractor listing the time and date of placement of all concrete for the structure. Record shall include truck batch tickets indicating quantities of constituent materials for concrete, water/cementitious material ratio, and quantities of any water or admixtures added after batching. Such record shall be kept until the completion of the project and shall be available to the Engineer for examination at any time. 1.04 SUBMITTALS A. Shop Drawings: 1. All shop drawings shall be original drawings and shall not be reproductions of the contract documents. 2. Submit detailed drawings for fabrication, bending, and placement of concrete reinforcement indicating size, dimension, bending, placing, and construction joint details. Include all accessories specified and required to support reinforcement. Comply with ACI Detailing Manual SP 66. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 4 3. Submit drawings indicating construction joints and placement sequence for all walls and/or slabs over 50 feet long in accordance with the requirements of this Section. Submit drawings detailing any proposed construction joints not shown in the contract documents. B. Product Data: 1. Submit data for proprietary materials and items, including admixtures, patching compounds, joint systems, curing compounds, sealants, and others as requested by the Engineer. 2. Submit certifications that curing compound (if used) is compatible with finishes. C. Certificates and Reports: 1. Concrete Mix Design: Comply with ASTM C 94; furnish statement of composition of concrete mix and evidence that mix will meet quality specified herein, including cement content; entrained air content, design slump and unit weight. 2. Compressive Test Results in support of concrete mix design. Such tests shall be performed with specimens prepared with the highest water/cementitious material ratio which will be used in the structure. 3. Admixtures: Submit admixture types and manufacturers with a written statement showing chloride content if any chloride was added during manufacture. 4. Submit results of concrete slump, air content, and compressive strength tests. D. Procedures: 1. Submit proposed curing procedures. 2. Submit proposed test procedures for any air content correlation test undertaken for pumped concrete. Submit results of correlation tests. 3. Submit proposed procedures and products for leak and crack repair. 1.05 DELIVERY, STORAGE, AND HANDLING A. General: Materials handling and batching shall conform to applicable provisions of ASTM C94. B. Reinforcing: Unload and store reinforcing bars so they will be kept free of mud and damage. C. Extra Water: 1. Deliver concrete to site in exact quantities required by design mix. 2. If concrete is delivered with a water/cementitious material ratio below that of the tested and approved mix design, truck batch tickets shall indicate the maximum additional water permitted. 3. Should extra water be required for workability before depositing concrete, General Contractor's superintendent shall have sole authority to authorize addition of water. Such additional water shall not exceed that indicated on the truck batch tickets, nor cause the water/cementitious material ratio of the tested and approved mix design to be exceeded. Any additional water added to mix after leaving batch plant shall be indicated on truck ticket and signed by person responsible. 4. Where extra water is added to concrete it shall be mixed thoroughly for 50 revolutions of drum before depositing. 5. Water may be added to the site only once for each batch. 6. An additional slump and air content test shall be performed following the addition of any water. D. Redosage with High Range Water Reducing Mixture (Superplasticizer): May be done with prior acceptance of Engineer regarding dosage and time periods. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 5 1.06 JOB CONDITIONS A. Environmental Requirements: 1. Cold Weather Placement: a. When for three successive days prior to concrete placement the average daily outdoor temperature drops below 40o F or when the average outdoor temperature is expected to drop below 40o F on the day of concrete placement, preparation, protection and curing of concrete shall comply with ACI 306.1. b. Concrete temperature at time of placement shall conform to minimum values of ACI 306.1, and shall not exceed minimum values by more than 20o F. c. Subject to acceptance of Engineer, an accelerating admixture may be used. Admixtures shall meet requirements of Part 2. Calcium Chloride and other chloride- type accelerating admixtures will not be allowed. d. Comply with concrete protection temperature requirements of ACI 306.1. Record concrete temperatures during specified protection period at intervals not to exceed 16 hours and not less than twice during any 24 hour period. e. Submit detailed procedures, means, and methods, for production, transportation, placement, protection, curing, and temperature monitoring of concrete during cold weather. 2. Hot Weather Placement: a. Temperature of concrete at time of placement shall not exceed 85o F. b. When air temperatures on day of placement are expected to exceed 90o F, mix ingredients shall be cooled before mixing. Flake ice or well-crushed ice of a size that will melt completely during mixing may be substituted for all or part of mix water. c. Retarding admixture may be used subject to acceptance of Engineer. Admixtures shall meet requirements of Part 2. d. Protect concrete to prevent rapid drying. Start finishing and curing as soon as possible. e. Limit mixing and transportation time as indicated in Part 2. B. Protection: Protect newly finished slabs from rain damage. Protect finished slabs from mortar leakage from placing of concrete above. Cover walls, glazing, and other finish materials with polyethylene or otherwise protect from damage due to placing of concrete. PART 2 - PRODUCTS 2.01 FORMWORK A. Contractor shall be responsible for design, strength, and safety of formwork. Formwork shall be designed to withstand vibrator action. Design, strength, spans, details, etc. of forms, shall be the Contractor's responsibility, and shall be in full conformance with the form manufacturer's recommendations. B. Formside Materials: 1. Concrete exposed to view shall have smooth form finish. Use metal or plastic lined panels or overlay plywood complying with PS 1, A-C or B-B High Density Overlaid Concrete Form, Class I, which will produce a smooth, hard, uniform texture on the concrete. Do not use materials with raised grain, torn surfaces, worn edges, patches, dents, or other defects that will impair the surface of the concrete. Furnish panels in largest practical sizes to minimize DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 6 number of joints and to conform to joint system shown. Provide form material with sufficient thickness to withstand pressure of newly placed concrete without bow or deflection. 2. Forms for Unexposed Finished Concrete: Form concrete surfaces which will be unexposed in finished structure with plywood, lumber, metal, or other acceptable material. Provide lumber dressed on at least two edges and one side for tight fit. 3. Form Coatings: Provide commercial formulation form-coating compounds that will not bond with, stain nor adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces. 4. Inspection shall occur prior to placing concrete. Forms shall be inspected for cleanliness, accuracy of alignment, and reinforcing steel clearances. C. Form Ties: Snap-off metal, of required length, 1 inch diameter cone ends at exposed concrete. Form ties shall be constructed so that no metal remains within 1-1/2 inch of the surface of the wall after removal of formwork. The assembly should provide cone-shaped depression at the surface to allow proper filling and patching. Provide form ties with integral waterstops for water retaining structures. D. Fillets for Chamfered Corners: Wood strips or rigid plastic type; size as detailed; maximum practical lengths. E. Slab Construction Joint Forms: 1. Preformed material with continuous tongue and groove. 2. Dimensional lumber, field fabricated and installed to match slab thickness, and allow the installation of reinforcing and waterstop. 2.02 REINFORCEMENT A. Reinforcing Steel: ASTM A615 grade 60 deformed bars, uncoated finish unless noted otherwise on the Drawings. B. Welded Steel Wire Fabric: ASTM A185 plain type; in flat sheets; uncoated finish. C. Tie Wire: Minimum 16 gage annealed type. D. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during installation and placement of concrete. Wood, brick or other unacceptable material is not permitted. E. Chairs, Bolsters, Bar Supports, Spacers at Architectural Concrete Surfaces, Concrete Which Will Be Exposed to View: CRSI Class 1 (plastic coated) or Class 2 (stainless steel); sized and shaped as required. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 7 2.03 CONCRETE A. General Requirements: 1. Portland Cement: a. ASTM C150, Type II. Use cement containing not more than 0.60 percent alkalies (calculated as the percentage of sodium oxide plus 0.658 times the percentage of potassium oxide) in concrete with aggregate that may be deleteriously reactive. b. Use one brand of cement throughout project unless approved otherwise. 2. Fly ash will be allowed as a cementitious component of the mix. Fly ash shall conform to ASTM C618 Class C or F. Fly ash shall not exceed 15% of total cementitious material by weight. 3. Aggregate: ASTM C33. Obtain from same source throughout project. a. Fine Aggregate: Natural sand. b. Coarse Aggregate: Gravel or crushed stone containing no deleterious substances. c. Maximum size of coarse aggregate shall be as follows: For footings . . . . . . . . . . . . . . . . . . . . 1 inch For walls & slabs . . . . . . . . . . . . . . . 3/4 inch 4. Water: Clean and not detrimental to concrete. B. Ready-Mix Concrete: 1. Materials: Materials, including cement, aggregates, water, and admixtures, shall meet the requirements of ASTM C94, subject to the additional requirements of this section. 2. Quality of Concrete: Concrete shall be furnished under Option C, ASTM C94, whereby the manufacturer assumes full responsibility for the selection of the proportions for the concrete mixture, with the minimum allowable cement content specified. Submit statement of composition as specified in Part 1 of this section. 3. Required Strength: 4500 psi at 28 days. 4. Cementitious Material Content: Minimum of 564 pounds per cubic yard. 5. Air Content: a. 6 % ± 1 1/2 %, measured at discharge from truck. b. 6% + 2%, measured at point of placement. 6. Slump: Shall not exceed 4 inches, 6 inch maximum with superplasticizer; with tolerances as specified in ASTM C94. 7. Maximum water/cementitious material ratio: 0.45. a. Water/cementitious material ratio of concrete placed in structure shall not exceed the water/cementitious material ratio of tested and approved mix design. 8. Manufacture and Delivery: a. Measurement of materials, batching, mixing, transporting, and delivery shall be as specified in ASTM C 94. b. Hauling Time: Discharge all concrete transmitted in a truck mixer, agitator, or other transportation device not later than 1-1/2 hours, or 300 revolutions of the drum after the mixing water has been added, whichever is earliest. In hot weather, limit mixing time to 45 minutes or 125 revolutions of the drum. If the manufacturer cannot meet these requirements, then the water shall be introduced into the mix at the project site. 2.04 ADMIXTURES A. General: Unless specified, no admixtures may be used without specific approval of the Engineer. B. Prohibited Products: Calcium chloride or admixtures containing more than 0.05% chloride ions or thiocyanates are not permitted. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 8 C. Air-Entraining Admixture: ASTM C260. 1. Subject to compliance with requirements, provide one of the following: a. "Air Mix" - Euclid Chemical Co. b. "Daravair AT60" - Grace Construction Products c. "Micro-Air" - BASF d. "Sika Air" - Sika 2. Interior trowel finished slabs shall not contain air entraining admixtures. D. Water Reducing Admixture: ASTM C494, Type A. 1. Subject to compliance with requirements, provide one of the following: a. "Eucon WR" - Euclid Chemical Co. b. "Pozzolith 322 N" - BASF c. "Plastocrete 161" - Sika E. High Range Water Reducing Admixture (Superplasticizer): ASTM C494, Type F or G. 1. Subject to compliance with requirements, provide one of the following: a. "Eucon 537" - Euclid Chemical Co. b. "Glenium 3030 NS" - BASF c. "ViscoCrete 2100" - Sika F. Non-Corrosive, Non-Chloride Accelerator: ASTM C494, Type C or E. The admixture manufacturer must have long-term, non-corrosive test data (of at least a year's duration) using an acceptable accelerated corrosion test method such as electrical potential measurements. 1. Subject to compliance with requirements, provide one of the following: a. "Accelguard 80" - Euclid Chemical Co. b. "Pozzolith NC534" - BASF c. "Plastocrete 161FL" - Sika G. Retarding Admixture: ASTM C494, Type D. 1. Subject to compliance with requirements, use one of the following: a. "Eucon Retarder 75" - Euclid Chemical Co. b. "Daratard 17" - W. R. Grace Co. c. "Pozzolith 122R" - BASF d. "Plastiment" - Sika H. Use of admixtures will not relax cold weather placement requirements. 2.05 PATCHING GROUT A. SikaTop 123 Plus, Manufactured by Sika Corporation, 875 Valley Brooks Avenue, Lyndhurst, NJ 07071, Ph (201) 933-8800, or approved equal. 2.06 NONSHRINK GROUT A. Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing a minimum compressive strength of 8,000 psi in 28 days. 1. Subject to compliance with requirements, use one of the following: a. "Five Star Grout" - Five Star Products b. "Sikagrout 328" - Sika c. "Masterflow 928" - BASF DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 9 2.07 SLEEVES A. Unless noted otherwise on the drawings, sleeves shall consist of schedule 40 pipe, two pipe sizes larger than carrier pipe, with 0.25 inch thick waterstop ring. Waterstop ring outside diameter shall be 6 inches greater than sleeve. Assembly shall be hot dipped galvanized after fabrication. 2.08 OTHER EMBEDDED ITEMS A. Items encased in concrete shall not be painted. 2.09 BONDING AGENT A. Epoxy bonding agent. 1. Epoxy bonding agents may be used in any approved location. 2. Subject to compliance with requirements, use one of the following: a. "Sikadur 32" - Sika b. "Sika Armatec 110 EpoCem" - Sika c. "Resi-Bond (J-58)" - Dayton Superior d. "Concresive LPL" - BASF Building Systems 2.10 CURING MATERIALS A. Curing compound or material shall be compatible with required finishes and/or coatings. B. Sheet Materials: ASTM D 4397, 4-mil polyethylene film or waterproof paper. C. Spray Applied Membrane Forming Liquids (applied in accordance with ACI 301): 1. Subject to compliance with requirements, use one of the following: a. "Kure-N-Seal" - BASF b. "Safe Cure & Seal (J-18)" - Dayton Superior D. Moisture cure surfaces where curing compound or material are incompatible with required finishes and/or coating. E. Water: Clean and not detrimental to concrete. 2.11 ANCHORING SYSTEMS A. Anchor Bolts: ASTM F 1554 Grade 36, unless otherwise indicated. B. Adhesive Anchors: "HIT HY 200" Injection Adhesive Anchor - Hilti Fastening Systems or approved equal. C. Expansion Anchors: "Kwik Bolt III" - Hilti Fastening Systems or approved equal. 2.12 CRACK AND LEAK REPAIR MATERIAL A. Epoxy for Injection: 1. Subject to compliance with requirements, use one of the following products, or approved equal: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 10 a. "Sikadur 35" - Sika. b. "Denepox I-150" - De Neef Construction Chemicals B. Polyurethane Chemical Grout for Injection: 1. Subject to compliance with requirements, use one of the following products, or approved equal: a. "SikaFix HH" - Sika. b. "Hydro Active Flex LV" - De Neef Construction Chemicals PART 3 - EXECUTION 3.01 FORMWORK A. Design, erect, support, brace and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by concrete structure. Construct formwork so concrete members and structures are correct size, shape, alignment, elevation and position. Design formwork to be readily removable without impact, shock or damage to cast-in-place concrete surfaces and adjacent materials. B. Arrange formwork construction to allow for proper sequencing and removal without damage. Use orderly and symmetrical panel arrangement with minimum number of joints. Mount panels on rigid supports to minimize deflection. Before proceeding, secure approval of formwork and procedures. C. Forms: 1. Sufficiently tight to prevent loss of mortar. 2. Seal wood with coating material to minimize absorption of moisture from the concrete. 3. Coat textured forms with release agent and others where required. Application shall be made prior to reinforcement placement. 4. Coat steel forms with a non-staining, rust-preventive form oil or otherwise protect against rusting. Rust-stained steel formwork is not acceptable. D. Thoroughly remove all dirt, mortar, ice and foreign matter before each use. Where the bottom of the form is inaccessible from within, access panels shall be provided to permit thorough removal of extraneous material before placing concrete. E. Chamfer all exposed horizontal and vertical edges or outer corners 3/4 inch, both interior and exterior of structures, except where other construction contacts the concrete. F. Where tolerances are not stated elsewhere in these specifications or drawings for any individual structure or feature, permissible deviations from established lines, grades, and dimensions are listed below: 1. Variation From the Plumb: a. In the lines and surfaces of columns, walls, and in arises: In 10 feet, 1/4-inch; in any story or 20 feet, 3/8-inch; in 40 feet or more, 3/4-inch. b. For exposed corners, control-joints and other conspicuous lines: In any bay or 20 feet, 1/4-inch; in 40 feet or more, 1/2-inch. 2. Variation From the Level or From the Grades Shown: a. In Top of Walls: In 10 feet, 1/4-inch; in any bay or 20 feet, 3/8-inch; in 40 feet or more, 3/4-inch. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 11 b. For exposed horizontal grooves and other conspicuous lines: In any bay or 20 feet, 1/4-inch; in 40 feet or more, 1/2-inch. 3. Variation of the linear building lines from established position in plan and related position of walls and partitions: in any bay or 20 feet, 1/4-inch; in 40 feet or more, 1/2-inch. 4. Variation in the sizes and locations of sleeves, floor openings and wall openings: 1/4-inch. 5. Variation of cross-sectional dimensions in the thickness of slabs and walls: Minus, 1/4-inch; plus, 1/2-inch. 6. Footings: a. Misplacement or eccentricity: 2 percent of the footing width in the direction of misplacement but not more than 2 inches. b. Variation in thickness: 5 percent of the specified thickness. 3.02 SHORES AND SUPPORTS A. Contractor shall be fully responsible for the design, construction, and performance of shoring and reshoring. 3.03 REINFORCEMENT A. Design: The contract documents show only the general reinforcing requirements and geometry. Design of splice and bend details, bar lengths, etc., are the responsibility of the Contractor and shall be shown on the shop drawings. B. Bending: In accordance with CRSI Manual of Standard Practice. C. Placement: Place reinforcement accurately as shown. Adequately secure reinforcement in position by concrete or metal chairs and spacers, in accordance with CRSI Manual of Standard Practice. Distance between the steel and the surface, as shown; otherwise, in accordance with the CRSI Manual. In walls, use bolsters or chairs between form and reinforcement to prevent lateral displacement of reinforcement and to ensure proper concrete cover. D. Placing bars in fresh concrete as the Work progresses (“stabbing”), and adjusting bars during the placement of concrete shall not be permitted. E. Splices: 1. Bar laps shall be in contact and securely tied. 2. Locate splices of reinforcement as shown. For any splices not shown, provide splice length as called for on the Drawings or in accordance with ACI 318. 3. In beams and slabs, all top bars shall be spliced at midspan and all bottom bars shall be spliced at supports. 4. Install welded wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous laps in either direction. F. Reinforcement shall be continuous around corners or corner bars shall be provided. G. Bars shall not be field bent unless otherwise approved by the Engineer. Bars shall not be bent or straightened in a manner that will damage the bars. The use of heat to bend or straighten bars shall not be permitted. H. Welding of reinforcing bars is not permitted without written permission of the Engineer. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 12 I. Inspection: After reinforcement has been placed, it shall be inspected prior to placing the concrete. J. Condition of Surfaces: At time concrete is placed, all metal reinforcement shall be free from rust, scale, frost, or other coatings that would destroy or reduce the bond. 3.04 JOINTS AND EMBEDDED ITEMS A. Construct all joints true to line with faces perpendicular to surface. B. Construction Joints: Locate and install construction joints where shown. 1. Obtain approval for joints not shown and locate them where they least impair the strength of the structure. Make joints perpendicular to the main reinforcement. 2. Continue all reinforcing steel across construction joints. 3. Use bonding agent at joints between fresh concrete and existing or fully cured, hardened concrete. By sandblasting, or other approved means, clean surfaces of laitance, coatings, loose particles, and foreign matter. Apply bonding agent in accordance with manufacturer's instructions. C. Control Joints: 1. Provide hand tooled, sawcut, or formed control joints. 2. Depth of control joints shall equal 1/4 of slab thickness unless indicated otherwise. 3. Locate control joint where shown, and in patterns shown on the Drawings. 4. Provide continuous control joints in lightly loaded slabs-on-grade, walks, stoops, aprons, and similar flatwork whether shown or not. a. Joint spacing shall not exceed 15'-0" b. Panels between joints shall be square or rectangular to the extent practicable. In no case shall a panel's length exceed twice its width. 5. Do not place control joints in mat foundations, suspended slabs, or liquid holding structures unless specifically indicated. D. Expansion Joints: Install expansion joint fillers as shown on Drawings. Separate slabs, curbs, manholes, and inlets from vertical surfaces with expansion joint material. Extend full depth of joint. Recess joint filler not less than 1/2 inch, nor more than 1 inch below finished surface where sealants are indicated. E. Other Embedded Items, Penetrations, and Blockouts: 1. Before concreting, place all required sleeves, inserts, anchor bolts, and embedded items. Anchor to prevent floatation and displacement. 2. Give all trades whose work is related to the concrete ample notice and opportunity to introduce embedded items before concrete is placed. 3. Position embedded items accurately and support them against displacement. Fill voids in sleeves, and inserts, and anchor slots temporarily with readily removable material to prevent the entry of concrete. 3.05 MIXING A. When the concrete is mixed completely in a truck mixer, 70 to 100 revolutions at the mixing speed specified by the manufacturer are required to produce uniformity of the concrete. 3.06 PLACING OF CONCRETE DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 13 A. Preparation Before Placing: 1. Remove hardened concrete and foreign materials from inner surfaces of conveying equipment. 2. Check formwork for completion, check position and securement of reinforcement, joint material, sleeves, anchors, and other embedded items, and obtain approval on entire preparation. 3. Remove ice and excess water and sprinkle semiporous subgrades sufficiently to eliminate suction. 4. Do not place concrete on frozen ground. 5. Do not place concrete during rain, sleet, or snow unless protection is provided. B. Depositing: 1. Place concrete in final position to avoid segregation due to rehandling or flowing. 2. Direct concrete down the center of forms. Use drop chutes where necessary to prevent the stream of concrete from being separated by striking reinforcing or other embedded objects. 3. Spread concrete in horizontal lifts between 6 inches and 20 inches high. Lifts shall be of a height to minimize surface defects and eliminate rock pockets. 4. Place concrete at such a rate that the concrete remains plastic and flows readily into spaces between bars. Do not deposit concrete that has partially hardened or become contaminated by foreign material. 5. Deposit concrete continuously and rapidly enough so that the layer supporting the one being placed is still plastic. If continuous placement is impossible, locate construction joints where shown or as approved. 6. Remove temporary form spreaders when concrete reaches them. 7. Do not begin placing concrete in supported elements until the concrete previously placed in beams and walls has cured a minimum of 1 day. C. Compacting: 1. Use high frequency vibrators in the placement of concrete forms. When concrete is being placed on hardened concrete or in bottom of forms, exercise care to ensure complete consolidation. After the initial lift, vibrator shall penetrate through and into top of previous lift of concrete. 2. Internal vibrators shall have a minimum frequency of 8,000 rpm. Overvibrating and use of vibrators to transport concrete within forms shall not be allowed. Insert and withdraw vibrators at many points, from 18 to 30 inches apart, for 5 to 15-second duration. Keep a spare vibrator on the project site during all concrete placing operations. 3. Once concreting is started, it shall be carried on as a continuous operation until the placing of the panel or section is completed, preventing fresh concrete from being deposited on concrete which has hardened sufficiently to cause formation of seams and planes of weakness within the section. 4. Remove splashes or accumulations of hardened or partially hardened concrete or mortar on forms or reinforcement above general level of the concrete already in place before the work proceeds. 5. Maintain reinforcement in proper position during concrete placement operations. 6. Bring slab surfaces to correct level with straightedge and strikeoff. Use bull floats or darbies to smooth surfaces free of lumps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. D. Maximum Size of Concrete Placements: 1. Limit size of each placement to allow for volume change due to shrinkage and temperature. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 14 2. Consider beams, girders, column capitals, and haunches as part of floor or roof system and place monolithically with floor or roof system. E. Minimum Time Between Adjacent Placements (unless indicated otherwise on the Drawings): 1. Construction Joints: 7 days 2. Expansion Joints: 1 day. 3. At least 1 day shall elapse after depositing concrete in columns and walls before depositing concrete in beams or slabs supported thereon. 3.07 FORM REMOVAL A. Carefully remove forms to ensure the safety of the structure and avoid damage to concrete. B. Non-supporting forms (sides of columns, walls, etc.) may be removed after 24 hours, providing the concrete will not be injured, and curing operations are maintained. C. Supporting forms shall remain in place until all the following requirements are met: 1. Concrete has cured a minimum of 7 days. 2. Concrete has reached 80% of the specified 28-day compressive strength as determined by test cylinders. 3. Members have acquired sufficient strength to support their weight and all imposed loads safely. 3.08 REPAIRING AND PATCHING A. Patch all the tie holes, surface air voids 1 IN or greater in diameter, and all repairable defective areas immediately after form removal. B. All honeycombed and other defective concrete shall be removed to sound concrete with edges perpendicular to the surface. C. Prepare surface and apply bonding agent in strict accordance with manufacturer's recommendations. D. Mix, apply, and cure patching grout in strict accordance with manufacturer's recommendations. 3.09 FINISHES FOR FORMED SURFACES A. Unless selection of finish is indicated on the Drawings or other specifications, formed surfaces shall be finished as follows: Surface Finish Exterior side of walls below grade Rough Form Finish All other surfaces Smooth Form Finish B. Rough Form Finish: Leave surface with texture imparted by the forms. C. Smooth Form Finish: Completely remove all fins. All form marks should be ground flush so that the concrete surface is smooth. E. Related Unformed Surfaces: At top of walls, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces, strike-off smooth and finish with a texture matching adjacent DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 15 formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. F. Protect concrete from damage until completion of concrete sealing. 3.10 FINISHING FOR SLABS A. Screeding: After concrete has been thoroughly consolidated, screed slabs to the desired elevation and contours by means of accurately placed edge forms and intermediate screed strips. B. Jointing: Locate and construct control joints as shown or specified. Start cutting saw-cut joints as soon as concrete has hardened sufficiently to prevent dislodgement of aggregates. Complete sawing within 12 hours after placement. C. Unless selection of finish is indicated on the Drawings or other specifications, slab surfaces shall be finished as follows: Surface Finish Slabs to receive cementitious toppings Roughened Finish All other surfaces Float Finish D. Float Finish: 1. Place, consolidate, strike off, and level concrete, but do not work it further until ready for floating. Begin floating when water sheen has disappeared and when the surface has stiffened sufficiently. 2. During or after the first floating, check planeness of surface with a 10-foot straightedge applied at not less than two different angles, and then cut down all high spots and fill all low spots to achieve a true plane within 1/4 inch in 10 feet. 3. Refloat slab immediately to a uniform sandy texture. E. Roughened Finish: Immediately after floating, create a coarse texture, with a minimum 3/16" amplitude, by drawing a grooved bull float, rake, or stiff broom across the surface. 3.11 CURING AND PROTECTION A. General: Beginning immediately after placement, protect concrete from drying, excessively hot or cold temperatures, and mechanical injury. Keep moisture loss to a minimum until cement has hydrated and concrete is cured. B. Curing: 1. Formed Surfaces: Keep forms wet. Cool metal forms exposed to the sun with water. Forms shall remain in place for 7 days unless a curing method as specified below is used. 2. Duration of Curing: 7 days minimum. 3. Methods of curing shall be as follows: a. Provide moisture-retaining cover curing as follows: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practical width with sides and ends lapped at least 3" and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. b. Provide water curing as follows: Keep concrete surface continuously wet by covering with water, or continuous water-fog spray. Cover concrete surface with absorptive cover, thoroughly saturate cover with water and keeping continuously wet. Place DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 03 30 00 - 16 absorptive cover to provide coverage of concrete surfaces and edges, with 4" lap over adjacent absorptive covers. c. Provide Liquid Membrane Forming Curing Compound as follows: Apply specified curing and sealing compound to concrete surfaces as soon as final finishing operations are complete (within 2 hours). Apply uniformly in continuous operation by power-spray or roller in accordance with manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. Use Liquid Membrane Curing Compound only as approved by the Engineer. d. The selected curing method shall be applied to the concrete immediately upon removal of forms. C. Protection: 1. In cold weather, maintain the moisture conditions but also, by heating or covering, maintain temperature of the concrete between 50 degrees F and 70 degrees F for entire curing period. 2. In hot weather, take immediate steps to protect newly finished concrete from the drying effects of wind and sun, and maintain temperature of the air surrounding the concrete uniform within 5 degrees F in any one hour or 50 degrees F in any 24-hour period. 3. During curing period, protect concrete from mechanical damage, loading, shock, and vibration. 3.12 CONSTRUCTION OF CONCRETE FILL A. Refer to Civil Drawings for fill not shown on structural drawings. B. Fill shall be placed as soon as possible after completion of the curing period of the floor. Contact surfaces shall be thoroughly cleaned to the degree recommended by the bonding agent manufacturer. C. Prepare surface and apply bonding agent in strict accordance with manufacturer's recommendations. Place concrete over bonding agent within the recommended time period. D. Concrete fill shall be accurately screeded to the elevations shown and steel trowel finished. Cure concrete as specified above. 3.13 NONSHRINK GROUT A. Use nonshrink grout to fill voids under columns and equipment bases. Grout shall be mixed and used in accordance with manufacturer's recommendations. Exposed edges shall be smooth, straight, and even. 3.14 DAMAGED OR DEFECTIVE CONCRETE A. Remove damaged or defective concrete before completion and acceptance of the work and replace with acceptable concrete. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 07 19 00 - 4 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 07 91 00 - 1 SECTION 07 91 00 MANHOLE PREFORMED JOINT SEALS PART 1 GENERAL 1.01 SECTION INCLUDES A. CONTRACTOR shall furnish all labor, tools, equipment, and install joint sealer for precast concrete manholes, where shown on the DRAWINGS and as specified herein. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 33 05 13, Manholes. 1.03 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. AASHTO M198, Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. 1.04 SUBMITTALS A. CONTRACTOR shall submit product SPECIFICATIONS for all items pertaining to the WORK covered in this section. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Materials, equipment, and accessories specified in this section shall be products of: 1. K. T. Snyder; Ram-Nek. 2. Hamilton-Kent; Kent-Seal No. 2. 3. Sheller-Globe; Tac-Tite. 4. Conseal CS-102 2.02 MATERIALS A. General: Joint sealer shall be preformed, plastic gasket with hydrocarbon resins and inert mineral filler, in accordance with AASHTO M198, Type B. B. Primers: Primers shall be used when recommended by the joint sealer manufacturer. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 07 91 00 - 2 PART 3 EXECUTION 3.01 PREPARATION A. CONTRACTOR shall clean the concrete surfaces in accordance with the manufacturer’s recommendations. Mask edges, if required, to protect adjoining surfaces and produce a straight finish line. If required by the manufacturer, prime concrete surfaces with the recommended primer. Install bond breaker tape as required by the manufacturer to ensure sealant shall perform properly. 3.02 APPLICATION A. CONTRACTOR shall apply the sealant in continuous beads without open joints, voids, or air pockets. Remove excess sealer promptly as WORK progresses and clean adjacent surfaces. Apply the sealer in accordance with the manufacturer’s printed instructions and SPECIFICATIONS. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 07 92 00 - 1 SECTION 07 92 00 SEALANTS PART 1 GENERAL 1.01 SECTION INCLUDES A. CONTRACTOR shall furnish all labor, materials, tools, equipment, and perform all WORK and services for all sealant WORK, both exterior and interior where the words caulk, caulking, or sealant is shown on DRAWINGS or specified, in accordance with provisions of the CONTRACT DOCUMENTS, and completely coordinated with WORK of all other trades. B. Although such WORK is not specifically indicated, CONTRACTOR shall furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to, or necessary for, a sound, secure, and complete installation. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 03 30 00, Cast-in-Place Concrete. 2. Section 32 16 00, Sidewalks, Curbs, and Gutters. 1.03 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. ASTM International (ASTM): a. ASTM C509, Standard Specification for Elastomeric Cellular Preformed Gasket and Sealing Material. b. ASTM C920, Standard Specification for Elastomeric Joint Sealants. c. ASTM D1056, Standard Specification for Flexible Cellular Materials - Sponge or Expanded Rubber. 2. Sealant, Waterproofing and Restoration Institute (SWRI): a. SWRI 2, Sealants the Professionals’ Guide. b. SWRI 7, Sealant Specifications. 3. Federal Specification (FED): a. H-08-1 SEC 07920, Sealants and Caulking. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 07 92 00 - 2 1.04 SUBMITTALS A. CONTRACTOR shall submit product SPECIFICATIONS for all items pertaining to the WORK covered in this section. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Materials, equipment, and accessories specified in this section shall be products of: 1. Potable Water Containment Structures (Polyurethane Sealant): Sika; Sikaflex 1- a or Sikaflex 1-c. 2. Fire Resistant Sealant for Buildings: General Electric; 3-6548 silicone RTV foam. 3. Portland cement Concrete Pavements: a. Dow Corning; 888 or 890. b. Sika; Sikaflex, 15 LM. 4. Portland Cement Concrete Curb, Gutter, and Sidewalk: Sika; Sikaflex 1-a or Sikaflex 1cSL. 2.02 MATERIALS A. Sealant: 1. Type: Provide non-sagging sealant for vertical joints. Sealants for horizontal joints may be self-leveling. 2. Filler Compatibility: Before use of any sealant, investigate its compatibility with joint surfaces, fillers, and other materials in joint system. Provide only materials compatible with installation conditions. 3. Color: Provide colors matching materials being sealed. Where compound is not exposed to view in finished WORK, provide manufacturer’s color which has best performance. B. Joint Cleaner: Provide as recommended by sealant manufacturer. C. Joint Primer-Sealer: Provide as recommended by sealant manufacturer. D. Bond Breaker: Bond breaker material shall be furnished as recommended by sealant manufacturer. E. Sealant Backer Rod: Rod stock of polyethylene, polyethylene jacketed polyurethane foam, or other flexible, non-absorbent, non-bituminous material recommended by sealant manufacturer. The backer rod shall: 1. Control joint depth. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 07 92 00 - 3 2. Break bond of sealant at bottom of joint. 3. Provide proper shape of sealant bead to minimize possibility of sealant extrusion. F. Compressible Sealant: 1. Size compressible sealant so that width of material is twice joint width. 2. Foamed polyurethane strip saturated with polymerized polybutylene waterproofing. 3. Foamed polyurethane strip saturated with polymerized polybutylene waterproofing coated on front face with non-reactive release agent that will act as bond breaker for applied sealant. 4. Apply adhesive as recommended by sealant manufacturer. PART 3 EXECUTION 3.01 GENERAL A. Perform WORK in accordance with SWRI requirements for materials and installation or in accordance with sealant manufacturer’s requirements for preparation of surfaces and material installation instructions. B. Maintain one (1) copy of each SWRI document on site. C. Areas to be Sealed: Seal any joints or areas which may permit penetration of moisture, unless sealing WORK is specifically required under other sections and/or as shown on the DRAWINGS. Make all joints watertight. D. Priming: Where required, prime joint surfaces. Limit application to surfaces to receive caulking. Mask off adjacent surfaces. 3.02 PREPARATION A. Surface Preparation: Clean all joint surfaces. Joint walls shall be sound, clean, dry, and free from oil, grease, and frost. Curing compound residues and any other foreign matter shall be thoroughly removed. Where required to completely clean the joint, the joint shall be mechanically cleaned by water or sand blasting. 3.03 APPLICATION A. Bond Breaker or Backer Rod Installation: Install bond breaker or backer rod as specified to regulate depth of sealant. B. Compressible Joint Sealant: Install compressible sealant in joint to depth recommended by manufacturer. Take care to avoid contamination of sides of joint. Protect sidewalls of joint (to depth of sealant) as recommended by manufacturer. Install with adhesive on two (2) faces in contact with sides of joints. C. Sealant: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 07 92 00 - 4 1. Location: a. One or two component polyurethane (exterior and interior use). b. One or two component silicone (exterior use and interior wet area use). c. Compressible Sealant (where indicated). d. Epoxy Sealants (where indicated). 2. The joint shall be cleaned as recommended by sealant manufacturer. 3. The joint shall be primer-sealed as recommended by sealant manufacturer. 4. Use sufficient pressure to fill all voids and joints solid. Apply sealant when joint slot is at the mid-point of its designed expansion and construction. Install sealant with hand or power-operated caulking gun horizontally in one (1) direction and vertically from top to bottom. Avoid overlapping of sealant to eliminate entrapment of air. 5. To facilitate tooling, wet concave pointing tool with a diluted soap solution. Apply sealants when the surface and ambient temperature is forty degrees Fahrenheit (40F) or higher and in accordance with the temperature limitations of the manufacturer. 3.04 MANUFACTURER’S FIELD SERVICES A. Field Services: Obtain sealing compounds only from manufacturers who shall, when required, provide services of manufacturer’s field service representatives at PROJECT site for purposes of advising and instructing installers in proper procedures and precautions for use of materials. Provide such services, when required, without expense to OWNER. 3.05 CLEANING A. Dispose of all spillage and refuse sealant material in accordance with applicable regulations. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 11 00 - 1 SECTION 31 11 00 CLEARING AND GRUBBING PART 1 GENERAL 1.01 SECTION INCLUDES A. This WORK consists of clearing, grubbing, removing, and disposing of vegetation and debris within the limits of the PROJECT site as shown on the DRAWINGS and as required by the WORK. Vegetation and objects designated to remain shall be preserved free from injury or defacement. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 01 57 19, Temporary Environmental Controls 2. Section 31 23 00, Excavation and Fill. 3. Section 31 25 00, Erosion and Sedimentation Controls PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.01 GENERAL A. OWNER will designate all trees, shrubs, plants, and other objects to remain. Any object that is designated to remain and is damaged shall be repaired or replaced as directed by OWNER, at CONTRACTOR’s expense. B. No material or debris shall be disposed of within the PROJECT limits. 3.02 CONSTRUCTION A. Clearing and grubbing shall extend to the toe of fill or the top of cut slopes or as designated on the DRAWINGS. B. All surface objects, trees, stumps, roots, and other protruding obstructions not designated to remain shall be cleared and grubbed, including mowing, as required. C. Undisturbed stumps, roots, and nonperishable solid objects located two (2) feet or more below subgrade or embankment slope may remain in place. D. In areas to be rounded at the tops of backslopes, stumps shall be removed to at least two (2) feet below the surface of the final slope line. E. CONTRACTOR shall scalp the areas within the excavation or embankment grading limits. Scalping shall include the removal from the ground surface of sawdust, and other vegetation matter. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 11 00 - 2 F. Except in areas to be excavated, all holes resulting from the removal of obstructions shall be backfilled with suitable material and compacted in accordance with Section 31 23 00, Excavation and Fill. G. All cleared timber shall be removed from the PROJECT and shall become the property of CONTRACTOR. H. Branches on trees or shrubs shall be removed as directed. All trimming shall be done in accordance with good tree surgery practices. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 14 13 - 1 SECTION 31 14 13 TOPSOIL AND WETLAND TOPSOIL STRIPPING AND STOCKPILING PART 1 GENERAL 1.01 SECTION INCLUDES A. This WORK consists of salvaging and stockpiling topsoil and wetland topsoil and excavating suitable topsoil or wetland topsoil from stockpiles, CONTRACTOR sources, available sources, or from the approved natural ground cover to place on designated areas. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 01 57 19, Temporary Environmental Controls 2. Section 31 11 00, Clearing and Grubbing. 3. Section 31 23 00, Excavation and Fill. 4. Section 31 25 00 Erosion and Sedimentation Control 5. Section 32 91 13, Topsoil and Wetland Topsoil PART 2 PRODUCTS 2.01 MATERIALS A. Topsoil shall meet the requirements of Section 32 19 13 Topsoil and Wetland Topsoil. Topsoil and Wetland Topsoil shall consist of natural onsite ground cover or hauled material from offsite sources. B. Erosion and Sedimentation Control for Stockpiles shall meet the requirements of Section 31 25 00, Erosion and Sedimentation Control. C. Wetland topsoil material shall consist of moist organic soil, including any existing wetland vegetation and seeds. Material shall be excavated from areas as shown on the DRAWINGS, hauled material from offsite sources, or as directed by ENGINEER. All wetland topsoil materials shall meet the requirements of Section 32 19 13, Topsoil and Wetland Topsoil. PART 3 EXECUTION 3.01 TOPSOIL A. Topsoil within the limits of the PROJECT shall be salvaged prior to beginning excavating, fill or hauling, operations by excavating topsoil and stockpiling the material at designated locations on DRAWINGS or as designated by OWNER in a manner that will facilitate measurement, minimize sediment damage, and not obstruct natural drainage. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 14 13 - 2 B. Imported topsoil shall be hauled to the site and stockpiled in locations designated by OWNER. C. Salvaged topsoil exceeding the quantity required under the CONTRACT shall be disposed of at CONTRACTOR’s expense. 3.02 STOCKPILE A. No soil stockpile shall exceed ten (10) feet in height. B. All topsoil stockpiles shall be protected from sediment transport by surface roughening, watering, and perimeter silt fencing. C. Any topsoil stockpile remaining longer than 30 days shall be seeded with a sterile temporary cover (such as REGREEN or approved equivalent) or the approved specified final seed mixture. D. Upon completion of PROJECT or as approved by OWNER or OWNERS REPRESENTATIVE, remove surplus subsoil and topsoil from site. Grade stockpile area as necessary for planting or seeding. 3.03 WETLAND TOPSOIL A. Wetland topsoil material shall be excavated from areas designated on the DRAWINGS or as approved by ENGINEER to a minimum depth of eighteen (18) inches, or as otherwise designated, and placed within twenty four (24) hours in the wetland relocation site. B. CONTRACTOR shall prepare the wetland relocation site to elevations specified in the DRAWINGS or as approved by ENGINEER prior to excavating the wetlands topsoil. If ENGINEER determines that this is not possible, then CONTRACTOR shall stockpile wetland topsoil material in an approved area, to remain undisturbed until the relocation site has been prepared. C. All wetland topsoil stockpiles shall be protected from sediment transport by surface roughening, watering, and perimeter silt fencing. D. Storage time within the stockpile shall be as short as possible. E. If deemed necessary by ENGINEER, the stockpile shall be protected in such a manner to preserve the wetland seed bank. F. Wetland topsoil material shall be placed over the prepared relocation areas to a depth of eighteen (18) inches, or as otherwise designated. 3.04 TOPSOIL PLACEMENT A. Topsoil shall be placed at locations and to the thickness provided in the Contract Documents and shall be keyed to the underlying material by the use of harrow rollers, or other suitable equipment. Water shall be applied to the topsoil as designated in the Contract, in a fine spray by nozzles or spray bars so the topsoil areas will not be washed or eroded. Salvaged DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 31 20 00 - 1 SECTION 31 20 00 EARTHWORK FOR STRUCTURES PART 1 - GENERAL 1.01 SECTION INCLUDES A. This Section includes all excavating, filling, backfilling, compacting, and grading below and adjacent to structures as shown on the Drawing and specified herein. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM) 1. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (Standard Proctor). B. Colorado Department of Transportation (CDOT) Standard Specifications for Road and Bridge Construction 1.03 DEFINITIONS A. Excavation: The term "excavation," as used herein, consists of removal of material encountered to elevations indicated and as necessary to remove unsuitable material, and subsequent disposal of materials removed. B. Unauthorized Excavation: The term "unauthorized excavation," as used herein, consists of inadvertently or purposely removing materials beyond indicated elevations or dimensions without specific direction of Owner. Unauthorized excavation as well as remedial work resulting from unauthorized excavation, as directed by Owner, shall be at Contractor’s expense. 1. Backfill and compact unauthorized excavations as specified for authorized excavations of same classification, unless otherwise directed by Owner. 2. Unauthorized excavation, including deposition of additional backfill material and other work resulting from slides, cave-ins or remedial work, shall be at Contractor’s expense. C. Subgrade: The term "subgrade," as used herein, designates the undisturbed earth or compacted soil layer immediately below proposed foundation, slab, fill, or backfill. Note that the term "subgrade" may refer to different surfaces as construction progresses. D. Structure: The term "structure," as used herein, refers to retaining walls, buildings, tanks, or other manmade stationary features occurring above or below ground surface, excluding pipes and utilities addressed in other Sections. E. Fill: The term "fill," as used herein, includes materials placed in order to raise the grade above existing contours. F. Backfill: The term "backfill," as used herein, includes materials placed in authorized or unauthorized excavations. G. Foundations: The term "foundations," as used herein, refers to footings, foundation walls, mat foundations, and any other heavily loaded support placed directly on soil. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 31 20 00 - 2 1.04 SUBMITTALS A. Certificates and Testing for the following: 1. Independent laboratory analysis of all material proposed for fill and backfill. Report shall include gradation, moisture density relationships, optimum moisture content, and maximum density of all materials to be compacted. 2. Subgrade inspection reports, including verification that the soil conditions encountered and subgrade preparation performed provide values equal or superior to the design criteria outlined on the drawings. 3. In-place density tests for compacted fill and backfill, and recompacted scarified native material. B. Product Data: Submit manufacturer’s literature for geotextile fabric and other proposed products. 1.05 QUALITY ASSURANCE A. Codes and Standards: Comply with all applicable local, state and Federal rules, regulations and ordinances concerning sloping of excavation, trenching, and safety of workers, including the latest OSHA requirements. B. Testing Service: The Owner will employ and pay for a qualified independent geotechnical testing laboratory to perform soil and compaction testing during earthwork operations. Contractor will coordinate scheduling, and provide necessary means to assure cooperation with testing firm. Work and/or materials which are defective shall be repaired and re-tested at the Contractor's expense. C. Verify that finished grade and slopes are within 0.1 ft. of grades indicated. PART 2 - PRODUCTS 2.01 SOIL MATERIALS A. General: All fill material, regardless of intended use category, must be clean and free from organic matter, roots, brush or other vegetation, trash, brick, debris, frozen material, or other detrimental substances, and rocks or unbroken lumps larger than 4", and must be approved by the Owner prior to placement. 1. On-Site Materials: On-site soil meeting the requirements of Paragraph 2.01.A may be used as fill or backfill in landscape areas, but shall not be used as fill or backfill below or adjacent to structures unless processed to meet the requirements of Paragraph 2.01.B. B. Structural Fill: Structural Fill may be imported or processed on-site material. 1. On-Site Materials: In addition to the requirements of Paragraph 2.01.A above, shall meet the following requirements and be approved by the Owner: a. Gradation (ASTM C136): Percent finer by weight: 4" 100 No. 4 Sieve 50 - 100 No. 200 Sieve 35 (max) b. Maximum expansive potential: 1.5% (Measured on a sample compacted to 95% Standard Proctor at 3% below optimum moisture content, confined under a 100 psf surcharge, and submerged.) c. Maximum soluble sulfates: 0.10% DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 31 20 00 - 3 2. Imported Materials: Shall conform to the requirements for CDOT Class5 or 6 Base Course. 2.02 GEOFABRIC A. Non-woven filter fabric designed to allow passage of moisture while limiting the migration of fine particles in the soil. Mirafi 140 N or approved equal. PART 3 - EXECUTION 3.01 PREPARATION A. Protection: 1. Protect existing surface and subsurface features on site and adjacent to site as follows: a. Provide barricades, coverings, or other types of protection necessary to prevent damage to existing items indicated to remain in place. b. Protect and maintain bench marks, monuments or other established reference points and property corners. If disturbed or destroyed, replace at Contractor’s expense to full satisfaction of Owner. c. Verify location and existence of utilities. Omission or inclusion of utility items does not constitute non-existence or definite location. Secure and examine local utility records for location data. 1) Take necessary precautions to protect existing utilities from damage due to any construction activity. Repair damages to utility items at Contractor’s expense. 2) Active Utilities: Do not interrupt existing utilities serving facilities occupied and used by adjacent properties, except when permitted in writing by the local utility company, and then only after acceptable temporary utility services have been provided. Remove or relocate utilities only as indicated or specified. 3) Inactive Utilities: Report inactive or abandoned utilities encountered in excavating or grading operations, and remove, plug, or cap as required. In the absence of specific requirements, plug or cap such utility lines as required by local rules or regulations. d. Maintain roadways, sidewalks, curbs, gutter, structures, and pavement free of damage. Any damaged items shall be repaired to original condition at Contractor’s expense. e. Provide full access to public and private premises, fire hydrants, street crossings, sidewalks and other points to prevent serious interruption of travel. f. Maintain stockpiles and excavation in such a manner to prevent inconvenience or damage to structures on site or on adjoining property. g. Avoid surcharge or excavation procedures which can result in heaving, caving, or slides. 2. Protection of Structures: Prevent new and existing structures from becoming damaged due to construction operations or other reasons. Prevent subgrade under new and existing foundations from becoming wet or undermined during construction due to presence of surface or subsurface water or due to construction operations. B. Dust Control: Provide dust control as required to alleviate dust nuisance to adjacent properties. C. Unanticipated Conditions: Notify the Owner immediately upon finding evidence of previous structures, fill materials which penetrate below designated excavation elevations, or other conditions DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 31 20 00 - 4 which are not shown or which cannot be reasonably assumed from existing surveys and geotechnical reports. Secure the Owner’s instruction before proceeding with further work in such areas. 3.02 EXCAVATION A. General: 1. Excavate and remove all existing material below proposed structures to elevation indicated, and horizontal distance shown for the particular structure. 2. Make excavations large enough for working space, forms, dampproofing, waterproofing, and inspection. 3. Minimize disturbance of native soils at bottom of excavation. 4. Place foundations or backfill as soon as possible after excavation is completed, inspected, and approved. a. When freezing temperatures may be expected, do not excavate to full depth unless foundations or fill material can be placed immediately after excavation has been completed and approved. b. Until concrete or fill material is placed, protect approved subgrade from becoming loose, wet, frozen, or soft due to weather, construction operations or other reasons. c. If subgrade becomes frozen, loose, wet, or soft before construction is placed thereon, remove unacceptable material, and replace with approved compacted material as directed by Owner. 5. Use of explosives: Blasting with any type of explosive is prohibited. B. Shoring: Shore, slope, or brace excavations as required to prevent them from collapsing. Remove shoring as backfilling progresses, but only when banks are stable and safe from caving or collapsing. C. Drainage and Dewatering: 1. During construction, control grading so that ground is sloped to prevent water from running into excavated areas or damaging existing structures. 2. Where foundations, slabs, fill, or backfill are to be placed, maintain excavations free of water. Keep water a minimum of 2 FT below the bottom of the deepest excavation. 3. Provide dewatering as required to keep excavated spaces clear of water during construction: a. Should groundwater water be encountered, notify Engineer. b. Where groundwater is, or is expected to be encountered during excavation, install dewatering system to prevent softening and disturbance of subgrade and backfill material, to allow foundations and backfill material to be placed in the dry, and to maintain a stable excavation side slope. c. Review soils investigation before beginning excavation and determine where groundwater is likely to be encountered during excavation. 4. The Contractor shall be responsible for obtaining construction dewatering discharge permit and complying with all applicable water quality standards. 5. Keep dewatering system in operation until dead load of structure exceeds possible buoyant uplift force. D. Inspection and Subgrade Stabilization: 1. Notify Owner as soon as excavation is completed in order that undisturbed native soils may be inspected. 2. If materials at bottom of excavation elevations are determined to be unsuitable, continue excavation until suitable materials are encountered and backfill overexcavation as directed by Owner. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 31 20 00 - 5 a. If foundation bearing elevation is found to be in claystone bedrock, do not proceed. Notify Engineer for design revisions. b. If foundation bearing elevation is found to be within conglomerate, proceed with construction, but do not scarify conglomerate subgrade. 3. Where backfill is required below the structure bearing elevation, extend backfill a minimum of 1 foot horizontally for each 1 foot thickness of backfill, and compact as specified. 3.03 FILL AND BACKFILL A. General: Obtain approval of fill and backfill material, as well as optimum moisture and maximum density properties for proposed materials prior to placing the material. B. Fill: 1. Subgrade preparation: a. Clear and grub area to receive fill. b. Remove all topsoil. c. Scarify subgrade (except conglomerate) to a minimum depth of 8 IN. Moisture condition and recompact as specified. d. Obtain inspection and approval of the prepared subgrade prior to proceeding. 2. Provide approved fill material. Do not place material in layers greater than 8 inches loose thickness where compacted by heavy equipment, nor 4 inches where compacted by hand- operated tampers. 3. Place layers horizontally and compact each layer prior to placing additional fill. Control moisture for each layer as necessary to meet requirements of compaction. 4. Construct embankments and fills at locations and to line and grade indicated. Completed fill shall correspond to shape of typical cross section or contour indicated regardless of method used to show shape, size, and extent of line and grade of completed work. C. Backfill: 1. Subgrade preparation: a. Scarify subgrade (except conglomerate) to a minimum depth of 8 IN. Moisture condition and recompact as specified. b. Obtain inspection and approval of the prepared subgrade prior to proceeding. 2. Provide approved material. Do not place material in layers greater than 8 inches loose thickness where compacted by heavy equipment, nor 4 inches where compacted by hand- operated tampers. 3. Place layers horizontally and compact each layer prior to placing additional backfill by means of equipment of sufficient size and proper type to obtain specified density. a. Use vibratory equipment to compact granular material, do not use water. b. Control moisture for each layer as necessary to meet requirements of compaction. 4. Do not start backfilling until concrete forms have been removed, trash removed from excavations, and concrete finishing completed. 5. Do not backfill against walls until concrete has reached specified 28-day compressive strength and upper slabs are in place. 6. Place fill evenly on all sides of grade beams, walls, and structures or provide bracing. 3.04 COMPACTION A. General: 1. Extent of compaction testing will be as necessary to assure compliance with Specifications. Such testing will be performed by the Testing Service. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 31 20 00 - 6 a. Tests shall be performed at locations as directed by the Owner. b. Testing Service personnel are to be on site during continuous backfill and compaction operation. 2. Moisture density relations are required for all materials that are to be compacted, prior to commencing compaction. B. Material, Compaction Density, and Moisture Content Requirements: 1. Assure by testing that the compaction densities and moisture content comply with the following requirements: Location Material Minimum Compaction Requirements Below Foundations or Roadways, or adjacent to Walls Structural Fill 95% ASTM D698 within 2% of optimum moisture content Landscape Areas Approved Material 90% ASTM D698 within 1% below to 3% above optimum moisture content 3.05 GRADING A. General: Uniformly grade areas within project limits, including adjacent transition areas. Smooth finish surface within specified tolerances, compact with uniform levels or slopes between points where elevations or contours are indicated or between such points and existing grades. B. Grade areas adjacent to structures to drain away from structures. Provide a minimum fall of 8 inches in first ten feet for unpaved areas unless indicated otherwise on drawings. C. Verify compaction of graded areas to depths and densities specified. 3.06 DISPOSAL OF EXCESS AND WASTE MATERIALS A. Remove waste materials, including materials not allowed for fill or backfill, trash, and debris, and dispose of legally off Owner’s property at Contractor’s expense. 3.07 MAINTENANCE A. Protection of Graded Areas: Protect newly graded areas from traffic and erosion. Keep free of trash and debris. B. Repair and reestablish grades in settled, eroded, and rutted areas to specified tolerances. 1. Erosion and Rutting: Where completed areas are disturbed by subsequent construction operations or adverse weather, scarify surface, reshape, and compact to required density. 2. Settling: Where settling is measurable or observable during general project warranty period, remove surface, add backfill material, and compact. Restore appearance, quality, and condition of surface to match adjacent work, and eliminate evidence of restoration to greatest extent possible. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 00 - 1 SECTION 31 23 00 EXCAVATION AND FILL PART 1 GENERAL 1.01 SECTION INCLUDES A. This WORK shall consist of excavation, embankment fill, disposal of excess material, shaping, and compaction of all material encountered within the limits of WORK, including excavation and fill for structures. The excavation shall include, but is not limited to, the native soils which shall be excavated for the PROJECT WORK. All WORK shall be completed in accordance with these SPECIFICATIONS, the lines and grades, and typical cross-sections shown on the DRAWINGS. B. All excavation shall be classified, “unclassified excavation,” or “muck excavation” or “rock excavation,” as hereafter described. All embankment shall be classified “embankment material” as hereafter described. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 01 57 19, Temporary Environmental Controls 2. Section 31 11 00, Clearing and Grubbing. 3. Section 31 23 19, Dewatering. 4. Section 31 25 00, Erosion and Sedimentation Control 1.03 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)). b. D4253, Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table. 1.04 DEFINITIONS A. Embankment Material shall consist of approved material acquired from excavation or from outside sources, hauled and placed in embankments. B. Muck Excavation shall consist of the removal of mixtures of soils and organic matter not suitable for foundation material and replacement with approved material. C. Rock Excavation shall consist of igneous, metamorphic and sedimentary rock which cannot be excavated without the use of rippers, and all boulders or other detached DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 00 - 2 stones each having a volume of one-half (1/2) cubic yard or more, as determined by physical or visual measurement. It shall also include replacement with approved material as required. D. Unclassified Excavation shall consist of the excavation of all materials of whatever character required of the WORK, obtained within the PROJECT limits. 1.05 QUALITY ASSURANCE A. Final topography and/or cross-sections shall be surveyed of areas that are to finished grade and compared to the design section for accuracy. B. Final grade shall match design grades within the tolerances discussed in PART 3 EXECUTION. PART 2 PRODUCTS 2.01 MATERIALS A. Embankment Material may consist of approved material acquired from excavations or material hauled from outside the PROJECT limits. B. Suitable material identified onsite shall be used first for embankments and backfill. C. Excess excavated native soils which are not used as embankment or backfill shall become the property of CONTRACTOR and shall be disposed of offsite by CONTRACTOR, in a location acceptable to ENGINEER. D. Muck Excavation shall also include the replacement of excavated muck with uniformly graded rock, riprap, onsite or imported soils, or other material, whichever is most suitable for the specific situation encountered. E. ENGINEER will determine which type of aggregate or other material which shall be used after observing the specific site conditions. F. Structural Backfill: 1. Refer to Section 31 20 00, Earthwork for Structures. PART 3 EXECUTION 3.01 GENERAL EXCAVATION/EMBANKMENT A. General: 1. The excavation and embankment shall be finished to reasonably smooth and uniform surfaces. 2. Variation from the subgrade plane shall not be more than eight-tenths (0.08) foot in soil or more than eight-tenths (0.08) foot above or one-half (0.50) foot below in rock. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 00 - 3 3. Where bituminous or concrete surfacing materials are to be placed directly on the subgrade, the subgrade plane shall not vary more than four-tenths (0.04) foot. 4. Materials shall not be wasted without permission of ENGINEER. 5. Excavation operations shall be conducted so that material outside of the limits of slopes will not be disturbed. 6. Prior to beginning grading operations in any area, all necessary clearing and grubbing in that area shall have been performed in accordance with Section 31 11 00, Clearing and Grubbing, of these SPECIFICATIONS. 7. CONTRACTOR shall notify ENGINEER in sufficient time before beginning excavation or embankment such that the necessary topography and/or cross- sections may be taken. CONTRACTOR shall not excavate beyond the dimensions and elevations established, and material shall not be removed prior to surveying the site. 8. When CONTRACTOR’s excavating operations encounter remains of prehistoric people’s dwelling sites or artifacts of historical or archaeological significance, the operations shall be temporarily discontinued. a. ENGINEER will contact archaeological authorities to determine the disposition thereof. b. When directed, CONTRACTOR shall excavate the site in such a manner as to preserve the artifacts encountered and shall remove them for delivery to the custody of the proper state authorities. c. Such excavation will be considered and paid for as extra WORK. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 00 - 4 B. Excavation: 1. Unclassified: a. All excess suitable material excavated from the PROJECT site and not used for embankment shall be removed from the PROJECT site and become the property of CONTRACTOR. b. Where material encountered within the limits of the WORK is considered unsuitable for embankment (fills) on any portion of this PROJECT WORK, such material shall be excavated as directed by ENGINEER and replaced with suitable fill material. c. All unsuitable excavated material from excavation consisting of any type of debris (surface or buried), excavated rock, bedrock or rocks larger than six (6) inches in diameter, and boulders shall be hauled from the PROJECT site and disposed of by CONTRACTOR at CONTRACTOR’s expense. d. Debris is defined as “anything that is not earth which exists at the job site.” 2. Muck: a. Where excavation to the finished grade section results in a subgrade or slopes of unsuitable soil, ENGINEER may require CONTRACTOR to remove the unsuitable materials and backfill to the finished graded section with approved material. b. Disposal of the unsuitable material and replacement with suitable material shall be at CONTRACTOR’s expense. 3. Good surface drainage shall be provided around all permanent cuts to direct surface runoff away from the cut face. 4. Rock: a. Unless otherwise specified, rock shall be excavated to a minimum depth of 0.5 foot below subgrade within the limits of the channel area, and the excavation shall be backfilled with material shown on the DRAWINGS or as designated by ENGINEER. b. Disposal of material and replacement with suitable approved material shall be at CONTRACTOR’s expense. C. Embankment Construction: 1. Embankment construction shall consist of constructing all fill areas, including preparation of the areas upon which they are to be placed, the placing and compacting of approved material within areas where unsuitable materials have been removed, and the placing and compacting of Embankment Material in holes, pits and other depressions within the PROJECT area. 2. Only approved materials shall be used in the construction of embankments and backfills. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 00 - 5 3. Approved materials shall consist of clean onsite cohesive soils or approved imported soils. 4. Onsite cohesive soils or imported soils shall be placed and compacted in horizontal lifts, using equipment and procedures that produce recommended moisture contents and densities throughout the lift and embankment height. Onsite or imported cohesive soils shall be compacted within a moisture content range of two percent (2%) below, to two percent (2%) above optimum moisture content and compacted to ninety-five percent (95%) of the Maximum Standard Proctor Density (ASTM D698). 5. Onsite non-cohesive soils or imported soils shall be placed and compacted in horizontal lifts, using equipment and procedures that produce recommended densities throughout the lift and embankment height. Onsite or imported non- cohesive soils shall be compacted to sixty-five percent (65%) of Relative Density for base course, and seventy percent (70%) for pipe bedding (ASTM D4253 and D4254). 6. When embankment is to be placed and compacted on hillsides, or when new embankment is to be compacted against existing embankments, or when embankment is built one-half (1/2) width at a time, the slopes that are steeper than four-to-one (4:1) when measured longitudinally or at right angles to the adjacent ground shall be continuously benched over those areas where it is required as the WORK is brought up in layers. a. Benching shall be well “keyed” and where practical a maximum vertical height of four (4) feet with a minimum width of five (5) feet. Each horizontal cut shall begin at the intersection of the original ground and the vertical sides of the previous cuts. b. Material thus cut out shall be recompacted along with the new Embankment Material at CONTRACTOR’s expense. 7. The ground surface underlying all fills shall be carefully prepared by removing all organic matter, scarification to a depth of eight (8) inches and recompacting to ninety-five percent (95%) of the Maximum Standard Proctor Density (ASTM D698) at optimum moisture content + or - two percent (2%) prior to fill placement. 8. Embankment Material shall be placed in horizontal layers not exceeding 8 inches (loose measurement) and shall be compacted to ninety five percent (95%) of the Maximum Standard Proctor Density (ASTM D698) at optimum moisture content + or - two percent (2%). a. Effective spreading equipment shall be used on each lift to obtain uniform thickness prior to compacting. b. As the compaction of each layer progresses, continuous leveling and manipulating required to ensure uniform density. 9. For embankments which serve as berms, the downstream portion shall be keyed into the subsurface soils a minimum of three (3) feet to enhance the stability of the slope. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 00 - 6 10. Materials which are removed from excavations beneath the water table may be over the optimum moisture content and shall be required to be dried out prior to reusing them. 11. Cross hauling or other action as appropriate will be ordered when necessary to ensure that the best available material is placed in critical areas of embankments, including the top two (2) feet of all embankments. No additional payment will be made for cross hauling ordered by ENGINEER. 12. Frozen materials shall not be used in construction of embankments. 13. During the construction of the channels, the channel bottom shall be maintained in such condition that it will be well drained at all times. 14. Excavation or embankment (fill), and structural backfill WORK either completed or in a stage of completion that is either eroded or washed away or becomes unstable as a result of either rains, snow, snow melt, channel flows, or lack of proper water control shall be either removed and replaced, recompacted, or reshaped as directed by ENGINEER and in accordance with the DRAWINGS and SPECIFICATIONS at CONTRACTOR’s sole expense. 15. Removed unsuitable materials shall be hauled away and disposed of at CONTRACTOR’s expense. Placing of replacement materials for removed unsuitable materials shall be purchased, placed, and compacted at CONTRACTOR’s expense. D. Proof Rolling: 1. Proof rolling with a heavy rubber tired roller shall be required, if designated on the DRAWINGS or when ordered by ENGINEER. 2. Proof rolling shall be done after specified compaction has been obtained. Areas found to be weak and those areas which failed shall be ripped, scarified, wetted if necessary, and recompacted to the requirements for density and moisture at CONTRACTOR’s expense. 3. Proof rolling shall be done with equipment and in a manner acceptable to ENGINEER. Proof rolling as shown on the DRAWINGS or as ordered by ENGINEER shall not be measured and paid for separately, but shall be included in the unit prices bid for the WORK. 3.02 EXCAVATION AND BACKFILL FOR STRUCTURES A. See Section 31 20 00 – EARTHWORK FOR STRUCTURES END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 00 - 7 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 19 - 1 SECTION 31 23 19 DEWATERING PART 1 GENERAL 1.01 SECTION INCLUDES A. The WORK of this section consists of controlling groundwater, site drainage, and storm flows during construction. CONTRACTOR is cautioned that the WORK involves construction in and around drainage channels, local rivers, and areas of local drainage. These areas are subject to frequent periodic inundation. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 01 57 19, Temporary Environmental Controls 2. Section 31 23 00, Excavation and Fill. 3. Section 31 23 33, Trenching and Backfilling. 4. Section 31 25 00, Erosion and Sedimentation Control 1.03 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)). 1.04 SUBMITTALS A. CONTRACTOR shall submit to the ENGINEER a Water Control Plan 2 weeks prior to execution of the PROJECT. At a minimum, the Water Control Plan shall include: 1. Descriptions of proposed groundwater and surface water control facilities including, but not limited to, equipment, methods, standby equipment and power supply, means of measuring inflow to excavations, pollution control facilities, discharge locations to be utilized, and provisions for immediate temporary water supply as required by this section. 2. Drawings showing locations, dimensions, and relationships of elements of each system. 3. Design calculations demonstrating adequacy of proposed dewatering systems and components. 4. If system is modified during installation or operation, revise or amend and resubmit Water Control Plan. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 19 - 2 PART 2 PRODUCTS 2.01 MATERIALS A. Onsite materials may be used within the limits of construction to construct temporary dams and berms. Materials such as plastic sheeting, sand bags, and storm sewer pipe may also be used if desired by CONTRACTOR. PART 3 EXECUTION 3.01 GENERAL A. For all excavation, CONTRACTOR shall provide suitable equipment and labor to remove water, and keep the excavation dewatered so that construction can be carried on under dewatered conditions. 1. Water control shall be accomplished such that no damage is done to adjacent channel banks or structures. 2. Continuously control water during course of construction, including weekends and holidays and during periods of work stoppages, and provide adequate backup systems to maintain control of water. B. CONTRACTOR is responsible for investigating and becoming familiar with all site conditions that may affect the WORK including surface water, potential flooding conditions, level of groundwater and the time of year the work is to be done. C. CONTRACTOR shall conduct operations in such a manner that storm or other waters may proceed uninterrupted along their existing drainage courses. 1. By submitting a BID, CONTRACTOR acknowledges that CONTRACTOR has investigated the risk arising from such waters and has prepared BID accordingly, and assumes all of said risk. D. At no time during construction shall CONTRACTOR affect existing surface or subsurface drainage patterns of adjacent property. 1. Any damage to adjacent property resulting from CONTRACTOR’s alteration of surface or subsurface drainage patterns shall be repaired by CONTRACTOR at no additional cost to OWNER. E. Pumps and generators used for dewatering and water control shall be quiet equipment enclosed in sound deadening devices. F. CONTRACTOR shall remove all temporary water control facilities when they are no longer needed or at the completion of the PROJECT. G. All excavations made as part of dewatering operations shall be backfilled with the same type material as was removed and compacted to ninety-five percent (95%) of Maximum Standard Proctor Density (ASTM D698) except where replacement by other materials and/or methods are required. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 19 - 3 3.02 CONSTRUCTION A. Surface Water Control: 1. Surface water control generally falls into the following categories: a. Normal low flows along the channel. b. Storm/flood flows along the channel. c. Flows from existing storm drain pipelines. d. Local surface inflows not conveyed by pipelines. 2. CONTRACTOR shall coordinate, evaluate, design, construct, and maintain temporary water conveyance systems. a. These systems shall not worsen flooding, alter major flow paths, or worsen flow characteristics during construction. CONTRACTOR is responsible to ensure that any such worsening of flooding does not occur. b. CONTRACTOR is solely responsible for determining the methods and adequacy of water control measures. 3. At a minimum, CONTRACTOR shall be responsible for diverting the quantity of surface flow around the construction area so that the excavations will remain free of surface water for the time it takes to install these materials, and the time required for curing of any concrete or grout. CONTRACTOR is cautioned that the minimum quantity of water to be diverted is for erosion control and construction purposes and not for general protection of the construction site. a. It shall be CONTRACTOR’s responsibility to determine the quantity of water which shall be diverted to protect the WORK from damage caused by stormwater. 4. CONTRACTOR shall, at all times, maintain a flow path for all channels. a. Temporary structures such as berms, sandbags, pipeline diversions, etc., may be permitted for the control of channel flow, as long as such measures are not a major obstruction to flood flows, do not worsen flooding, or alter historic flow routes. B. Groundwater Control: 1. CONTRACTOR shall install adequate measures to maintain the level of groundwater below the foundation subgrade elevation and maintain sufficient bearing capacity for all structures, pipelines, earthwork, and rockwork. a. Such measures may include, but are not limited to, installation of perimeter subdrains, pumping from drilled holes or by pumping from sumps excavated below the subgrade elevation. b. Dewatering from within the foundation excavations shall not be allowed. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 19 - 4 2. The foundation bearing surfaces are to be kept dewatered and stable until the structures or other types of work are complete and backfilled. a. Disturbance of foundation subgrade by CONTRACTOR operations shall not be considered as originally unsuitable foundation subgrade and shall be repaired at CONTRACTOR’s expense. 3. Contractor shall dispose of groundwater as follows: a. Obtain discharge permit for water disposal from authorities having jurisdiction. b. Treat water collected by dewatering operations, as required by regulatory agencies, prior to discharge. c. Discharge water as required by discharge permit and in manner that will not cause erosion or flooding, or otherwise damage existing facilities, completed Work, or adjacent property. d. Remove solids from treatment facilities and perform other maintenance of treatment facilities as necessary to maintain their efficiency. 4. Any temporary dewatering trenches or well points shall be restored following dewatering operations to reduce permeability in those areas as approved by ENGINEER. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 23 - 1 SECTION 31 23 23 FLOWABLE FILL PART 1 GENERAL 1.01 SECTION INCLUDES A. CONTRACTOR shall furnish and place controlled low strength material (CLSM) backfill bedding where shown in the DRAWINGS. The pipeline trench shall be excavated to the proper lines, grades, and dimensions and CLSM placed under, along the sides, and on top of the pipe. Unless otherwise shown in the DRAWINGS, a minimum of one (1) foot of CLSM shall be placed over the crown of the pipe. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 01 57 19, Temporary Environmental Controls 2. Section 31 23 19, Dewatering. 3. Section 31 23 33, Trenching and Backfilling. 1.03 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. ASTM International (ASTM): a. C33, Standard Specification for Concrete Aggregates. b. C94, Standard Specification for Ready-Mixed Concrete. c. C143/C143M, Standard Test Method for Slump of Hydraulic-Cement Concrete. d. C150, Standard Specification for Portland Cement. e. C494/C494M Rev A, Standard Specification for Chemical Admixtures for Concrete. f. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. g. D4832, Standard Test Method for Preparation and Testing of Controlled Low Strength (CLSM) Test Cylinders. h. D5971, Standard Practice for Sampling Freshly Mixed Controlled Low- Strength Material. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 23 - 2 i. D6023, Standard Test Method for Density (Unit Weight), Yield, Cement Content, and Air Content (Gravimetric) of Controlled Low-Strength Material (CLSM). j. D6024, Standard Test Method for Ball Drop on Controlled Low-Strength Material (CLSM) to Determine Suitability for Load Application. k. D6103, Standard Test Method for Flow Consistency of Controlled Low- Strength Material (CLSM). 1.04 SUBMITTALS A. A minimum of two (2) days prior to starting CLSM WORK. Provide product data on the following: 1. CLSM mix design 2. Fly Ash 3. Admixtures PART 2 PRODUCTS 2.01 MATERIALS A. General: 1. The CLSM bedding shall consist of a mixture of sand, coarse aggregate, cement and water. 2. Fly ash and approved admixtures may be used to obtain the required properties of the mix. 3. The mix shall have good workability and flowability with self-compacting and self-leveling characteristics. 4. No changes shall be made in the amounts or sources of the approved mix ingredients without the approval of ENGINEER. 5. Product inspection and field-testing of the approved mix may be made by, or on behalf of, OWNER. B. Cement: All cement used shall be Type II Portland cement which shall conform to the requirements of ASTM C150. C. Fly Ash: Fly ash may be either Class C or Class F. The fly ash shall conform to ASTM C618. D. Aggregates: 1. Fine Aggregate: All fine aggregate shall conform to the grading and quality requirements of ASTM C33. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 23 - 3 2. Coarse Aggregate: Coarse aggregate shall conform to the grading and quality requirements of ASTM C33 for size No. 476, No. 57, or No. 67. E. Water: The batch mixing water and mixer washout water shall conform to the requirements of ASTM C94. F. Admixtures: 1. Chemical admixtures that do not contain calcium chloride and conform to ASTM C494/C494M for concrete may be used in the CLSM mix. 2. All chemical admixtures shall be compatible with the cement and all other admixtures in the batch. G. CLSM Proportions: 1. Strength: CLSM shall have a minimum twenty-eight (28) day compressive strength of one hundred (100) psi when molded and cured as in conformance with ASTM D4832. 2. The CLSM shall have a minimum cement content of fifty (50) pounds per cubic yard. The water-cementitious materials ratio of the mix shall not exceed three and one-half to one (3.5:1). 3. Air-Entrainment: All CLSM shall be air entrained to a total air content of approximately five percent (5%). 4. Slump: The minimum slump shall be six (6) inches and the maximum slump shall be eight (8) inches when tested in accordance with ASTM D6103. 5. Aggregate: Fine aggregate shall be between fifty percent (50%) and sixty percent (60%) by volume of the total aggregates in the CLSM mix. 6. Consistency: a. The consistency of the CLSM slurry shall be such that the material flows easily into all openings between the pipe and the lower portion of the trench. b. When trenches are on a steep slope, a stiffer mix of slurry may be required to prevent CLSM from flowing down the trench. c. When a stiffer mix is used, vibration shall be performed to ensure that the CLSM slurry completely fills all spaces between the pipe and the lower portion of the trench. PART 3 EXECUTION 3.01 GENERAL A. CLSM shall be placed as closely behind pipe laying operations as possible. B. CLSM shall not be placed, if, in the judgment of ENGINEER, weather conditions are unsuitable. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 23 - 4 C. CLSM shall not be placed when the trench bottom or walls are frozen or contain frozen materials. D. CLSM shall not be placed when the air temperature is below forty degrees Fahrenheit (40F) unless the air temperature is thirty five degrees Fahrenheit (35F) or more and the temperature is rising. 3.02 PLACEMENT A. Pipe shall be placed on two (2) sandbags and leveled to the proper grade. Precast or other types of rigid pads that constitute a point load are unacceptable. B. CLSM shall be placed under the pipe from one side so that it flows under the pipe until it appears on the other side. 1. CLSM shall be added to both sides of the pipe until it completely fills the space between the pipe and the sides of the trench, to the depths shown in the DRAWINGS. 2. Rodding, mechanical vibration and compaction of CLSM shall be performed to assist in consolidating the CLSM. C. When required to prevent uplift, the CLSM shall be placed in two (2) stages as required, allowing sufficient time for the initial set of the first stage before the remainder is placed. D. CLSM shall be deposited as nearly as practical in its final position and in no way disturb the pipe trench or cause foreign material to become mixed with the CLSM. E. Soil backfill shall not be placed until the CLSM has reached the initial set. 1. If backfill is not to be placed over the CLSM within eight (8) hours, a six-inch (6") cover of moist earth shall be placed over the CLSM surface. 2. If the air temperature is fifty degrees Fahrenheit (50F) or less, the moist earth cover should be at least eighteen inches (18") thick. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 33 - 1 SECTION 31 23 33 TRENCHING AND BACKFILLING PART 1 GENERAL 1.01 SECTION INCLUDES A. This WORK shall consist of all labor, equipment, and materials necessary for excavation, trenching, and backfilling for utility lines and other related WORK. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 01 57 19, Temporary Environmental Controls 2. Section 31 23 00, Excavation and Fill. 3. Section 31 23 19, Dewatering. 4. Section 31 25 00, Erosion and Sedimentation Control. 1.03 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)). b. D4253, Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table. 2. Colorado Department of Transportation (CDOT). 3. Occupational Safety and Health Administration (OSHA). 1.04 SUBMITTALS A. Submit certification that bedding and pipe zone material meets SPECIFICATION. PART 2 PRODUCTS 2.01 MATERIALS A. Muck Excavation: 1. Muck excavation shall also include the replacement of excavated muck with uniformly graded rock ranging from three-quarter (3/4) inch to one and one-half (1-1/2) inches or as required by ENGINEER. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 33 - 2 2. ENGINEER shall determine which type of aggregate or other material shall be used after observing the specific site conditions. B. Bedding and Pipe Zone Materials: 1. Well-Graded Sand: Sieve Size Total Percent Passing by Weight ⅜ - inch 100 No. 4 95 - 100 No. 8 80 - 100 No. 16 50 - 85 No. 30 25 - 60 No. 50 10 - 30 No. 100 2 - 10 2. Squeegee Sand: Sieve Size Total Percent Passing by Weight ⅜ - inch 100 No. 200 0 - 5 3. CDOT #67: Sieve Size Total Percent Passing by Weight 1 inch 100 ¾ - inch 90 - 100 ⅜ - inch 20 - 55 No. 4 0 - 10 No. 8 0 - 5 a. It shall be the responsibility of CONTRACTOR to locate material meeting the SPECIFICATIONS, to test its ability to consolidate to at least seventy- five percent (75%) relative density, and to secure approval of ENGINEER before such material is delivered to the PROJECT. b. Relative density shall be determined as stipulated in ASTM D4253. C. Backfill: 1. Use only backfill for trenches which is free from rocks, large roots, other vegetation or organic matter, and frozen material. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 33 - 3 2. No rocks greater than three (3) inches in diameter shall be allowed. D. Cut-Off Walls: 1. Clay Cut-Off Walls: More than fifty percent (50%) shall pass a No. 200 Sieve. The plasticity index shall be greater than twelve (12). 2. Controlled Low Strength Material Backfill: (Flo-Fill, See Section 31 23 23, Flowable Fill). PART 3 EXECUTION 3.01 GENERAL A. The following procedures shall be followed by CONTRACTOR in sequencing the WORK: 1. No more than one hundred fifty (150) feet of trench shall be left open at any time. 2. The entire trench shall be backfilled to within fifty (50) feet of the open trench upon conclusion of each day’s WORK. 3. The trench shall not be backfilled until the pipe installation is found acceptable by ENGINEER. 4. Trench shall be backfilled within one hundred (100) feet of the pipe installation at all times. 5. Clean-up shall be maintained within four hundred (400) feet of the trench excavation. B. Prior to placement in the trench, all pipes, fittings, and appurtenances shall be cleaned and examined for defects by CONTRACTOR. 1. If found defective, CONTRACTOR shall reject the defective pipe, fitting, or appurtenance. 2. CONTRACTOR shall advise ENGINEER of all defective materials. C. Surplus Excavation: 1. All surplus excavation shall be placed, in an orderly manner. 2. If material is stockpiled on private property, written permission shall be obtained from the property owner and provided to ENGINEER. 3.02 OBSTRUCTIONS AND DISPOSAL OF WASTE MATERIAL A. CONTRACTOR shall remove obstructions that do not require replacement from within the trench or adjacent areas such as tree roots, stumps, abandoned piling, buildings and concrete structures, frozen material, logs, and debris of all types without additional compensation. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 33 - 4 B. ENGINEER may, if requested, make changes in the trench alignment to avoid major obstructions, if such alignment changes can be made within the WORK limits without adversely affecting the intended function of the facility. C. Excavated materials unsuitable for backfill or not required for backfill shall be disposed of in accordance with local regulations. 3.03 TRENCH EXCAVATION A. All existing asphalt or concrete surfacing shall be saw cut vertically in a straight line, and removed from the job site prior to starting the trench excavation. This material shall not be used in any fill or backfill. B. Clearance: 1. The trench shall be excavated so that a minimum clearance of six (6) inches is maintained on each side of the pipe for proper placement and densification of the bedding or backfill material. 2. The maximum clearance measured at the spring line of the pipe shall be eighteen (18) inches regardless of the type of pipe, type of soil, depth of excavation, or the method of densifying the bedding and backfill. 3. All excavations shall be made to the lines and grades as established by the Contract DRAWINGS. Pipe trenches shall be excavated to a minimum depth of six inches (6") below the bottom of the pipe. Deviation from grades will be allowed only when approved by the Engineer. Over excavation shall be rectified to the satisfaction of the Engineer at the expense of the Contractor. C. Except as otherwise dictated by construction conditions, the excavation shall be of such dimensions as to allow for the proper pipe installation and to permit the construction of the necessary pipe connections. D. Care shall be taken to ensure that the excavation does not extend below established grades. 1. If the excavation is made below such grades, the excess excavation shall be filled in with sand or graded gravel deposited in horizontal layers not more than six (6) inches in thickness after being compacted and shall be moistened as required to within two percent (2%) of the optimum moisture content required for compaction of that soil. 2. After being conditioned to have the required moisture content, the layers shall be compacted to the required density. E. CONTRACTOR shall stockpile excavated materials in a safe manner. Stockpiles shall be graded for proper drainage. F. CONTRACTOR shall place and grade the trench base to the proper grade ahead of pipe laying. The invert of the trench shall be compacted to provide a firm unyielding support along entire pipe length. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 33 - 5 G. Surplus excavation shall be disposed of by CONTRACTOR at CONTRACTOR’s expense. If surplus excavation is disposed of on private property, written permission shall be obtained from the OWNER and a copy given to the ENGINEER and the CONTRACTOR. 3.04 PROTECTION A. Sheeting and Shoring: 1. CONTRACTOR shall protect excavations by shoring, bracing, sheet piling, underpinning, or other methods required to prevent any excessive widening or sloughing of the trench which may be detrimental to human safety, to the pipe or appurtenances being installed, or to existing facilities or structures. 2. The latest requirements of OSHA shall be complied with at all times including trenching and confined space entry requirements. 3. CONTRACTOR shall be responsible for underpinning adjacent structures which may be damaged by excavation WORK, including service utilities and pipe chases. B. Weather and Frost: 1. CONTRACTOR shall protect bottom of excavations and soil adjacent to and beneath foundations from frost. 2. Do not place backfill, fill, or embankment on frozen surfaces. 3. Do not place frozen materials, snow, or ice in backfill, fill, or embankments. 4. Do not deposit, tamp, roll, or otherwise mechanically compact backfill in water. C. Drainage and Groundwater: 1. The excavation shall be graded to prevent surface water runoff into trench or excavation. 2. Maintain excavations and trenches free from water during construction. 3. Remove water encountered in trenches to the extent necessary to provide a firm subgrade, to permit joints to be made in the dry, and to prevent the entrance of water into the pipeline. 4. Divert surface runoff and use sumps, gravel blankets, well points, drain lines, or other means necessary to accomplish the above. 5. Maintain the excavation or trench free from water until the structure, or pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. 6. Prevent water from entering into previously constructed pipe. 7. Do not use the pipe under construction for dewatering. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 33 - 6 3.05 FOUNDATIONS ON UNSTABLE SOILS A. If the bottom of the excavation is soft or unstable, and in the opinion of ENGINEER, cannot satisfactorily support the pipe or structure, a further depth and width shall be excavated and refilled to six (6) inches below grade with rock or other approved material, uniformly graded between three-quarter (3/4) inch and one and one-half (1-1/2) inches to provide a firm foundation for the pipe or structure. From six (6) inches below grade to grade, the appropriate bedding material shall be placed to provide support for the pipe or structure. 3.06 PIPE BEDDING A. After completion of the trench excavation and proper preparation of the foundation, six (6) inches of bedding material shall be placed on the trench bottom for support under the pipe. B. Bell holes shall be dug deep enough to provide a minimum of two (2) inches of clearance between the bell and the bedding material. C. All pipes shall be installed in such a manner as to ensure full support of the pipe barrel over its entire length. D. After the pipe is adjusted for line and grade and the joint is made, the bedding material shall be carefully placed and tamped under the haunches of the pipe. E. For all types of pipe, the limits of bedding shall be as shown on the trench section details on the DRAWINGS. F. Bedding shall be compacted to seventy five percent (75%) relative density in accordance with ASTM D4253. Care shall be exercised to ensure sufficient tamping under the pipe to achieve uniform support. 3.07 BACKFILL AND COMPACTION A. All muck excavation, bedding, and pipe zone material shall be imported unless otherwise designated by OWNER’s geotechnical engineer. B. Pipe: 1. The pipe trench shall be backfilled to the limits as shown on the DRAWINGS. 2. The backfill in all areas shall be compacted by vibrating, tamping, or a combination thereof to seventy five percent (75%) relative density for sand material as determined by the relative density of cohesionless soils test, ASTM D4253, or to ninety five percent (95%) of the Maximum Standard Proctor Density for cohesive soils as determined by ASTM D698. 3. All backfill shall be brought up to equal height along each side of the pipe in such a manner as to avoid displacement. 4. Bedding shall be distributed in 6-inch (6") maximum lifts over the full width of the trench. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 33 - 7 5. Wet, soft or frozen material, asphalt chunks, or other deleterious substances shall not be used for backfill. 6. If the excavated material is not suitable for backfill, as determined by ENGINEER, suitable material shall be hauled in and utilized and the rejected material hauled away and disposed of. 7. Backfilling shall be conducted at all times in a manner to prevent damage to the pipe or its coating and shall be kept as close to the pipe laying operation as practical. 8. Backfilling procedures shall conform to the additional requirements, if any, of appropriate agencies or private right-of-way agreements. C. Unsurfaced Areas: All surface cuts shall be, as a minimum, restored to a condition equal to that prior to construction. D. Surfaced Areas: 1. All surface cuts shall be, as a minimum, restored to a condition equal to that prior to construction. 2. All gravel or paved streets shall be restored in accordance with the regulations and requirements of the agency having control or jurisdiction over the street, roadway, or right-of-way. E. Grassed or Landscaped Areas: 1. In landscaped or agricultural areas, topsoil, to a depth of twelve (12) inches, shall be removed from the area of general disturbance and stockpiled. 2. After installation of all pipelines, appurtenances and structures and completion of all backfill and compaction, the stockpiled topsoil shall be redistributed evenly over all disturbed areas. 3. Care should be taken to conform to the original ground contour or final grading plans. 3.08 FIELD QUALITY CONTROL A. In-place moisture density tests will be performed to ensure trench backfill complies with specified requirements. The following minimum tests will be performed. 1. Trench Bedding: One per two hundred (1 per 200) feet. 2. Backfill: One per two hundred (1 per 200) feet. B. Backfill Compaction Tests: 1. Backfill compaction tests will be performed until compaction meets or exceeds requirements. 2. The cost of “passing” tests will be paid by OWNER. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 23 33 - 8 3. Costs associated with “failing” tests shall be paid by CONTRACTOR. C. Pipe bedding will be tested prior to placement of backfill. D. Testing of all bedding and backfill material will be done in compliance with Occupational Safety & Health Administration (OSHA) - Excavations. 3.09 RESTORATION A. Scarify surface, reshape, and compact to required density completed or partially completed areas of WORK disturbed by subsequent construction operations or by adverse weather. B. Maintain and correct backfill, fill, and embankment settlement and make necessary repairs to pavement structures, seeding, and sodding which may be damaged as a result of settlement for the guarantee period. C. Such maintenance and correction may be performed by subcontract. D. Upon completion of the WORK, all plants, rubbish, unused materials, concrete forms, and other like material shall be removed from the job site. E. The site shall be left in a state of order and cleanliness. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 25 00 - 1 SECTION 31 25 00 EROSION AND SEDIMENTATION CONTROL PART 1 GENERAL 1.01 SECTION INCLUDES A. This WORK shall consist of temporary measures needed to control erosion and water pollution. These temporary measures shall include, but not be limited to, berms, dikes, dams, sediment basins, fiber mats, netting, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. These temporary measures shall be installed at the locations where needed to control erosion and water pollution during the construction of the PROJECT, and as directed by ENGINEER, and as shown on the DRAWINGS. B. The Erosion Control Plan presented in the DRAWINGS serves as a minimum for the requirements of erosion control during construction. CONTRACTOR has the ultimate responsibility for providing adequate erosion control and water quality throughout the duration of the PROJECT. Therefore, if the provided plan is not working sufficiently to protect the PROJECT areas, then CONTRACTOR shall provide additional measures as required to obtain the required protection. CONTRACTOR shall include in the BID price for erosion control a minimum of all items shown on the Erosion Control Plan and any additional items that may be needed to control erosion and water pollution. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 01 57 19, Temporary Environmental Controls 2. Section 31 23 19, Dewatering. 3. Section 31 11 00, Clearing and Grubbing. 4. Section 31 14 13, Topsoil and Wetland Stripping and Stockpiling. 1.03 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. Colorado Department of Public Health and Environment (CDPHE). 1.04 SUBMITTALS A. Submit the following information: 1. Erosion Control Plan. 2. Construction schedule for Erosion Control per Article Scheduling. 3. Sequencing Plan per Article Scheduling. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 25 00 - 2 4. Plan for disposal of waste material per Article Scheduling. 5. Product data for materials proposed for use. 6. All applicable permits for Erosion Control. 1.05 REGULATORY REQUIREMENTS A. 401 Construction Dewatering Industrial Wastewater Permit (Construction Dewatering Permit 401): 1. CONTRACTOR shall apply for and obtain a Construction Dewatering Permit 401 from the Colorado Department of Public Health and Environment. 2. All costs for this permit shall be the responsibility of CONTRACTOR. 3. This permit requires that specific actions be performed at designated times. 4. CONTRACTOR is legally obligated to comply with all terms and conditions of the permit including testing for effluent limitations. 5. CONTRACTOR shall allow the Colorado Department of Public Health and Environment or other representatives to enter the site to test for compliance with the permit. 6. Non-compliance with the permit can result in stoppage of all WORK. B. In addition to permit requirements, the OWNER shall also monitor the CONTRACTOR’s erosion control and work methods. If the overall function and intent of erosion control is not being met, then the OWNER shall require the CONTRACTOR to provide additional measures as required to obtain the desired results. Costs for any additional erosion control measures shall be the responsibility of the CONTRACTOR, since they have the ultimate responsibility for providing adequate erosion control and water quality for the duration of the project. C. In the event of conflict between these requirements and erosion and pollution control laws, rules, or regulations of other Federal, State, or local agencies, the more restrictive laws, rules, or regulations shall apply. 1.06 SCHEDULING A. Sequencing Plan: 1. CONTRACTOR shall submit a sequencing plan for approval for erosion control in conformance with CONTRACTOR’s overall Construction Plan for approval by OWNER. 2. Changes to the Erosion Control Sequencing Plan may be considered by OWNER only if presented in writing by the CONTRACTOR. B. Temporary Erosion Control: 1. When so indicated in the CONTRACT DOCUMENTS, or when directed by ENGINEER, CONTRACTOR shall prepare construction schedules for DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 25 00 - 3 accomplishing temporary erosion control WORK including all maintenance procedures. 2. These schedules shall be applicable to clearing and grubbing, grading, structural WORK, construction, etc. C. CONTRACTOR shall submit for acceptance the proposed method of erosion control on haul roads and borrow pits and a plan for disposal of waste material. D. CONTRACTOR shall be required to incorporate all permanent erosion control features into the PROJECT at the earliest practicable time as outlined in the accepted schedule. Temporary erosion control measures shall then be used to correct conditions that develop during construction. E. WORK shall not be started until the erosion control schedules and methods of operations have been accepted. PART 2 PRODUCTS 2.01 MATERIALS A. All materials shall be submitted for approval prior to installation. B. Materials may include hay bales, straw, fiber mats, fiber netting, wood cellulose, fiber fabric, gravel, and other suitable materials, and shall be reasonably clean, free of deleterious materials, and certified weed free. C. Grass Seed: 1. Temporary grass cover (if required) shall be a quick growing species, suitable to the area, in accordance with local criteria and permit requirements, which will provide temporary cover, and not compete with the grasses sown for permanent cover. 2. All grass seed shall be approved by ENGINEER and in accordance with local regulations prior to installation. D. Fertilizer and soil conditioners shall be approved by ENGINEER and in accordance with local regulations prior to installation. PART 3 EXECUTION 3.01 GENERAL A. All temporary and permanent erosion and sediment control practices shall be maintained and repaired as needed to ensure continued performance of their intended function. B. OWNER will monitor CONTRACTOR’s erosion control and WORK methods. 1. If the overall function and intent of erosion control is not being met, OWNER will require CONTRACTOR to provide additional measures as required to obtain the desired results. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 25 00 - 4 2. Costs for any additional erosion control measures shall be paid for at contract unit prices. C. The erosion control features installed by CONTRACTOR shall be adequately maintained by CONTRACTOR until the PROJECT is accepted. D. Working In or Crossing Watercourses and Wetlands: 1. Construction vehicles shall be kept out of watercourses to the extent possible. 2. Where in-channel WORK is necessary, precautions shall be taken to stabilize the WORK area during construction to minimize erosion. a. The channel (including bed and banks) shall always be restabilized immediately after in-channel WORK is completed. 3. Where a live (wet) watercourse must be crossed by construction vehicles during construction, a Temporary Stream Crossing shall be provided for this purpose. 3.02 PROTECTION OF ADJACENT PROPERTIES A. Properties adjacent to the site of a land disturbance shall be protected from sediment deposition. B. In addition to the erosion control measures required on the DRAWINGS, perimeter controls may be required if damage to adjacent properties is likely, and may include, but is not limited to: 1. Vegetated buffer strip around the lower perimeter of the land disturbance. a. Vegetated buffer strips may be used only where runoff in sheet flow is expected and should be at least twenty (20) feet in width. 2. Sediment barriers such as straw bales, erosion logs, and silt fences. 3. Sediment basins and porous landscape detention ponds. 4. Combination of above measures. 3.03 CONSTRUCTION A. Stabilization of Disturbed Areas: 1. Temporary sediment control measures shall be established within five (5) days from time of exposure/disturbance. 2. Permanent erosion protection measures shall be established within five (5) days after final grading of areas. B. Stabilization of Sediment and Erosion Control Measures: 1. Sediment barriers, perimeter dikes, and other measures intended to either trap sediment or prevent runoff from flowing over disturbed areas shall be DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 25 00 - 5 constructed as a first step in grading and be made functional before land disturbance takes place. 2. Earthen structures such as dams, dikes, and diversions shall be stabilized within five (5) days of installation. 3. Stormwater outlets shall also be stabilized prior to any upstream land disturbing activities. C. Stabilization of Waterways and Outlets: 1. All onsite stormwater conveyance channels used by CONTRACTOR for temporary erosion control purposes shall be designed and constructed with adequate capacity and protection to prevent erosion during storm and runoff events. 2. Stabilization adequate to prevent erosion shall also be provided at the outlets of all pipes and channels. D. Storm Sewer Inlet Protection: All storm sewer inlets which are made operable during construction or which drain stormwater runoff from a construction site shall be protected from sediment deposition by the use of filters. E. Construction Access Routes: 1. Wherever construction vehicles enter or leave a construction site, a Stabilized Construction Entrance is required. 2. Where sediment is transported onto a public road surface, the roads shall be cleaned thoroughly at the end of each day. 3. Sediment shall be removed from roads by shoveling or sweeping and be transported to a sediment controlled disposal area. 4. Street washing shall be allowed only after sediment is removed in this manner. 3.04 DISPOSITION OF TEMPORARY MEASURES A. All temporary erosion and sediment control measures shall be disposed of within thirty (30) days after final site stabilization is achieved or after the temporary measures are no longer needed as determined by OWNER. B. Trapped sediment and other disturbed soil areas resulting from the disposition of temporary measures shall be permanently stabilized to prevent further erosion. C. Substantial Completion of Erosion Control Measures: 1. At the time specified in the CONTRACT DOCUMENTS, and subject to compliance with specified materials and installation requirements, CONTRACTOR shall receive a Substantial Completion Certificate for temporary erosion control measures. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 31 25 00 - 6 2. Maintenance of Erosion Control Measures after Substantial Completion: CONTRACTOR shall be responsible for maintaining temporary erosion control measures as specified in the DRAWINGS and CONTRACT DOCUMENTS until such time as WORK has been accepted by OWNER as specified in Section 01 77 00, Closeout Procedures. D. Final Completion and Acceptance of Erosion Control Measures: 1. After ENGINEER and OWNER have determined that the drainage area has stabilized, CONTRACTOR shall remove all remaining temporary erosion control measures. 2. Any damage to the site shall be repaired to the satisfaction of ENGINEER and at no cost to OWNER. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 11 23 - 1 SECTION 32 11 23 AGGREGATE BASE COURSE PART 1 GENERAL 1.01 SECTION INCLUDES A. The WORK to be performed includes the preparation of the aggregate base course foundation; and the production, stockpiling, hauling, placing, and compacting of aggregate base course. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 01 57 19, Temporary Environmental Controls 2. Section 31 23 00, Excavation and Fill. 3. Section 31 23 19, Dewatering. 4. Section 31 25 00, Erosion and Sedimentation Controls 5. Section 31 23 33, Trenching and Backfilling. 6. Section 31 37 19, Grouted Boulders, Stcked Grouted Boulders and Grouted Boulder Retaining Walls. 7. Section 31 62 16, Steel Sheet Piles. 8. Section 32 15 40, Crusher Fine Surfacing. 9. Section 32 16 00, Sidewalks, Curbs, and Gutters. 10. Section 33 05 13, Manholes. 11. Section 33 41 00, Reinforced Concrete Pipe. 12. Section 33 46 00, Subdrainage. 1.03 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Association of State Highway and Transportation Officials (AASHTO): a. M147, Standard Specification for Materials for Aggregate and Soil- Aggregate Subbase, Base, and Surface Courses. b. T11, Standard Method of Test for Materials Finer Than 75m (No. 200) Sieve in Mineral Aggregates by Washing. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 11 23 - 2 c. T27, Standard Method of Test for Sieve Analysis of Fine and Coarse Aggregates. d. T89, Standard Specification for Determining the Liquid Limit of Soils. e. T90, Standard Specification for Determining the Plastic Limit and Plasticity Index of Soils. f. T96, Standard Specification for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. g. T99, Standard Specification for the Moisture-Density Relations of Soils Using a 2.5 kg (5.5 pound) Rammer and a 305 mm (12 in) Drop. h. T180, Standard Specification for Moisture-Density Relations of Soils Using a 4.54 kg (10-lb) Rammer and a 457 mm (18-in) Drop. i. T190, Standard Specification for Resistance R-Value and Expansion Pressure of Compacted Soils. j. T265, Standard Method of Test for Laboratory Determination of Moisture Content of Soils. k. T310, Standard Specification for In-Place Density and Moisture Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). 2. ASTM International (ASTM): a. C88, Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. b. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)). c. D1557, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3(2,700 kN-m/m3)). d. D1883, Test Method for CBR (California Bearing Ratio) of Laboratory Compacted Soils. e. D2419, Test Method for Sand Equivalent Value of Soils and Fine Aggregate. f. D4791, Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate. 1.04 SUBMITTALS A. CONTRACTOR shall cooperate with ENGINEER in obtaining and providing samples of all specified materials. B. CONTRACTOR shall submit certified laboratory test certificates for all items required in this section. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 11 23 - 3 C. CONTRACTOR shall submit tickets for each load of aggregate. PART 2 PRODUCTS 2.01 MATERIALS A. Aggregates: Aggregates for bases shall be crushed stone, crushed slag, crushed gravel or natural gravel that conforms to the quality requirements of AASHTO M147, except that the requirements for the ratio for the minus No. 200 sieve fraction to the minus No. 40 sieve fraction shall not apply. The requirements for the Los Angeles wear test shall not apply to Class 1, 2, and 3. Aggregates for bases shall meet the grading requirements as called out in the DRAWINGS. The liquid limit shall be as shown in the table and the plasticity index shall be 6. B. Gradations: Standard US Sieve Size Percentage by Weight Passing Square-Mesh Sieves LL < 35 LL < 30 Class 1 Class 2 Class 3 Class 4 Class 5 Class 6 Class 7 4 inches -- 100 -- -- -- -- -- 3 inches -- 95 - 100 -- -- -- -- -- 2½inches 100 -- -- -- -- -- -- 2 inches 95 - 100 -- -- 100 -- -- -- 1½inches -- -- -- 90 - 100 100 -- -- 1 inch -- -- -- -- 95 - 100 -- 100 ¾ inch -- -- -- 50 - 90 -- 100 -- No. 4 30 - 65 -- -- 30 - 50 30 - 70 30 - 65 -- No. 8 -- -- -- -- -- 25 - 55 20 - 85 No. 200 3 - 15 3 - 15 20 max. 3 - 12 3 - 15 3 - 12 5 - 15 Note: Class 3 materials shall consist of bank or pit run material. PART 3 EXECUTION 3.01 GENERAL A. Equipment: 1. Equipment shall be capable of performing the WORK as described in this SPECIFICATION. Equipment that is inadequate to obtain the results specified shall be replaced or supplemented as required to meet the requirements of this SPECIFICATION. Any equipment that is used in an improper manner may be cause for rejection of the WORK if in the opinion of ENGINEER the WORK fails to meet the requirements of this SPECIFICATION. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 11 23 - 4 2. Equipment used for compaction shall be the rolling type, vibratory type, or combination of both types, and shall be of sufficient capacity to meet the compaction requirements herein. 3.02 PREPARATION OF FOUNDATION A. General: 1. The foundation shall be considered to be the finished earth subgrade, subbase course, or base course, as the case may be, upon which any subbase, base, or surface course is to be constructed. 2. Preparation of foundation for construction of a subbase, base, or surface course shall consist of the WORK necessary to restore, correct, strengthen, or prepare the foundation to a condition suitable for applying and supporting the intended course. 3. The foundation shall be prepared and constructed such that it will have a uniform density throughout. It shall be brought to the required alignment and cross section with equipment and methods adapted for the purpose. Upon completion of the shaping and compacting operations, the foundation shall be smooth, at the required density, and at the proper elevation and contour to receive the aggregate base course. 4. Unless otherwise provided, all holes, ruts, and other depressions in the foundation shall be filled with materials similar to those existing in the foundation. High places shall be excavated and removed to the required lines, grade and section. 5. Areas of yielding or unstable material shall be excavated and backfilled with stabilization rock as determined by ENGINEER. Base course material shall not be placed on a foundation that is soft, spongy, or one that is covered by ice or snow. Base course shall not be placed on a dry or dusty foundation where the existing condition would cause rapid dissipation of moisture from the base course material and hinder or preclude its proper compaction. Dry foundations shall have water applied, reworked, and compacted as necessary. 6. ENGINEER may direct CONTRACTOR to make minor adjustments in the finish grade from that shown in the DRAWINGS as may be necessary or desirable to maintain the characteristics of a stabilized foundation by minimizing the amount of cutting into or filling. B. Roads and Parking Areas: For aggregate base course roads and parking areas, the top six (6) inches of topsoil shall be stripped within the area to be aggregate surfaced. Following stripping of the topsoil, the upper twelve (12) inches of the subgrade shall be scarified and compacted to a minimum of ninety-five percent (95%) of the Maximum Standard Proctor Density (ASTM D698). Onsite material may be used as accepted by ENGINEER, for compacted fill for the aggregate base course. Fill shall be placed within two percent (2%) of optimum moisture content and compacted to a minimum of ninety five percent (95%) of the Maximum Standard Proctor Density (ASTM D698). DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 11 23 - 5 C. Pavements: Aggregate base course used as a foundation for pavements shall be placed on the subgrade within two percent (2%) of optimum moisture and compacted to a minimum of one hundred percent (100%) of the Maximum Modified Proctor Density (ASTM D1557). The top six (6) inches of topsoil shall be stripped within the area to be aggregate surfaced. Following stripping of the topsoil, the upper twelve (12) inches of the subgrade shall be scarified and compacted to a minimum of ninety- five percent (95%) of the Maximum Standard Proctor Density (ASTM D698). Onsite material may be used, as accepted by ENGINEER, for compacted fill for the aggregate base course. Fill shall be placed within two percent (2%) of optimum moisture content and compacted to a minimum of ninety five percent (95%) of the Maximum Standard Proctor Density (ASTM D698). Deviations in aggregate base course under pavements of more than one-quarter (1/4) inch in ten (10) feet, measured with a ten-foot (10') straight edge, shall be corrected prior to pavement construction. D. Earth Subgrade: When the foundation is an earth subgrade it shall be prepared by removing all vegetation, excavating and removing materials, filling depressions, scarifying, shaping, smoothing and compacting to meet the required grade, section and density. Stones over six (6) inches in greatest dimension shall be removed. 3.03 PLACEMENT A. The aggregate base course shall be constructed to the width and section shown in the DRAWINGS. If the required compacted depth of base course exceeds six (6) inches, the base shall be constructed in two (2) or more layers of approximate equal thickness. The maximum compacted thickness of any one (1) layer shall not exceed six (6) inches. B. Each layer shall be constructed as far in advance of the succeeding layer as ENGINEER may direct. The WORK shall, in general, proceed from the point on the PROJECT nearest the point of supply of the aggregate in order that the hauling equipment may travel over the previously placed material, and the hauling equipment shall be routed as uniformly as possible over all portions of the previously constructed courses or layers of the base course. C. The material shall be deposited on the soil foundation, or previously placed layer, in a manner to minimize segregation and to facilitate spreading to a uniform layer of the required section. In the event that blending of materials is necessary to provide required gradation and properties of the material, and is done in the roadway, the same shall be accomplished by mixing the aggregate and blending material by means of blade graders, discs, harrows, or other equipment to effect a uniform distribution and gradation throughout the finished mixture. Excessive mixing and grading that will cause segregation between the coarse and fine materials is prohibited. 3.04 COMPACTION A. After a layer or course has been placed and spread to the required thickness, width and contour, it shall be compacted. If the material is too dry to readily attain the required density, it shall be uniformly moistened to the degree necessary during compaction operations for proper compaction. B. Compaction of each layer shall continue until the required density specified in Article Preparation of Foundation is reached. The surface of each layer shall be maintained DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 11 23 - 6 during compaction operations in such a manner that a uniform texture is produced and aggregates firmly keyed. C. All areas where proper compaction is not obtainable due to segregation of materials, excess fines, or other deficiencies in the aggregate shall be reworked as necessary or the material removed and replaced with aggregates that will meet this SPECIFICATION. D. The surface of each layer shall be kept true and smooth at all times. 3.05 MIXING A. Unless otherwise specified, CONTRACTOR shall mix the aggregate by any one of the three following methods: 1. Stationary Plant Method: Aggregate base course and water shall be mixed in an approved mixer. After mixing, the aggregate shall be transported to the PROJECT site while it contains the proper moisture content and shall be placed on the roadbed by means of an approved spreader. 2. Travel Plant Method: After the material for each layer has been placed through an aggregate spreader or windrow-sizing device, it shall be uniformly mixed by a traveling mixing plant. 3. Road Mix Method: After material for each layer has been placed, the materials shall be mixed while at optimum moisture content by motor graders or other approved equipment until the mixture is uniform throughout. 3.06 SHOULDER CONSTRUCTION A. Shoulders shall be constructed with base course material to conform to the elevation and section shown in the DRAWINGS. No equipment shall be used which by its design or through its manner of operation will damage the pavement or curbs. Insofar as practicable, the base course material shall be placed directly on the shoulder area. Materials that are deposited outside the shoulder area, if not contaminated, shall be recovered and placed within the required limits. CONTRACTOR shall not be compensated for materials not recovered as determined by ENGINEER. B. Materials shall not be deposited on the pavement or surfacing during placing unless specifically permitted by ENGINEER. C. The base course material as placed shall be spread and compacted to the required density in layers not exceeding six (6) inches in compacted thickness. Any material inadvertently placed on the pavement shall be broomed from the pavement. The result shall not effect a change in the gradation of the shoulder material. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 19 13 - 1 SECTION 32 91 13 TOPSOIL AND WETLAND TOPSOIL PART 1 GENERAL 1.01 SECTION INCLUDES A. This work consists of placing of topsoil or wetland topsoil upon constructed cut and fill slopes or in designated areas after grading operations are complete. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 01 57 19, Temporary Environmental Controls 2. Section 02 41 13 Selective Site Demolition 3. Section 31 41 13 Topsoil and Wetland Topsoil Stripping and Stockpiling 4. Section 31 23 00 Excavation and Fill 5. Section 31 25 00 Erosion and Sedimentation Controls 6. Section 32 93 00 Landscape Planting 7. Section 32 92 19 Seeding 1.03 REFERENCES A. The following is a list of standards which may be referenced in this section: a. ASTM International (ASTM): b. D2974, Standard Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils. c. D5268, Standard Specification for Topsoil Used for Landscaping Purposes. 1.04 SUBMITTALS A. Informational Submittals: 1. Certified Topsoil Analysis Reports: a. Indicate quantities of materials required to bring onsite b. Provide ceritification of topsoil compliance with gradation requirements. c. Provide ceritification of topsoil compliance with Chemical attribute requirements. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 19 13 - 2 d. Provide certification of topsoil compliance with minimum ammonium bicarbonate DPTA (chelate) extractable nutrient requirements. 1.05 SEQUENCING AND SCHEDULING A. TOPSOIL B. WETLAND TOPSOIL 1. CONTRACTOR shall prepare the wetland relocation site to elevations specified in the DRAWINGS or as approved by ENGINEER prior to excavating the wetland topsoil. If ENGINEER determines that this is not possible, then CONTRACTOR shall stockpile wetland topsoil material in an approved area, to remain undisturbed until the relocation site has been prepared. 2. Wetland topsoil shall be placed within twenty four (24) hours in the wetland relocation site. PART 2 PRODUCTS 2.01 MATERIALS A. TOPSOIL 1. Topsoil shall consist of natural, friable, sandy loam, native upland topsoil with characteristics as defined in Section 2.01 sub-section 3. Topsoil shall be obtained from pre-approved on-site collection areas or pre-approved imported materials from off site. 2. Topsoil shall have the following characteristics; resulting from a current agronomic and full textural class analysis of a topsoil sample collected from the actual soil proposed to be used. The results of the tests shall be submitted to the ENGINEER and must include sample date and reference the collection location. 3. Composition shall be in general accordance with ASTM D5268 subject to the following: a. Gradation Texture Class % of Total Weight Average % Sand (0.05-2.0 mm dia. range) 25 - 75 50 Silt (0.002-0.05mm dia. range) 15 - 40 27.5 Clay (< 0.002 mm dia. range) 15 - 30 22.5 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 19 13 - 3 b. Chemical Attributes Chemical Attribute Range pH 6.8 - 7.5 Organic Matter 1% - 3% Salinity EC<2 mmhos/cm c. Topsoil shall contain the following minimum ammonium bicarbonate DPTA (chelate) extractable nutrients. Nutrient Concentration Nitrogen 5 ppm air dried basis Phosphorous 5 ppm Potassium 30 ppm Iron (Fe) 5 ppm B. WETLAND TOPSOIL 1. Wetland topsoil shall meet the requirements of Section 2.01 A above. 2. Topsoil collected from wetland sites shall be used only in wetland areas. 3. Wetland Topsoil salvaged from the site shall not be used as topsoil outside of areas designated on the DRAWINGS. C. Source: Stockpile material onsite, in accordance with Section 31 14 13 Topsoil Stripping and Stockpiling. Import topsoil if onsite material is insufficient in quantity, or quality. 2.02 SOURCE QUALITY CONTROL A. Topsoil Analysis/Testing: Performed by county or state soil testing service or approved certified independent testing laboratory. PART 3 EXECUTION 3.01 TOPSOIL PLACEMENT A. Do not place topsoil when subsoil or topsoil is frozen, excessively wet, or otherwise detrimental to the WORK. B. Topsoil shall be placed directly upon completed cut and fill slopes whenever conditions and progress of construction permit. C. Approved topsoil shall be placed at locations and to the thickness as designated in the CONTRACT DOCUMENTS. Prior to final placement of topsoil, any areas compacted by construction activities shall be decompacted to at least 85 Proctor by repeated ripping in rows twelve inches (12”) or less, apart, to a depth of twelve inches (12”). All subsoil areas, including any graded areas or cut slopes should be DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 19 13 - 4 roughened with furrows four to six inches (4”-6”) deep to key the topsoil into the subsoil. D. Water shall be applied to the topsoil in a fine spray by nozzles or spray bars so the topsoil areas will not be washed or eroded. E. Uniformly distribute topsoil to within 1/2 inch of final grades. Fine grade topsoil eliminating rough or low areas and maintaining levels, profiles, and contours of subgrade. F. Material shall be free from objects larger than 1-1/2 inches maximum dimension including hard clods of heavy clay, shale, decomposed shale or other subsoil, noxious weed parts (roots, seeds, or shoots), grass, refuse, stumps, roots, brush, other foreign matter, hazardous or toxic substances, and deleterious material that may be harmful to plant growth or may hinder grading, planting, or maintenance. G. Placed topsoil shall be stabilized immediately by: 1. Preparing and seeding with the approved seed mixture and mulch, 2. Installing perimeter silt fence and/or straw wattles, 3. Roughening and application of 2500 pounds per acre hydromulch with 150 pounds per acre approved tackifier and later seeding and mulching, per the plans. 3.02 WETLAND TOPSOIL PLACEMENT A. All subsoil areas, including any graded areas or cut slopes should be roughened with furrows four to six inches (4”-6”) deep to key the topsoil into the subsoil. B. Wetland topsoil salvaged from the site shall be placed in locations specified on the DRAWINGS to a depth of eighteen inches (18") or as otherwise designated. C. Wetland topsoil in an unworkable condition due to excessive moisture, frost or other conditions shall not be placed until it is suitable for spreading. D. Water shall be applied to the topsoil in a fine spray by nozzles or spray bars so the topsoil areas will not be washed or eroded. E. After the wetland topsoil is spread all large stiff clods, rocks, roots and other foreign matter shall be cleared and disposed of by the CONTRACTOR. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 93 00 - 1 SECTION 32 93 00 LANDSCAPE PLANTING PART 1 GENERAL 1.01 SECTION INCLUDES A. CONTRACTOR shall furnish all labor, materials, supplies, equipment, tools and transportation; perform all operations to complete installation of the plantings; and guarantee all plantings. The WORK shall include, but not be limited to the following: 1. Procurement of all applicable licenses, permits, and fees. 2. Ascertainment of utility locations prior to construction. 3. Site inspection. 4. Planting of trees, shrubs, and wetland plants. 5. Soil preparation and fine grading. 6. Staking and guying of trees. 7. Mulching of all trees. 8. Cleanup, inspection, and approval. 9. Guarantee of all plantings. 1.02 GENERAL A. No substitutions for specified materials shall be accepted in the base BID. Alternative BID proposals, which propose material substitutions, may be submitted for consideration by ENGINEER or PLANT ECOLOGIST. Alternative proposals shall be fully supported by necessary documentation showing compatibility/comparability with specified materials. B. Additional WORK shall be paid for at CONTRACT unit prices. If unit prices are not available, the WORK shall be paid for on a time and material basis or for an agreed to lump sum amount. C. Precautions have been taken to ensure accuracy and conformance of the CONTRACT DOCUMENTS with the design concept of the PROJECT. Nevertheless, CONTRACTOR shall be responsible for confirming and correlating actual job site dimensions, for acquiring information that pertains solely to the fabrication process or to techniques of construction, and for coordinating the WORK with all other trades. 1.03 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 93 00 - 2 1. Section 01 57 19, Temporary Environmental Controls 2. Section 31 41 13 Topsoil and Wetland Topsoil Stripping and Stockpiling 3. Section 31 23 00 Excavation and Fill 4. Section 31 25 00 Erosion and Sedimentation Controls 5. Section 32 93 00 Landscape Planting 6. Section 32 92 19 Seeding 1.04 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Nursery and Landscape Association (ANLA): ANSI Z60.1, American Standard for Nursery Stock. 1.05 SUBMITTALS A. CONTRACTOR shall direct submittals and samples, if noted, to ENGINEER and receive approval in writing before WORK commences. B. Submit Topsoil and Wetland Topsoil certifications as required in Section 32 91 13 Topsoil and Wetland Topsoil C. Submit Weed free Certification and mulch sample for approval. D. Submit organic compost certification of characteristics for approval. 1.06 DELIVERY, STORAGE, AND HANDLING A. Digging, Wrapping, and Handling: 1. Plants shall be dug and prepared for shipment in a manner that shall not cause damage to branches, shape, and future development after planting. 2. Balled and burlapped plants shall be nursery grown stock adequately balled with firm, natural balls of soil in sizes and ratios conforming to the American Standard for Nursery Stock as cited below. Balls shall be firmly wrapped with non-treated burlap, secured with wire or jute. Broken or flattened or otherwise misshaped or otherwise damaged root balls will not be accepted. B. Plants are to be delivered to the site with tags bearing the botanic name as indicated by the plant list. C. Plant Protection: Plants shall be handled so that roots are adequately protected at all times from drying out and from other injury. Plant materials shall be securely tarped during transportation to prevent wind burn. Protect root balls and pots of plants which cannot be planted within twelve (12) hours of delivery with soil or other suitable materials. Where possible, store plants in the shade. Keep all plant roots DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 93 00 - 3 moist before, during, and after planting. Plants shall be watered as soon as they arrive on the site and shall be kept moist until they are planted. D. Protect all materials used for construction from damage, deterioration, or loss of any kind while in storage and construction. 1.07 GUARANTEE AND REPLACEMENT A. Guarantee trees, shrubs, ground covers, and other plant materials to root and thrive free from defects from any cause until final acceptance of PROJECT. B. Replace plants when they are no longer in a satisfactory condition as determined by ENGINEER prior to final acceptance. This includes plants that die back and loose the form and size originally specified. 1. Make replacements within seven (7) days of notification from ENGINEER. 2. Replace trees in the spring planting season only, unless approved otherwise. Remove dead plants within two (2) days of notification. C. All replacements shall be of the same kind and size as originally specified and shall be installed as described in the CONTRACT DOCUMENTS. Repairs and replacements shall be made at no expense to OWNER. D. Guarantee shall apply to originally specified and installed plants and other landscape materials, and any replacements made during the construction period. PART 2 PRODUCTS 2.01 GENERAL A. All materials used for construction shall be new and without flaws or defects of any type, and shall be the best of their class and kind. B. A complete list of plantings and necessary landscape material is provided on the DRAWINGS. 2.02 SOIL AMENDMENTS/FERTILIZERS/MULCHES/EDGING A. Topsoil and Wetland Topsoil: 1. Topsoil and Wetland Topsoil shall meet the requirements of Section 32 91 13 Topsoil and Wetland Topsoil. 2. In-Situ: Soil in-place on the site, such as tree pit excavation, may be used provided it is free from roots, limbs, rocks, construction debris, and other foreign material. B. Improved Planting: 1. Mix (Prepare Soil): Backfill planting pits and planters using an improved soil mix consisting of the following: a. Eighty five percent (85%) onsite or imported topsoil. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 93 00 - 4 b. Fifteen percent (15%) organic compost. C. Fertilizer: 1. Trees and Shrubs: Osmocote Sierrablen, nine- (9-) month slow-release. 2. Turf Grasses: 18-46-0 at five pounds (5#) per thousand square feet (1,000 SF). 3. Native Grasses: Biosol at a rate of twenty pounds (20#) per thousand square feet (1000 SF). D. Herbicide: Coordinate type of herbicide with ENGINEER. E. Mulch: Three- (3-) inch depth shredded cedar mulch or equal cedar mulch; free from noxious weed seed and all foreign material harmful to plant life. Chips or other angular bark chips are not acceptable. F. Edging: Steel edging, inter-locking fourteen (14) gauge by four- (4-) inch painted steel. G. Organic Compost: Compost shall have the following characteristics: 1. pH Range: 5.5-8.0. 2. Moisture Content: 35% - 55%. 3. Particle Size: Pass through one- (1-) inch screen or smaller. 4. Stability: Stable to highly stable, providing nutrients for plant growth. 5. Maturity/Growth Screening: Demonstrate ability to enhance plant growth. 6. Soluble Salt Concentrations: 2.5 dS (mmhos/cm) or less preferred. 7. Organic Matter Content: 30% – 70%. 8. Suggested Source: A-1 Organic, Eaton, Colorado (970) 454-3492 or an approved equal. 2.03 WATER A. CONTRACTOR shall provide water for planting during the construction period. 2.04 TREES, SHRUBS, AND GROUND COVERS A. Quantities: Furnish plants in quantities required to complete the WORK as indicated on the DRAWINGS. B. Quality: Use plants which are symmetrical and typical of their species; healthy, well- branched, and well-proportioned in respect to height and width; free from disease, injury, insects, and weak roots; and, conforming to the requirements of the ANLA ANSI Z60.1. All plants are subject to inspection. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 93 00 - 5 C. Botanic and Common Names: Nomenclature is in conformance with standard horticultural practice in the area. Trees, shrubs, and herbaceous plant materials designated as native shall NOT be hybrid varieties. 2.05 MATERIALS FOR STAKING, GUYING, AND WRAPPING TREES A. Tree Stakes: Six- (6-) foot long metal T-Posts. B. Guying and Staking Wire: Galvanized steel twelve (12) gauge wire. C. Webbing: Two- (2-) inch nylon webbing or rubberized cloth. 2.06 GRASS SEED A. Refer to Section 32 92 19, Seeding. PART 3 EXECUTION 3.01 GENERAL A. CONTRACTOR shall appoint a competent resident superintendent. The superintendent shall be on site whenever the WORK is in progress. The superintendent shall not be replaced without notice to ENGINEER. Workers shall be competent in performance of WORK they are assigned. B. Coordination: Coordinate WORK with other trades to ensure proper sequencing of construction. C. Planting Time and Completion: 1. Plants shall be planted only when weather and soil conditions permit and in accordance with locally accepted practices, and as approved by ENGINEER or PLANT ECOLOGIST. 2. Trees shall be planted in same growing season in which they were dug. 3.02 PREPARATION A. Preplanting Observation of Materials: 1. ENGINEER or PLANT ECOLOGIST shall observe and approve plant material before planting. This observation may be either at the site, nursery, or holding area, at the option of ENGINEER OR PLANT ECOLOGIST. Materials planted prior to approval are subject to rejection. Observation of materials may be sequenced by major planting areas to accommodate efficient planting operations. Acceptance of plant material at the nursery or holding area does not preclude rejection at the site. All rejected materials shall be removed from the site, replaced, and reinspected before planting. 2. All fertilizers, backfill, seed, mulches, and soil amendments shall be reviewed at the site by ENGINEER or PLANT ECOLOGIST before they are used in planting operations. ENGINEER shall check invoices to verify specified quantities have been delivered. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 93 00 - 6 B. Site Inspection: 1. CONTRACTOR, Landscape Contractor, and ENGINEER shall inspect site prior to being accepted by ENGINEER as complete and acceptable for the Landscape Contractor to proceed. 2. Beginning WORK of this section implies acceptance of existing conditions. C. Grades: Grades have been established under WORK of another section to within one (1) inch, plus or minus, of required finished grades. Verify that grades are within one (1) inch, plus or minus, of required finished grades. Notify ENGINEER prior to commencing soil preparation WORK if existing grades are not satisfactory, or assume responsibility for conditions as they exist. D. Contaminated Soil: Do not perform any soil preparation work in areas where soil is contaminated with cement, plaster, paint or other construction debris. Bring such areas to the attention of ENGINEER and do not proceed until the contaminated soil is removed and replaced. E. Dimensions: All scaled dimensions are approximate. Before proceeding with any WORK, carefully check and verify all dimensions and quantities and immediately inform ENGINEER of any discrepancy between the DRAWINGS and/or specifications and actual conditions. F. Protection of Existing Features: 1. Protect all existing site development including, but not limited to, existing buildings, equipment, underground utilities, walls, materials, or vegetated areas including, but not limited to, trees, native grasslands, wetlands, or shrublands. Any existing site development damaged by willful or negligent acts of CONTRACTOR or any of CONTRACTOR’s employees shall be replaced or repaired at no expense to OWNER and in a manner satisfactory to ENGINEER or PLANT ECOLOGIST before PROJECT acceptance is given. 2. The above provision applies to onsite damage as well as to that which may occur to adjacent properties. 3. Until the PROJECT has been accepted, erect and maintain shoring, barricades, guards, warning signs, and lights as necessary or required for the protection of the public, the WORK, and the workers. To the same ends, provide traffic control and institute site security measures, as needed. 4. CONTRACTOR shall be responsible for adhering to the following tree protection standards during construction: a. During the construction stage, CONTRACTOR shall not cause, or permit the cleaning of equipment or material, or the storage or disposal or waste material including, but not limited to, paints, solvents, asphalt, concrete, mortar, or any other material harmful to the life of a tree, within the drip line or root zone of each tree, or group of trees. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 93 00 - 7 b. No damaging attachments, wires, signs, permits, or other objects may be fastened by any means to any tree preserved on this PROJECT. 5. Tree areas, shrublands, grasslands, or existing landscape areas within the PROJECT area shall be fenced and excluded from use for vehicle traffic, staging, or parking, unless specifically designated for these purposes on the DRAWINGS or by the ENGINEER. 3.03 SOIL PREPARATION A. Weed and Debris Removal: All ground areas to be planted shall be cleaned of all weeds and debris prior to any soil preparation or grading work. Any growing noxious weeds on the site shall be pretreated with approved herbicide prior to grading. Annual or biennial weeds over two (2) feet tall shall be mowed, raked, and removed prior to grading. Weeds and debris shall be disposed of off the site. B. Moisture Content: Soil shall not be worked when moisture content is so great that excessive compaction occurs, nor when it is so dry that dust will form in the air or clods will not break readily. Water shall be applied, if necessary, to bring soil to an optimum moisture content for tilling and planting. C. Prior to spreading salvaged topsoil and seeding, thoroughly till or rip to a depth of twelve (12) inches all areas compacted by access, staging, or construction traffic. Till all remaining areas to a depth of six (6) inches. Channel bottom areas are to be ripped to a depth of at least twelve (12) inches on approximately two- (2-) to four- (4-) foot centers. The soils shall be worked until no clods greater than two (2) inches in diameter remain, unless directed otherwise by ENGINEER. Remove rocks and other objects three (3) inches or greater in any dimension. D. Soil Conditioning: After soil preparation has been completed and high and low spots graded, add soil amendments as indicated below and rototill, making repeated passes with the cultivator to the depth specified until the amendments have been thoroughly mixed. 1. Organic Compost Soil Amendment shall be applied at a rate of three (3) cubic yards per one-thousand (1,000) square feet or as shown on the DRAWINGS. 2. Organic Compost shall only be applied if required and designated on the DRAWINGS. 3.04 FINE GRADING A. When weeding, soil preparation, and soil conditioning have been completed and soil has been thoroughly water settled, all planting areas shall be smooth-graded, ready for placement of plant materials and for seeding. 1. Grades: Finish grades shall conform to site grading plans and produce a smooth, even surface without abrupt changes, including the interface with the adjacent undisturbed landscape. Minor adjustments of finish grades shall be made at the direction of ENGINEER or PLANT ECOLOGIST, if required. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 93 00 - 8 2. Drainage: All grades shall provide for natural runoff of water without low spots or pockets. Flow-line grades shall be accurately set and shall be not less than two percent (2%) gradient wherever possible. 3. Shrub Areas: Finished grades shall be one and one-half (1-1/2) inches below top of adjacent pavement, headers, curbs, or wall, unless otherwise indicated on the DRAWINGS. 4. Lawn Areas: Finished grade shall be three-quarters (3/4) inch below top of adjacent pavement, curbs, or headers. 5. Slopes: Tops and toes of all slopes shall be rounded to produce a gradual and natural-appearing transition between relatively level areas and slopes. 6. Wetland Mitigation Areas: In wetland mitigation areas, all areas shall be graded to within six (6) inches of the expected water surface elevation or closer, if otherwise specified on the detailed DRAWINGS. ENGINEER or PLANT ECOLOGIST may require a survey of wetland planting site if there is any question to accuracy of the final grade. No wetland plantings shall be placed over six (6) inches above the expected water surface elevation or more than six (6) inches below the expected water surface elevation. B. Inspection of turf/turf bed and grading shall occur before sodding and/or seeding. 3.05 SHRUB AND TREE PLANTING A. Established Location: ENGINEER or PLANT ECOLOGIST shall approve location of trees and shrubs before any planting occurs. B. Planting Pits: 1. Dig planting pits two (2) times the size of the soil ball and the depth of the soil ball, unless planting native cottonwoods in non-irrigated areas (see 3 below). 2. Roughen sides of the pit to remove any compacting or glazing. 3. Native plains cottonwood trees (Populus sargentii, syn. = P. deltoides subsp monilifera) to be planted in non-irrigated areas along water courses shall be deep planted to ensure good root contact with groundwater and promote substantial root support. Deep planted trees shall be installed with up to one third (1/3) the height of the tree placed into a hole with the base of the root ball resting upon the level of the top of the groundwater. It shall be verified that the root ball of the tree is placed in the capillary fringe (moist soil) just above the saturated soil zone (groundwater level). Deep planted trees shall be placed back from the edge of a water body far enough to permit at least a two- (2-) foot deep rooting zone above the water table. Deep planted trees are required to have, at least, two (2) feet of soil above the ground water level, to provide a stable root zone for the mature trees. Areas with heavy clay soils are not suitable for deep planting of cottonwoods. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 93 00 - 9 4. Figure A below shows a typical installation of a deep planted native cottonwood tree. Figure A C. Existing Tree Roots: 1. When the cutting of tree roots is necessary, each final cut shall be made as cleanly as possible for all roots over three (3) inches in diameter using the following method: a. The line of excavation shall be drawn out and appropriate excavation equipment used to clear the area at least six (6) inches in front of the actual finished excavation line. Roots can then be cut using tools such as axes, stump grinders, or trenchers. b. Each root over three (3) inches in diameter shall then be cut cleanly back to the final excavation line using a stump grinder operated by an experienced, licensed arborist. A sharp hand or bow saw is acceptable for roots under three (3) inches in diameter. Axes and trenchers do not cut roots cleanly and shall not be used for final root cuts. 2. The ENGINEER or PLANT ECOLOGIST, shall be contacted prior to removal of branches over four (4) inches in diameter. All branches shall be cut with a sharp pruner or saw. All cuts shall be cleanly made back to the next crotch or tree, leaving the bark collar intact at the base of the cut. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 93 00 - 10 D. Backfill Material: Tree and shrub planting pits shall be backfilled with the specified improved planting mix. (Refer to Paragraph 2.02.B.) E. Planting: 1. On all other tree and shrub planting (other than native plains cottonwoods), excavate planting pit to depth such that the top of the root ball, when planted, shall be at finish grade. 2. For balled and burlapped materials, untie and remove burlap from top third of root ball on balled and burlapped material. Remove wire baskets from top and sides of root ball. Remove twine from around tree trunks. 3. Backfill one-half (1/2) of pit with backfill mixture and water thoroughly before placing any more backfill. Do not work wet soil. 4. Fertilize trees and shrubs with specified fertilizer at the rate recommended by the manufacturer. 5. Backfill the rest of the planting pit with backfill mixture. Water thoroughly on day of planting. Do not work wet soil. 6. Stake or guy all trees. 7. ENGINEER will check mulch, tree staking, and tree wrapping where appropriate. 3.06 WETLAND PLANTINGS A. Wetland or other potted plant materials shall be well watered before installation. Wetland plant materials shall be kept wet at all times, until installed. B. Wetland plant materials shall be planted within six (6) inches of the expected normal water surface elevation. In sandy soils wetland plant materials may require planting within less than two (2) inches of the normal water surface, depending upon the species. Contact PLANT ECOLOGIST to verify proper grade prior to wetland plant installation. C. Holes for installing 10 T or small tubeling plants may be created with a dibble or sharpened dowel. Open the holes just large enough to insert the entire plant and all the nursery soil at least one-half (1/2) inch below the native soil. The holes should not be formed more than one-half (1/2) inch deeper than the tubes. Once inserted, the hole shall be backfilled or tamped from the side with a mallet to secure the plant. If waterfowl grazing is a possibility, each plant (graminoids only) shall be trimmed to two (2) inches prior to installation and each plant shall be secured by an eight- (8-) inch landscape staple to discourage pulling by the waterfowl. Areas to be covered by erosion control mat following planting shall be planted with trimmed plants (grasses and grass-like plants trimmed to a two- (2-) inch height while in the pots, then seeded (if required) with fabric installation completed over the top of the installed plants. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 93 00 - 11 3.07 MULCHING A. Mulch all tree plantings in irrigated landscapes with four (4) inches deep recycled cedar mulch, unless otherwise indicated on the DRAWINGS. Trees or shrubs planted in non-irrigated areas shall be surrounded with a watering dish. Trees or shrubs planted on slopes in non-irrigated areas shall be surrounded with a watering dish which shall be open on the uphill side to permit accumulation of runoff. The dishes in natural areas shall be mulched with no more than one (1) inch of wood chip mulch and may be seeded along with the adjacent area. 3.08 FIELD QUALITY CONTROL A. Final Walk-Through: 1. The final walk-through shall be performed at the completion of all planting operations under this CONTRACT. 2. At the time of the final walk-through, the Landscape Contractor shall have planting areas free of debris. Plant basins shall be in good repair. Debris and litter shall be cleaned up, and walkways, curbs, and roads shall be cleared of soil and debris. The inspection shall not occur until these conditions are met. 3. ENGINEER or PLANT ECOLOGIST will identify any deficiencies in the form of a punch list. 4. ENGINEER will give written notice of final acceptance when WORK has been performed in compliance with the CONTRACT DOCUMENTS. 5. Correct deficiencies within the first ten (10) days of the final walk-through. Correct WORK in accordance with the CONTRACT DOCUMENTS at no cost to OWNER. 6. Final acceptance shall not be given until all deficiencies are corrected. The Landscape Contractor shall maintain site until final acceptance. 3.09 CLEANING A. Remove from the site excess soil resulting from tree planting and mulching operations. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 32 93 00 - 12 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 05 13 - 1 SECTION 33 05 13 MANHOLES PART 1 GENERAL 1.01 SECTION INCLUDES A. CONTRACTOR shall furnish and install precast concrete manhole base, sections, adjusting rings, steps, and manhole ring and cover, complete. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS which may be related to this section: 1. Section 01 57 19, Temporary Environmental Controls 2. Section 07 91 00, Manhole Preformed Joint Seals. 3. Section 31 23 00, Excavation and Fill. 4. Section 31 23 19, Dewatering. 5. Section 31 23 33, Trenching and Backfilling. 6. Section 31 25 00, Erosion and Sedimentation Controls 1.03 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. ASTM International (ASTM): a. A48/A48M, Standard Specification for Gray Iron Castings. b. C150, Standard Specification for Portland Cement. c. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. 1.04 SUBMITTALS A. CONTRACTOR shall submit manufacturer’s technical descriptions of manhole sections, steps, rings, and covers. B. CONTRACTOR shall submit repair materials and methods to ENGINEER for review and approval. C. Material and procedures to be used in structure abandonment shall be approved by ENGINEER. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 05 13 - 2 PART 2 PRODUCTS 2.01 MATERIALS A. Precast Manhole Sections: 1. Precast reinforced concrete manhole top sections shall be produced using Type II Portland cement, or as approved by ENGINEER, and be fabricated in accordance with ASTM C478. 2. Flexible plastic sealant, RAM-NEK, or equivalent, shall be required for all horizontal mating surfaces between precast top sections and precast slab tops of meter vaults. 3. Manhole sections shall be clearly marked with the information specified for product marking in ASTM C478. 4. Imperfections in the precast concrete manhole base or sections shall be reviewed by ENGINEER prior to repair. B. Manhole Frames and Covers: 1. Manhole Frames and Covers: Manhole frames and covers shall be 400 pound or greater, 22-inch clear opening, as manufactured by Neenah, Deeter Foundry, Castings Inc., J Mark Corp, with closed pick hole or approved equal. Manhole covers shall be labelled for the appropriate utility (e.g. storm, water or sewer). Covers with more than one lifting hole will not be accepted 2. Frost proof covers if required shall be D & L, Model A-1019 with closed pick hole or approved equal. The ring and cover shall conform to ASTM A48/A48M Class 35B. 3. Watertight frames and covers if required shall be NEENAH R-1915/R- 1916 Series (as applicable) or approved equal. C. Manhole Steps: 1. Manhole steps shall be polypropylene and be cast into the manhole wall at the same time the manhole section is cast. 2. The manhole steps shall be approximately nine (9) inches wide and thirteen (13) inches long and weigh approximately two (2) pounds. 3. The steps shall be located no more than twenty eight (28) inches from the top of the finished manhole nor more than eighteen (18) inches from the floor and be spaced no greater than twelve (12) inches apart. 4. The step shall have a skid-resistant surface and be designed mechanically to prevent sideslip. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 05 13 - 3 D. Joints: All precast concrete joints shall be made with a preformed joint sealer or grout. All joints that are made with the joint sealer shall also be pointed with mortar on the inside of the section. 1. Mortar: a. Mortar used in jointing precast concrete manhole sections shall be composed of one (1) part Portland cement and not more than three (3) nor less than two (2) parts of fine aggregate. Portland cement shall meet the requirements of ASTM C150, Type II. Hydrated lime or masonry cement shall not be used. b. Fine aggregate shall consist of well-graded natural sand having clean, hard, durable, uncoated grains, free from organic matter, soft or flaky fragments or other deleterious substances such as calcium chloride. The fine aggregate shall be thoroughly washed and shall be uniformly graded from coarse to fine with a minimum of ninety five percent (95%) passing the #4 sieve and a maximum of seven percent (7%) passing the #100 sieve. c. All mortar shall be fresh for the WORK at hand. Mortar that has begun to set shall not be used. 2. Joint Seals: Precast concrete manhole section joint seals shall meet the requirements of Section 07 91 00, Manhole Preformed Joint Seals. PART 3 EXECUTION 3.01 GENERAL A. The manhole shall be constructed on a properly compacted subgrade and in such a manner that the center of the manhole coincides with the intersection of the projected centerlines of the inlet and discharge pipelines. The surface shall be level to permit proper construction of the riser sections. B. Changes in size and grade of channels for gravity pipelines shall be made gradually and evenly using concrete made with ASTM C150, Type II Portland cement. The invert channels may be formed directly in the concrete manhole base or may be constructed by laying sewer pipe through the manhole and cutting out the top half (1/2) of the pipe after the concrete has cured and reached design strength. The floor of the manhole outside of the channels shall slope upward from the springline of the pipeline to the wall of the manhole at not less than one (1) inch per foot nor more than two (2) inches per foot. 3.02 INSTALLATION A. Placement of Precast Concrete Base and Riser Sections: 1. Sections: Set the base and each manhole riser section such that the manhole will be plumb. Use sections of various heights to bring the ring and cover to the proper grade. The last riser section prior to placement of an eccentric cone or flat top shall be the shortest available but in no case greater than twenty four (24) inches in height. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 05 13 - 4 2. Joints: Sections shall be clean and dry. Mortar joints shall not be used when temperature of the air or section will be below thirty five degrees Fahrenheit (35F) when placing and curing, unless supplemental heat is used to keep the sections warm and mortar from freezing. a. Using Joint Sealer: The mating surfaces of the two sections to be joined shall be thoroughly cleaned. Apply the joint sealer to the seat of the base or riser section that is already in place. Only one joint is permitted in the sealer. Carefully lower the second precast concrete section onto the first section so that the joint sealer compresses forming a uniform seal. Each succeeding precast section shall be jointed in a similar manner. b. Using Mortar: The mating surfaces of the two (2) sections to be joined shall be thoroughly cleaned. Apply a one-inch (1") minimum bed of freshly mixed mortar to the joint of the section already in place. The mortar shall be uniform in thickness and cover the entire perimeter of the section. Carefully lower the second precast concrete section onto the first section so that the mortar compresses forming a uniform seal. Tool the mortar for a uniform appearing joint. Each succeeding precast section shall be jointed in a similar manner. 3. Lifting Holes: Fill all lifting holes with mortar. B. Adjusting Rings, Ring, and Cover Installation: 1. Install ring and cover on one or maximum of two precast concrete adjusting rings. 2. Each adjusting ring shall be a maximum of eight (8) inches high. 3. Adjusting rings shall be placed similar to the precast concrete manhole rings (thoroughly cleaned and placed with mortar or joint sealer). 4. The total allowable height of adjusting rings, ring, and cover shall be one (1) inch less than the manufacturer’s shortest precast concrete riser section. 5. Unless otherwise indicated in the DRAWINGS, set the top of the adjusting rings such that no part of the cast iron ring and cover will project above a point one-quarter inch (1/4") below the finish surface of pavement. C. Pipe Connections: 1. The manhole shall be thoroughly bonded to the barrel of the pipe and all connections with pipe shall be made without projections or voids. 2. All pipes shall have a Hamilton Kent or approved equal waterstop gasket applied around the pipe. 3. The joint between the PVC pipe and manhole wall shall be sealed with a non-shrink grout. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 05 13 - 5 3.03 FIELD QUALITY CONTROL A. Each manhole shall be watertight from infiltration and exfiltration of water. B. CONTRACTOR shall inspect and repair all visible leaks and damp spots. C. When required by ENGINEER, manholes shall be pressure tested by filling with water to the level of the top of the top riser to determine watertightness. There shall be no measurable loss of water in a one-hour (1 hr.) time period. 3.04 ABANDONMENT A. Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete or controlled low strength material backfill (Flo- Fill). For manholes with existing pipes too large to plug with fill, CONTRACTOR shall construct a bulkhead on the inside of the manhole to prevent the fill from entering the pipes. B. Manhole tops or cone section shall be removed to the top of the full barrel diameter section or to a point not less than eighteen (18) inches below final grade. The structure shall then be backfilled with lean concrete or Flo-Fill. Surface restoration shall be completed to match the surrounding areas. C. Manhole rings and covers, inlet grates and frames, precast flat top or cone sections, or any other salvageable items shall be salvaged, stored, and delivered to such location as prescribed by ENGINEER. 3.05 REPAIR OF IMPERFECTIONS IN SECTIONS A. Imperfections in the precast concrete manhole base or sections shall be reviewed by the ENGINEER prior to repair. The CONTRACTOR shall submit repair materials and methods to the ENGINEER for review and approval END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 05 13 - 6 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 41 00 - 1 SECTION 33 41 00 REINFORCED CONCRETE PIPE PART 1 GENERAL 1.01 SECTION INCLUDES A. This section includes construction of reinforced concrete pipe for storm drainage, culverts, and sanitary sewer, including appurtenances normally installed as a part of these systems. Construction may include surface preparation; trench excavation; shoring; dewatering; lay, align and join pipe installation of appurtenances; bedding and backfilling; surface restoration; and other related work. 1.02 RELATED SECTIONS A. The following is a list of SPECIFICATIONS, which may be related to this section: 1. Section 01 57 19, Temporary Environmental Controls 2. Section 31 11 00, Clearing and Grubbing. 3. Section 31 14 13, Topsoil Stripping and Stockpiling. 4. Section 31 23 00, Excavation and Fill. 5. Section 31 23 19, Dewatering. 6. Section 31 23 33, Trenching and Backfilling. 7. Section 31 25 00, Erosion and Sedimentation Control 1.03 REFERENCES A. The following is a list of standards, which may be referenced in this section: 1. ASTM International (ASTM): a. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. b. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. c. C150, Standard Specification for Portland cement. d. C260, Standard Specification for Air-Entraining Admixtures for Concrete. e. C361, Standard Specification for Reinforced Concrete Low-Head Pressure Pipe. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 41 00 - 2 f. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe. h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe. i. C655, Standard Specification of Reinforced D-Load Culvert, Storm Drain and Sewer Pipe. j. C827, Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixtures. k. C990, Standard Specifications for Joints in Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. l. C1417, Standard Specification for Reinforced Concrete Sewer, Storm Drain and Culvert Pipe for Direct Design. m. C1479, Standard Practice for Installation of Precast Concrete Sewer, Storm Drain, and Culvert Pipe Using Standard Installation. n. C1619, Standard Specifications for Elastomeric Seals for Joining Concrete Pipe. o. C1628, Standard Specifications for Joints for Concrete Gravity Flow Sewer Pipe, Using Rubber Gaskets. 2. U.S. Bureau of Reclamation (USBR): M-1, Standard Specifications for Reinforced Concrete Pressure Pipe. 1.04 SUBMITTALS A. Details of fittings and specials shall be furnished for approval by ENGINEER. B. Unless otherwise specified, CONTRACTOR shall submit to ENGINEER for approval SHOP DRAWINGS showing the exact dimension of the joints including the permissible tolerances for each size of pipe being furnished and the size, type and locations of gasket materials. Approval of the joint detail DRAWINGS shall not relieve CONTRACTOR of any responsibilities to meet all of the requirements of these SPECIFICATIONS, or of the responsibility for correctness of CONTRACTOR’s details. C. CONTRACTOR shall cooperate with ENGINEER in obtaining and providing samples of all specified materials. D. CONTRACTOR shall submit certified laboratory test certificates for all items required in this section. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 41 00 - 3 1.05 DELIVERY, STORAGE, AND HANDLING A. Responsibility for Material: 1. CONTRACTOR shall be responsible for all materials intended for the WORK that are delivered to the construction site and accepted by CONTRACTOR. Payment shall not be made for materials found to be defective or damaged in handling after delivery and acceptance. Defective or damaged materials shall be removed and replaced with acceptable materials at CONTRACTOR’s expense. 2. CONTRACTOR shall be responsible for the safe and proper storage of such materials. B. Pipe Acceptance: 1. In addition to any deficiencies not covered by ASTM C76 for non-pressurized pipe ,ASTM C361 for low head pipe or ASTM C507 for Elliptical Pipe, concrete pipe, which has any of the following visual defects, will not be accepted. a. Porous spots on either the inside or the outside surface of a pipe having an area of more than ten (10) square inches and a depth of more than one-half (1/2) inch. b. Pipe, which has been patched to repair porous spots, cracks, or other defects, when such patching was not approved by ENGINEER. c. Exposure of the reinforcement when such exposure would indicate that the reinforcement is misplaced. d. Pipe that has been damaged during shipment or handling even previously approved before shipment. e. Concrete pipe, at delivery to the job site, shall have cured and reach the design strength as required by ASTM C76 for non-pressurized pipe, ASTM C316 for low head pipe or ASTM C507 for Elliptical Pipe and be at least five (5) days old. 2. Acceptance of the pipe at point of delivery shall not relieve CONTRACTOR of full responsibility for any defects in materials due to workmanship. C. Pipe Handling: 1. Pipe and accessories furnished by CONTRACTOR shall be delivered to, unloaded, and distributed at the site by CONTRACTOR. Each pipe shall be unloaded adjacent to or near the intended laying location. 2. Pipe fittings, specials, valves, and appurtenances shall be unloaded and stored in a manner that precludes shock or damage. Such materials shall not be dropped. 3. Pipe shall be handled in a manner intended to prevent damage to the pipe ends or to any coating or lining. Pipe shall not be skidded or rolled against adjacent pipe. Damaged coatings or lining shall be repaired by CONTRACTOR, at DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 41 00 - 4 CONTRACTOR’s expense in accordance with the recommendations of the manufacturer and in a manner satisfactory to ENGINEER. Physical damage to the pipe or accessory shall be repaired by CONTRACTOR at CONTRACTOR’s expense, and in a manner satisfactory to ENGINEER. D. Gasket Storage: All gaskets shall be stored in a cool place, preferably at a temperature of less than seventy degrees Fahrenheit (70°F.), and in no case shall the gaskets be stored in the open, or exposed to the direct rays of the sun. PART 2 PRODUCTS 2.01 MATERIALS A. General: Precast concrete pipe, which does not conform to ASTM C76 for non- pressurized pipe, ASTM C361 for low head pipe or ASTM C507 for Elliptical Pipe or to any other requirement specified herein, shall not be approved for storm sewer, culvert, or sanitary sewer installations. B. Allowable ASTM Specifications: All material, manufacturing operations, testing, inspection, and making of concrete pipe shall conform to the requirements of ASTM C76 for non-pressurized pipe, ASTM C361 for low-head pipes or ASTM C507 Elliptical Pipe, latest revision thereof, listed in Article References. C. Marking: 1. The following shall be clearly marked on both the interior and exterior surface of the pipe: a. Appropriate ASTM Specification: ASTM 76, ASTM C361 or ASTM C507 b. Class and size. c. Date of manufacture. d. Name or trademark of manufacturer. D. Diameter of Pipe: The diameter indicated on the DRAWINGS shall mean the inside diameter of the pipe. E. Wall Thickness and Class of Pipe: The wall thickness and reinforcing steel, if any, shall comply with ASTM C76 for non-pressurized pipe, ASTM C361 for low head pipe or ASTM C507 for Elliptical Pipe and the class of pipe designated on the DRAWINGS. No elliptical reinforcing shall be allowed in any circular pipe. All jacking pipe shall be specifically designed by the pipe manufacturer to withstand all forces that the pipe may be subjected to during the jacking operations. F. Fittings and Specials: Fittings and specials shall be made up of pipe segments having the same structural qualities as the adjoining pipe and shall have the interior treated the same as the pipe. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 41 00 - 5 G. Lifting Holes: Lifting holes will be allowed for storm sewer pipe provided, however, only two lifting holes per pipe length will be allowed. H. Cement: Unless otherwise required by ENGINEER, or specified otherwise on the DRAWINGS, Type II Modified Portland Cement complying with the requirements of ASTM C150 will normally be acceptable in the manufacture of concrete pipe. I. Joints: 1. The joint design for concrete pipe shall be bell and spigot or tongue and groove. Where rubber gaskets are required or specified, the bell or tongue shall be of confined gasket or single offset spigot configuration to properly contain and seat the rubber gasket. The joint assemblies shall be accurately formed so that when each pipe section is forced together in the trench the assembled pipe shall form a continuous watertight conduit with smooth and uniform interior surface, and shall provide for slight movement of any piece of the pipeline due to expansion, contraction, settlement or lateral displacement. If a gasketed joint is used, the gasket shall be the sole element of the joint providing water tightness. The ends of the pipe shall be in planes at right angles to the longitudinal centerline of the pipe, except where bevel-end pipe is required. The ends shall be furnished to regular smooth surfaces. 2. The jointing material used for concrete pipe storm sewer installations thirty six- inch (36") diameter and greater shall be a rubber gasketed joint. For storm sewers less than thirty six-inch (36") diameter the jointing material may be either a rubber gasket or a flexible plastic sealing compound, unless otherwise specified on the DRAWINGS. Only rubber gasketed joints will be acceptable for concrete pipe sanitary sewer installations. All joints and jointing material shall conform to the following minimum requirements. a. Rubber Gasketed Joints: 1) Rubber gasket joints for tongue and groove or bell and spigot pipe using a confined gasket joint shall consist of an O-ring rubber gasket or other approved gasket configuration and shall conform to the requirements of ASTM 361, ASTM C443, ASTM C1619, or ASTM C1628 for the pipe designated. Unless otherwise approved by ENGINEER, the standard joint configuration shall be as noted in Subsection 3.04.F. 2) Rubber gasket joints for tongue and groove or bell and spigot pipe using a single offset joint shall consist of a non-circular rubber gasket or other approved gasket configuration and shall conform to the requirements of ASTM C76 or ASTM 361 for the pipe designated. Unless otherwise approved by ENGINEER, the standard joint configuration shall be as noted in Subsection 3.04.F. 3) Gaskets may be natural rubber, isoprene or neoprene conforming to ASTM C1619. b. Mortared Joints: Mortared joints shall only be used in special circumstances and only where specifically authorized by ENGINEER. It is the intent of these SPECIFICATIONS to limit the use of mortared joints to the minimum extent possible except where DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 41 00 - 6 unusual field conditions require deviation from the jointing material specified. J. Protective Coatings: Normally, no additional exterior or interior protective coatings shall be required for concrete pipe. However, whenever adverse corrosive conditions warrant additional interior protection, those pipe segments will be noted on the DRAWINGS. K. Concrete Cutoff Collars: Concrete shall meet the requirements of Section 03 31 00, Structural Concrete. PART 3 EXECUTION 3.01 GENERAL A. The pipe and pipe coatings shall be inspected by ENGINEER for damage or defects before being placed in the trench. Damaged or defective pipe shall not be installed. B. All pipes that do not meet the requirements of PART 2 of this section will be rejected and replaced at CONTRACTOR’s expense. C. CONTRACTOR shall install storm sewer pipe of the type, diameter, load class, wall thickness and protective coating that is shown on the DRAWINGS. D. Proper equipment, implements, tools and facilities shall be provided and used by CONTRACTOR for safe and convenient installation of the type of pipe being installed. 3.02 SURFACE PREPARATION A. Within Easement, Cultivated, Landscaped, or Agricultural Area: 1. All vegetation, such as brush, sod, heavy growth of grass or weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and trench side storage shall be stripped and disposed of in accordance with the requirements of Section 31 11 00, Clearing and Grubbing. 2. Topsoil shall be removed to a depth of eight (8) inches or the full depth of the topsoil, whichever is less. Topsoil shall be removed from the area to be excavated and stockpiled, or, CONTRACTOR may elect to import topsoil to replace that lost during excavation. B. Within Unpaved Roadway Areas: CONTRACTOR shall strip the cover material from graveled roadways or other developed, but unpaved traffic surfaces to the full depth of the existing surfacing. The surfacing shall be stockpiled to the extent that it is acceptable and useable for restoration purposes. C. Within Paved Areas: 1. The removal of pavement, sidewalks, driveways, or curb and gutter shall be performed in a neat and workmanlike manner. Concrete pavement, asphalt, sidewalks, driveways, or curb and gutter shall be cut with a power saw to a DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 41 00 - 7 depth of two (2) inches prior to breaking. The concrete shall be cut vertically in straight lines and avoiding acute angles. 2. Bituminous pavement, sidewalks, driveways, or curb and gutter shall be cut with a power saw, pavement breaker, or other approved method of scoring the mat prior to breaking or excavation. The bituminous mat shall be cut vertically, in straight lines and avoiding acute angles. 3. Any overbreak, separation, or other damage to the existing bituminous or concrete outside the designated cut lines shall be replaced at CONTRACTOR’s expense. 4. Excavated paving materials shall be removed from the job site and shall not be used as fill or backfill. 3.03 DEWATERING A. All pipe trenches and excavation for structures and appurtenances shall be kept free of water during pipe laying and other related work. The method of dewatering shall provide for a dry foundation at the final grades of excavation in accordance with Section 31 23 19, Dewatering. Water shall be disposed of in a manner that does not inconvenience the public or result in a menace to public health. Pipe trenches shall contain enough backfill to prevent pipe flotation before dewatering is discontinued. Dewatering shall continue until such time as it is safe to allow the water to rise in the excavation. 3.04 INSTALLATION A. General: Precautions shall be taken to prevent foreign material from entering the pipe before or while it is being placed in the line. During laying operations, no debris, tools, clothing or other materials shall be placed in the pipe. The open ends of pipe shall be closed with a watertight plug, or with other devices approved by ENGINEER, at times when pipe laying is not in progress. B. Pipe: 1. Storm sewer pipe shall be installed in accordance with the manufacturer’s recommendations for installing the type of pipe used, unless otherwise shown on the DRAWINGS. 2. Pipe lines shall be laid to the grades and alignment shown on the DRAWINGS or staked by ENGINEER. Variation from the prescribed grade and alignment shall not exceed one-tenth (0.10) foot, and the rate of departure from, or return to, the established grade or alignment shall be not more than one (1) inch in ten (10) feet, unless approved by ENGINEER. No deviation from grade shall cause a depression in the sewer invert that could retain fluids or solids. 3. Pipe with lifting holes shall be installed such that the lifting holes are in the crown of the pipe. All lifting holes shall be properly grouted with cement mortar immediately after the pipe is installed and prior to commencement of backfilling. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Revised 08/2015 33 41 00 - 8 4. Pipe with lifting anchors shall be installed such that the lifting anchors are in the crown of the pipe. All lifting anchor recesses in the wall of the pipe at the lifting anchors need not be grouted. C. Pipe Fittings: 1. Pipe fittings shall be laid so as to form a close concentric joint with the adjoining pipe to avoid sudden offsets of the flow line. Pipe sections shall be joined together in accordance with the manufacturer’s recommendations. 2. Pipe fittings and appurtenances shall be carefully lowered into the trench with suitable tools or equipment to prevent damage to the pipe and protective coatings and linings; pipe and accessory materials shall not be dropped or dumped into the trench. D. Gaskets: No gaskets that show signs of deterioration, such as surface cracking or checking, shall be installed in a pipe joint. The neoprene gaskets used, when the air temperature is ten degrees Fahrenheit (10°F) or lower shall be warmed to temperature of sixty degrees Fahrenheit (60°F) for a period of thirty (30) minutes before being placed on the pipe. E. Flexible Plastic Joint Sealing Compound: 1. All surfaces of the tongue and groove or bell and spigot shall be primed with an approved priming compound prior to the installation of the sealing compound. The installation of the priming compound and the sealing compound shall be accomplished in strict accordance with the manufacturer’s instructions, as to the method of application, quantity of material, the grade of the materials, and the application temperatures. 2. Gaskets installed on both male and female joint surfaces (double gasketing) shall be required for all deflected pipe joints, as well as arch or elliptical pipe joints. F. Acceptable Joint for Concrete Storm and Sanitary Sewer Installations: Except where a specified type of pipe joint or jointing material is noted on the DRAWINGS, joints and jointing material for concrete sewer installations shall be in conformance with the following table. Allowable Type of Joints Application Tongue and Groove with Flexible Plastic Sealing Compound Bell and Spigot (Single Offset) (ASTM 1628 or ASTM C443) Bell and Spigot with USBR M-1 Type R-4 Joint (Confined Gasket) (ASTM C361) Bell and Spigot with USBR M- 1 Type R-2 Joint 1. Non-Pressurized Storm Revised 08/2015 33 41 00 - 9 Allowable Type of Joints Application Tongue and Groove with Flexible Plastic Sealing Compound Bell and Spigot (Single Offset) (ASTM 1628 or ASTM C443) Bell and Spigot with USBR M-1 Type R-4 Joint (Confined Gasket) (ASTM C361) Bell and Spigot with USBR M- 1 Type R-2 Joint b. Open Cut 15" to 33" X X X X c. Jack or Bored/ Cased X X 2. Pressurized Storm Sewers a. Open Cut X X b. Jack or Bored/ Cased X X 3. Pressurized and Non- Pressurized Sanitary Sewers a. Open Cut X X b. Jack or Bored/ Cased X X NOTES: 1) Where more than one type of joint is acceptable, CONTRACTOR may use either type subject to the physical characteristics and manufacturing method of the pipe and approval of ENGINEER. 2) All elliptical pipe or arch pipe shall be double gasketed, or per ASTM C443 3) In addition to the gasket requirements, if the average joint gap in 36-inch diameter pipe or larger pipe exceeds 3/4-inch, the void shall be filled and troweled smooth with an approved non- metallic, non-shrink grout conforming to ASTM C827 or a flexible plastic sealant conforming to ASTM C990 so to provide a smooth interior surface at the joint. 4) For pipe sizes 18-, 24-, 30-, and 36-inch in diameter, the reinforcement in the bell and spigot shall conform to ASTM C76 for the class of pipe specified or to ASTM C361 for a minimum pressure head of 25 feet. G. Obstructions not shown on the DRAWINGS may be encountered during the progress of the WORK. Should such an obstruction require an alteration to the pipe alignment or grade, ENGINEER will have authority to order a deviation from the DRAWINGS, or ENGINEER may arrange for the removal, relocation, or reconstruction of any structure, which obstructs the pipeline. H. Joints of precast concrete boxes and precast concrete pipe shall be grouted in accordance with the manufacturer’s recommendations or as designated on the DRAWINGS. 3.05 BEDDING AND BACKFILLING Revised 08/2015 33 41 00 - 10 maximum layers over the full width of the trench and simultaneously on both sides of the pipe. Special care shall be taken to ensure full compaction under the haunches and joints of the pipe. C. Backfill compaction shall not be attained by inundation or jetting, unless approved in writing by ENGINEER. Backfill material shall be uniformly compacted the full depth of the trench. 3.06 CONCRETE CUTOFF COLLARS A. Concrete cutoff collars shall be placed around pipes as shown on the DRAWINGS or as directed by the ENGINEER. 3.07 SURFACE RESTORATION A. All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by CONTRACTOR shall be replaced in kind or as shown on the DRAWINGS. 3.08 CLEAN UP A. All rubbish, unused materials, and other non-native materials shall be removed from the job site. All excess excavation shall be disposed of as specified, and the right-of-way shall be left in a state of order and cleanliness. END OF SECTION DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ` Engineering from the ground down GEOTECHNICAL ENGINEERING REPORT MULBERRY-RIVERSIDE STORM SEWER OUTFALL FORT COLLINS, COLORADO May 26, 2017 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 2625 Redwing Road, Suite 160 Fort Collins, Colorado 80526 970.373.3195 www.LithosEng.com May 26, 2017 Project No. 15026-2 ICON Engineering, Inc. 7000 South Yosemite Street, Suite 120 Centennial, Colorado 80112 Attention: Mr. Jacobson, PE, CFM Principal Regarding: Geotechnical Engineering Report Mulberry-Riverside Storm Sewer Outfall Fort Collins, Colorado Mr. Jacobson: This Geotechnical Engineering Report presents our findings and recommendations for the Mulberry- Riverside Storm Sewer Outfall project. This study was conducted in general accordance with the agreement between Lithos Engineering and ICON Engineering dated March 6, 2017. Contained herein are general subsurface conditions, design recommendations, and construction considerations in support of the subject project. If you have any questions regarding the contents of this report, please contact the undersigned. Sincerely, Lithos Engineering Lance Heyer, PE Robin Dornfest, PG, CPG Associate President Dylan Fawaz, EI Staff Engineer DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page I of II TABLE OF CONTENTS EXECUTIVE SUMMARY .......................................................................................................................1 INTRODUCTION ..........................................................................................................................2 PROJECT BACKGROUND ..............................................................................................................2 2.1 Site Description ............................................................................................................................. 2 2.2 Proposed Construction ................................................................................................................. 2 GEOTECHNICAL INVESTIGATION ..................................................................................................3 3.1 Third Party Investigations ............................................................................................................. 3 3.2 Subsurface Investigation ............................................................................................................... 3 3.3 Geotechnical Laboratory Testing .................................................................................................. 4 SUBSURFACE CONDITIONS ..........................................................................................................4 4.1 Subsurface Materials .................................................................................................................... 4 4.1.1 Pavement Section ................................................................................................................. 5 4.1.2 Fill .......................................................................................................................................... 5 4.1.3 Conglomerate........................................................................................................................ 5 4.1.4 Coarse Alluvium .................................................................................................................... 5 4.1.5 Claystone Bedrock ................................................................................................................. 5 4.2 Groundwater ................................................................................................................................. 6 GEOTECHNICAL DESIGN RECOMMENDATIONS .............................................................................6 5.1 Foundation Recommendations ..................................................................................................... 6 5.2 Lateral Earth Pressures ................................................................................................................. 7 5.3 Pipeline Recommendations .......................................................................................................... 8 5.3.1 Thrust Restraint..................................................................................................................... 8 5.3.2 Seepage Control .................................................................................................................... 9 5.4 Buoyancy ....................................................................................................................................... 9 5.5 Pavement Recommendations ....................................................................................................... 9 5.6 Surface and Subsurface Drainage ................................................................................................. 9 5.7 Seismic Site Classification ........................................................................................................... 10 5.8 Water Soluble Sulfates ................................................................................................................ 10 CONSTRUCTION CONSIDERATIONS............................................................................................ 10 6.1 Temporary Excavations ............................................................................................................... 10 6.2 Excavations Near Railroad Right-of-Way .................................................................................... 11 6.3 Site Grading and Earthwork ........................................................................................................ 12 6.3.1 Site Preparation .................................................................................................................. 12 6.3.2 Benching into Existing Embankments ................................................................................. 13 6.3.3 Trench and Structure Backfill Material ............................................................................... 13 6.3.4 Fill Placement and Compaction .......................................................................................... 14 6.3.5 Bedrock and Conglomerate Excavation .............................................................................. 15 6.4 Construction Dewatering ............................................................................................................ 15 CONSTRUCTION OBSERVATION AND QUALITY ASSURANCE ....................................................... 15 LIMITATIONS ............................................................................................................................ 15 REFERENCES .................................................................................................................................... 17 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page II of II LIST OF FIGURES Figure Number Title 1 Site Vicinity and Boring Location Map 2-4 Geologic Profile of Proposed Alignment APPENDICES Appendix Title A Boring Log Key and Boring Logs B Geotechnical Laboratory Testing Results C Site Photographs DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 1 of 17 EXECUTIVE SUMMARY The following Geotechnical Engineering Report presents the results of our geotechnical investigation, design recommendations, and construction considerations in support of the Mulberry-Riverside Storm Sewer Outfall project. The following summarizes our general conclusions, engineering design recommendations, and construction considerations: 1. The subsurface conditions encountered do not preclude the proposed construction as we understand it. 2. Subsurface conditions identified during the investigation include: a. Fill extending to depths of 4 to 10 feet, underlain by 3 to 8.5 feet of a very dense conglomerate, underlain by approximately 1 to 6 feet of coarse alluvium. Claystone bedrock was encountered in all eight borings at depths ranging from 14 to 19.75 feet below existing grades. b. The very dense conglomerate was identified in all borings except LE-1 and LE-8, north of Mulberry Street and near the alignment outfall, respectively. c. Groundwater was encountered at depths ranging from 9 to 12 feet below existing grades during drilling and as measured after the investigation within the two installed temporary piezometers. 3. Construction dewatering can likely be managed from within the excavations with sump pumps or a graded gravity system. 4. Excavation of the conglomerate and claystone bedrock will likely require significantly more effort compared to the fill and coarse alluvium. 5. Excavations for the outfall structure will likely extend into Union Pacific Railroad Zones A. This design guide should be reviewed and incorporated into the project shoring and excavation specification. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 2 of 17 INTRODUCTION The City of Fort Collins (City) intends to mitigate flooding primarily in the square block southwest of the Mulberry and Riverside intersection. The proposed improvements are intended to remove a sizable portion of the businesses and residences southwest of the intersection of Mulberry Street and Riverside Avenue from the 100-year flood plain and intercept flood waters traveling toward the intersection from the west and north. To accommodate additional stormwater capacity, the existing alignment will be extended along Cowan from Myrtle to Mulberry and rehabilitated along Myrtle from Cowan to Riverside. A new outfall structure to the existing Springer Natural Area is also planned immediately east of the Union Pacific (UP) Railroad. PROJECT BACKGROUND The owner of the Mulberry-Riverside Storm Sewer Outfall project is the City of Fort Collins Utilities and the prime engineer for the project is ICON Engineering (ICON). ICON retained Lithos Engineering (Lithos) as the project’s geotechnical engineer. The project will be partially funded by FEMA under their Hazard Mitigation Grant program. A previous Tunnel Feasibility Report (Lithos Engineering, 2016) in support of ICON’s initial design was prepared to evaluate the possibility of tunneling as a proposed construction alternative. This report includes data from both the initial and most recent geotechnical investigation in support of ICON’s final design for the project. 2.1 Site Description The project is located in northern Fort Collins, Colorado. More specifically, the proposed improvements will be located along Cowan Street from Mulberry Street to Myrtle Street, along Myrtle Street from Cowan Street to Riverside Avenue, and between the UP Railroad and existing Springer Natural Area (Figure 1). In general, Cowan Street is relatively flat, and Myrtle Street slopes approximately 0.5 percent toward the east along the alignment. Cowan and Myrtle Streets are residential roadways with an approximate 60- foot wide asphalt paved surface and parallel curb and gutter. Riverside Avenue is a four-lane arterial roadway with an approximate 50-foot wide asphalt paved surface including curb and gutter and a sidewalk to the southwest. The intersections of Mulberry and Cowan Streets as well as Myrtle Street and Riverside Avenue primarily consist of commercial and residential development. A single Union Pacific Railroad (UP) line parallels Riverside Avenue to the northeast. An existing 48-inch concrete storm sewer extends along Myrtle Street and under Riverside Avenue and the Union Pacific Railroad with an outfall structure into the Springer Natural Area adjacent to the Poudre River. The existing 48-inch pipeline was inspected by the City and found to be in relatively good condition. However, the existing outfall structure into the Springer Natural Area is situated relatively high (approximately 15 feet) above the base elevation and has deteriorated significantly since installation. 2.2 Proposed Construction In order to capture stormwater and reduce flooding in the vicinity of the intersection of Mulberry Street and Cowan Street, the City considered three potential alternatives: rehabilitation of the existing storm sewer, constructing a new alignment through open-cut and tunneling methods, and tying into the existing Locust Street Outfall structure with a new alignment. After consideration of the above methods, the DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 3 of 17 selected alternative was to rehabilitate the existing storm sewer system. More specifically, this alternative includes the following: rehabilitating and maximizing the existing storm sewer system along both Myrtle Street and Mulberry Streets; installing a new 48-inch diameter pipe under Cowan Street that connects to the systems in Myrtle and Mulberry Streets; and replacing the existing outfall structure. The proposed alignment along Cowan Street will utilize a 48-inch diameter pipe the crown of which will be situated between 4 and 8 feet below the existing ground surface and slope approximately at 0.5 percent from north to south. The rehabilitated alignment extending along Myrtle Street will remain 48- inches in diameter, the crown of which will be situated between 4 and 7 feet below the existing ground surface and slope at approximately 0.5 percent from west to east. Various additional and improved inlets along the alignment are proposed in addition to manholes spaced at approximately 500 feet. The existing outfall will be replaced by two closely spaced manholes used to dissipate energy and a baffled outfall. The final three structures will be situated approximately 25 feet apart and the final outfall elevation will be lowered to the approximate elevation of the existing Springer Natural Area. The existing alignment extending under UP Railroad right-of-way will not be replaced, rehabilitated, or otherwise modified as part of this project. GEOTECHNICAL INVESTIGATION Lithos conducted two subsurface investigations for the project in support of preliminary and final designs. The preliminary design subsurface investigation was performed on April 18th and 19th, 2016 and focused on the proposed storm sewer alignments in Cowan Street, Myrtle Street, and to the east of Riverside Avenue. The final design investigation, conducted on March 10th, 2017, focused on subsurface conditions near the outfall between the UP Railroad and existing Springer Natural Area. Data collected during the preliminary design investigation was presented in our Geotechnical Data and Tunnel Feasibility Report (August 11, 2016). The subsurface investigations included geotechnical drilling and a subsequent geotechnical laboratory testing program. The geotechnical investigations provided the subsurface data presented in Section 4, and aided in producing the geotechnical engineering and construction recommendations in Section 5 and 6. 3.1 Third Party Investigations Data from the Locust Street Outfall Project (September 3, 1999) subsurface investigation conducted by Terracon Consultants (Terracon) was used in support of this project. Terracon conducted twenty borings at various locations along Locust Street, Plum Street, Laurel Street, and in the Springer Natural Area to the east of the proposed outfall structure. Lithos specifically used the seven borings within the Springer Natural Area from the Locust Street Outfall Project investigation in order to confirm the elevation of bedrock illustrated in the geologic cross-section (Figures 2-4). 3.2 Subsurface Investigation The preliminary design investigation included a total of seven borings, six of which were in the Cowan and Myrtle roadways and one immediately east of the Myrtle Street and Riverside Avenue intersection. The final design investigation included one boring near the outfall location between the UP Railroad and existing Springer Natural Area. Boring locations are presented in Figure 1. Geotechnical drilling was subcontracted to and conducted by Vine Laboratories of Denver, Colorado utilizing a Central Mining Equipment (CME) 55 truck-mounted drilling rig for the first investigation and a DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 4 of 17 buggy-mounted drilling rig for the second investigation. Drilling and sampling procedures were conducted in general accordance with ASTM D1586 – Standard Test Method for Penetration Test and Split-Barrel Sampling of Soils. Continuous-flight solid-stem and hollow-stem augers were used to advance the borings to depths ranging from 20 to 35 feet below the existing ground surface. During drilling, modified California barrel (1.9-inch inner diameter) and split-spoon (1.4-inch inner diameter) samples were obtained in intervals ranging from 2.5-feet to 5-feet. The modified California barrel sampler was utilized to obtain relatively undisturbed samples of cohesive materials suitable for laboratory testing. The split spoon sampler was utilized to obtain disturbed samples of non-cohesive soils suitable for bulk laboratory testing. The number of blows by a 140-pound hammer falling 30-inches required for 12 inches of sampler penetration (recorded in 6 inch increments) are presented on the boring logs (Appendix A). Blow counts with less than 6-inches of penetration are presented showing the number of blows for the resulting depth of penetration (50/2” = 50 blows to drive the sampler 2-inches). 3.3 Geotechnical Laboratory Testing A geotechnical laboratory testing program was conducted on representative samples collected during the subsurface investigation. A laboratory summary table and graphical testing results are provided in Appendix B. Laboratory tests conducted in general accordance with associated ASTM standards are presented in Table 3.1, below. If field determined soil and bedrock descriptions differed from results indicated by laboratory classification testing, the boring logs presented in Appendix A were amended to reflect laboratory testing results. Geotechnical laboratory testing results were utilized in developing engineering design and construction recommendations presented in this report. Table 3.1 – Geotechnical Laboratory Testing Geotechnical Test ASTM Standard Particle-Size Analysis D 422 Fines Content (#200 Wash) D 1140 Unconfined Compressive Strength D 2166 In-Place Moisture and Density D 2937 Atterberg Limits D 4318 Water Soluble Sulfates D 4327 One-Dimensional Swell or Collapse of Soils D 4546 SUBSURFACE CONDITIONS Subsurface conditions were determined based on the subsurface investigations, discussed previously. Soil and bedrock descriptions noted on the boring logs and below are in general accordance with ASTM D 2487 – Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) and D 2488 – Standard Practice for Description and Identification of Soils (Visual-Manual Procedure). A geologic cross-section, boring logs, and supplementary boring log keys presenting details in addition to discussions included in this geotechnical engineering report are provided in Figures 2-4 and Appendix A. 4.1 Subsurface Materials Primary materials encountered during the subsurface investigation include: pavement, fill, conglomerate, coarse alluvium, and claystone bedrock. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 5 of 17 4.1.1 Pavement Section A pavement section was encountered in borings LE-1 through LE-6 and varied in thicknesses. Asphalt pavement thickness ranged from 4.5 to 7 inches. Base course 3 to 4 inches thick was encountered in borings LE-3 and LE-4. 4.1.2 Fill Fill was encountered in all eight borings at the ground surface or immediately below the pavement section. Fill extended to depths between 4.5 and 10 feet below existing grades. Fill consisted of Lean Clay and Sandy Lean Clay (CL) with Gravel, Clayey Sand (SC) with Gravel, Poorly Graded Sand (SP) with Gravel, and Silty Sand (SM). In general, the relative density of granular fill or consistency of cohesive fill was described as loose to medium dense and medium stiff to very stiff, respectively. The fill was generally described as brown to red-yellow, moist, and did not emit an apparent odor. 4.1.3 Conglomerate Conglomerate was encountered below fill in every boring except LE-1 and LE-8 and extended to depths between 14.5 and 19.8 feet below the existing ground surface. The conglomerate consists of a highly cemented, light brown, Poorly-Graded Gravel with Sand and Cobbles (GP) comprised of well-rounded granitic and metamorphic clasts. The conglomerate was very dense, dry to wet, did not emit an apparent odor, and the observed maximum particle size was three inches; however, most clasts appeared to have been broken during drilling and sampling, indicating the presence of larger size clasts. In our experience, individual cobbles within the conglomerate regularly exceed 8 inches and boulders are often present. Drilling through the conglomerate was relatively difficult and significant auger grinding was noted. The cutting head was sufficiently worn down following completion of the first four borings to the extent that the drilling subcontractor needed to replace the cutting head before completing the final three borings. The conglomerate layers are often discontinues and highly variable both laterally and vertically. Additional conglomerate layers not identified in our borings are anticipated. 4.1.4 Coarse Alluvium Coarse alluvium was encountered below fill in borings LE-1 and LE-8 and below conglomerate in borings LE-2 through LE-7. Coarse alluvium consists of Well-Graded Sand with Gravel (SW), Poorly-Graded Gravel with Sand and Cobbles (GP), and Interbedded layers of Clayey Sand with Gravel (SC) and Clayey Gravel (GC). In general, the coarse alluvium’s density was described as medium dense to very dense. The coarse alluvium was moist to wet, brown, and did not emit an apparent odor. The observed maximum particle size was three inches. Our experience from excavations into coarse alluvium in the immediate vicinity of this project suggests that particle sizes up to 12 inches in diameter may be present in this unit. Individual gravel sized particles were noted as hard granitic and metamorphic rocks. 4.1.5 Claystone Bedrock Claystone bedrock of the Upper Shale Member of the Pierre Shale was encountered in all eight borings and ranged from depths of 14 to 19.75 feet below ground surface. Claystone bedrock extended to the maximum depths of exploration of 20 to 35 feet below the existing ground surface. The claystone was described as silty to sandy, light to medium gray, soft, highly weathered, dry to moist, with planar bedding, iron oxide staining, and did not emit an apparent odor. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 6 of 17 Three representative samples of claystone, two at LE-7 and one at LE-8, were tested for swelling (expansive) characteristics. The sample at LE-8, exhibited a swell percentage of 2.4 percent and a swell pressure of 3,500 psf, while the remaining two did not swell. 4.2 Groundwater Groundwater was encountered in an unconfined aquifer above bedrock in all eight borings during both investigations and was measured again after the investigations in temporary piezometers as shown in Table 4.1. Table 4.1 – Groundwater Depth (ft.) 1 Boring Elapsed Time 0 hrs. 2 hrs. 3 months 13 months LE-1 9 - - - LE-2 11 - - - LE-3 12 - - - LE-4 - 9.3 10.0 9.7 LE-5 9 - - - LE-6 10 - - - LE-7 - 10.7 11.4 11.3 LE-8 10.9 - - - 1 Groundwater depth as measured below the existing ground surface Groundwater should be expected to fluctuate based on surrounding recharge sources such as the Cache la Poudre River, precipitation, site development, and seasonal variations. Construction dewatering and groundwater management is further discussed in the Construction Considerations section of this report. GEOTECHNICAL DESIGN RECOMMENDATIONS The following sections are included primarily for the Engineer performing design for the Mulberry- Riverside Storm Sewer Outfall project. Design recommendations provided include: foundations, lateral earth pressures, pipeline design, pavement reconstruction, surface and subsurface drainage, seismic site classification, and water soluble sulfates. If additional geotechnical design recommendations are necessary, Lithos should be contacted to provide the required information. 5.1 Foundation Recommendations After completing the subsurface investigation, expansive bedrock with a swell pressure of 3,500 psf was encountered at LE-8 adjacent to minimally expansive bedrock at LE-7. Outcomes associated with these swell pressures include differential movements and structural cracking. These outcomes result in additional risk to the longevity of the structures and other utilities or structures in the nearby area, such as the Union Pacific Railroad. Based on the proposed alignment and outfall structure, Lithos understands that bedrock will not be penetrated by foundation excavations. Should bedrock be encountered during foundation excavations, DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 7 of 17 Lithos should be contacted in order to provide additional recommendations for drilled shafts or over- excavation as methods to reduce the risks stated above. Lithos recommends the following criteria be utilized in design of the foundation elements:  The outfall structure should be founded on a mat foundation while spread footings should be considered for headwalls and wingwalls.  A net allowable bearing pressure describes the maximum pressure that can be applied to the foundation before failure occurs. Consideration for uncertainty in the subsurface conditions is given through the use of a factor of safety. A net allowable bearing pressure of 2,500 pounds per square foot (psf) for foundations bearing on properly compacted fill or alluvium and 5,000 psf for foundations bearing on conglomerate can be used to design foundation elements. Foundations should not bear directly on expansive claystone bedrock.  It is acceptable to increase the net allowable bearing capacity by one-third if the load combination utilized considers infrequent loads such as wind or earthquake loads. Snow loading is not considered an infrequent load case.  The net allowable bearing pressure assumes maximum allowable total and differential settlements of 1 and 0.5 inches, respectively, for fill or alluvium and 0.5 and 0.25 inches, respectively, for conglomerate can be tolerated.  Frictional coefficients of 0.4 for fill, alluvium, or conglomerate subgrade may be used to determine lateral sliding resistance between cast-in-place foundations and underlying soil.  Modulus of subgrade reaction (k) describes the load intensity per unit displacement and is used in flexible design of foundations. The modulus of subgrade reaction value recommended for backfill materials stated in Section 6 is 250 psi/in.  To avoid frost heave effects, all foundational and structural elements should be placed at least 30-inches below existing ground. 5.2 Lateral Earth Pressures Lateral earth pressures presented in Table 5.1 should be considered during the structural design process for permanent below grade structures. Lateral earth pressure values are a function of the properties and the geometry of the retained soil and/or bedrock and anticipated magnitude of lateral deflection. In addition, the presence of groundwater and saturated materials will increase the total horizontal stress, resulting in higher lateral earth pressures in comparison to retained materials above a groundwater table. Based on the proposed construction, we anticipate lateral earth pressures to apply to: the storm sewer pipeline, outfall, headwalls and wingwalls, and manhole structures. Outfall structure headwalls and wingwalls are anticipated to deflect laterally and active lateral earth pressures should be considered during design. Manhole structures should consider at-rest lateral earth pressures during design. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 8 of 17 Table 5.1 - Lateral Earth Pressures Backfill Material Type Earth Pressure Coefficients Equivalent Fluid Pressure (pcf) 1 Active At-Rest Passive Above GWT Below GWT Above GWT Below GWT Above GWT Below Active At-Rest Passive GWT Processed Onsite Fill 0.36 0.53 2.77 43 77 64 86 332 284 Imported Structural Fill 0.26 0.41 3.85 34 80 54 90 501 323 1 GWT stands for Groundwater Table In order for the lateral earth pressures presented above to remain applicable, backfill material placement adjacent to below grade walls shall be in accordance with procedures outlined in Section 6. If onsite material is processed and used as backfill, material requirements outlined in Section 6 shall be followed. Furthermore, backfilled material must be placed within a 1 horizontal to 1 vertical (1H:1V) backfill geometry, up and away from the base of the structure. Consideration has not been given to vertical loads applied to the backfill surfaces during or after construction as a result of traffic and/or other surcharge loads, sloping backfill, or soil-wall interfacial friction. Standard design values for typical, non-construction related vehicular traffic result in an additional 250 psf vertical pressure. Consideration should be given to railroad surcharge loading for structures situated near the existing UP Railroad line, as discussed further in Section 6.2. 5.3 Pipeline Recommendations The storm sewer alignment that begins at the intersection of Mulberry Street and Cowan Street, and extends through Myrtle Street to the Riverside Avenue outfall will be constructed with reinforced concrete pipe (RCP) and will encounter two significant bends as shown in Figure 1. Due to the nature of the proposed construction, thrust restraint and buoyancy and seepage control should be considered during design and will be discussed in the following sections. 5.3.1 Thrust Restraint Buried, pressurized pipes experience thrust forces at various pipe configurations including tees, reducers, dead ends, valves, bends, and wyes. Although the proposed storm sewer is not pressurized, it is a large diameter pipe that when running full, will experience thrust forces at the above stated locations. In order to balance internal hydraulic pressures, thrust blocks or restrained joints are recommended for pipe restraint. For thrust block design, recommended passive equivalent fluid pressures are presented in Table 5.1. In order to mobilize passive earth pressures, thrust blocks should be designed to move 0.005 times the height of the block. In addition, a minimum of 2-feet of cover over thrust blocks is recommended and thrust blocks should be oriented such that the passive pressure influence zones do not overlap for adjacent blocks and do impact other subsurface utilities. Although not anticipated, if thrust blocks cannot be utilized for restraint due to site constraints, restrained joints may be considered. Various coefficients of friction for RCP pipe against anticipated trench backfill material are presented below. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 9 of 17 Table 5.2 – Coefficient of Friction for Buried Pipe Pipe Type Foundation Material Coefficient of Friction Concrete Pipe Class 2 Backfill 0.35 Pipe Bedding 0.45 5.3.2 Seepage Control Free-draining pipe bedding creates a conduit for the migration of groundwater along the trench. The migration of groundwater can alter local hydrogeologic regimes and can contribute to potential volume changes in moisture-sensitive (swelling or collapsible) soils. To reduce groundwater migration along the trench, Lithos recommends that trench plugs be installed at a spacing not to exceed 500 feet. One trench plug is recommended along Cowan Street, two trench plugs along Myrtle Street, and one immediately west of the proposed outfall and manhole energy dissipation structures. Trench plugs should be constructed from low permeability materials and should be keyed into the trench along the bottom and sidewalls, extending at least 6 to 12 inches above the top of the bedding elevation. Trench plugs may be constructed with concrete, flow fill, or compacted clay soils with an USCS classification of CL or CH with at least 60 percent fines (passing the #200 sieve) and a plasticity Index of 15 or greater. Trench plugs should have a minimum thickness of 2 feet as measured parallel to the pipe. 5.4 Buoyancy Buoyancy should be considered for relatively light-weight, hollow structures extending below anticipated high-water elevations or groundwater. Groundwater located at approximately 10 feet below existing grades is anticipated. In the case that buoyant forces cannot be balanced during structure design, additional resistance can be designed for by extending foundation elements outside of the structure’s footprints and engaging the buoyant weight of fill above the additional foundation elements. For design, the volume of soil considered should include material above additional foundation elements extending at a 15-degree slope from the vertical up and away from the bottom edge of the additional foundation elements. In addition, a buoyant unit weight of 65 and 75 pounds per cubic foot (pcf) for processed existing site fill and imported structural fill, respectively, can be considered for design. 5.5 Pavement Recommendations The existing pavement sections Mulberry, Cowan, Myrtle, and Riverside streets range from 4.5 to 6.5 inches of asphalt and 0 to 4 inches of base course. Typically, we recommend matching the existing pavement sections in order to match existing performance; however, pavement design should also consider Larimer County Urban Area Street Standards (LCUASS). LCUASS recommends a minimum pavement section for four-lane arterial and residential roads of 8 inches of pavement over 15 inches of base course and 4 inches of pavement over 6 inches of base course, respectively. According to LCUASS, the thickness of asphalt patches shall exceed the existing asphalt thickness by one inch or as specified by the Engineer. A comprehensive pavement design was not included in our scope of work for the Mulberry- Riverside Storm Sewer Outfall project. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 10 of 17 5.6 Surface and Subsurface Drainage Adequate surface drainage should safeguard against flooding of excavated trenches and migration of water beneath proposed structures. Surface finishes adjacent to structures including paved surfaces and landscaping should be sloped away from the foundation and vertical walls to prevent ponded water. 5.7 Seismic Site Classification Based on the 1997 Uniform Building Code; Volume 2, Division IV-V and the 2006, 2009, 2012 International Building Code; our subsurface investigation; experience; and knowledge of seismic conditions in the area; a Site Classification C with a Seismic Zone Factor (Z) of 0.075g is recommended for seismic design. 5.8 Water Soluble Sulfates Throughout the alignment various samples of fill were tested for water soluble sulfates that could result in the breakdown of concrete structures. The highest value of water soluble sulfates was found in boring LE-2 with a value of 0.013 percent water soluble sulfates. According to the American Concrete Institute Code 318-08, a water-soluble sulfate content less than 0.10 percent poses no risk to being deleterious to concrete. CONSTRUCTION CONSIDERATIONS The following sections are intended for the Engineer producing specifications and the Contractor constructing the storm sewer and outfall structure. Construction considerations include: temporary excavations, site grading and earthwork, and construction dewatering. 6.1 Temporary Excavations General site safety including temporary excavations are the sole responsibility of the contractor performing construction. Lithos is providing temporary excavation information strictly as an informational benefit to the project team, specifically the general contractor. An Occupational Safety and Health Administration (OSHA) defined competent person should be identified by the contractor to oversee temporary excavations. In general, the contractor’s competent person shall have experience or training in determining soil types, benching and shoring, and have the ability to detect potential temporary slope stability and protective system issues. OHSA defines an excavation as a man-made cut, trench, or depression formed by the removal of earth. A trench is a specific type of narrow excavation with a geometry including a greater depth than width and a width of 15 feet or less. Trenches 5 feet deep or greater shall be sloped, retained with shoring, or shielded appropriately. Shielding most commonly includes trench boxes. In general, shoring can include inclined, horizontal, or vertical systems depending on the excavation geometry and availability of retention alternatives. Sloping and benching shall be in accordance with OSHA recommendations. Benching shall include a maximum 4-foot vertical face for each bench and the overall excavation geometry less than or equal to the OSHA defined slope. A registered professional engineer shall approve the contractor’s approach for trenches greater than or equal to 20 feet. In addition, shoring for trench excavations greater than or equal to 20 feet shall be designed by a professional engineer or be based on tabulated data prepared or approved by a registered DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 11 of 17 professional engineer in accordance with OSHA 1926.652(b) and (c). Throughout this project all excavations and trenches are expected to be less than 20-feet. If the depth of excavations or trenches become greater than 20-feet, shoring approval from a register professional engineer will be needed. Temporary excavations and trenches are anticipated during the installation of the RCP storm sewer and outfall structures for the majority of the alignment. Lithos has evaluated observed soil conditions likely to be penetrated by the proposed construction. Based on the OSHA determined soil types, the following table presents maximum recommended temporary excavation slopes to be utilized during construction. Table 7.1 – OSHA Temporary Excavation Slopes Backfill Material Type OSHA Classification Maximum Recommended Slope (H:V) 1,2 Fill and Coarse Alluvium Type C 1½:1 Conglomerate and Claystone Bedrock Type A 1:1 1 H:V is an abbreviation for Horizontal:Vertical 2 Valid for trench excavations less than 20 feet in depth During construction, heavy equipment or excavated material stockpiles shall be kept away from excavation edges to the extent possible. Underground utilities shall be fully understood and documented prior to initiating excavations. Finally, the contractor’s competent person shall inspect trenches and excavations routinely for signs of instability including sliding, toppling, subsidence and bulging, heaving or squeezing, boiling, and/or other visual concerns. 6.2 Excavations Near Railroad Right-of-Way The Union Pacific (UP) and Burlington Northern Santa Fe (BNSF) Railroad have established Guidelines for Temporary Shoring (October 25, 2004) intended to inform public agencies, design engineers, contractors and inspectors of current railroad standards and requirements concerning design and construction of temporary shoring. The guidelines were established specifically for projects constructed within railroad right-of-way and to assure consistency in the design and review process required by railroad. In general, the anticipated excavations will extend into Zones A and B as defined illustration below, which is intended to provide a summary of temporary shoring requirements for UP and BNSF Railroads. Both Zone A and B require the installation of shoring prior to excavations and anchored tieback systems extending toward the tracks are discouraged; cantilever shoring systems are preferred. Zone A requires consideration for railroad Cooper E80 live loads and lateral earth pressures and Zone B requires consideration of only lateral earth pressures. Compliance with OHSA standards is required. The current outfall alignment includes two manhole energy dissipation structures and an outfall structure, all spaced at approximately 25 feet on center immediately east of the UP Railroad line. Figure 4 identifies railroad excavation zones relative to proposed structures. Based on the proposed structure location:  Excavations for the western most manhole energy dissipation structure are expected to extend into Zone A. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 12 of 17  Excavations for the central manhole energy dissipation structure are expected to extend into Zone B.  Excavations for the outfall structure are expected to extend into Zone C. Railroad Excavation Zones 6.3 Site Grading and Earthwork Site grading and earthwork considerations are presented in the following sections. 6.3.1 Site Preparation In general, site preparation shall consist of removal of excavating material as required for the desired infrastructure installation and foundation preparation. If existing site fill is desirable as backfill, excavated materials shall be stockpiled conveniently and processed prior to use as backfill. Onsite material processing is discussed in Section 6.3.3. Subgrades of fill or native alluvial materials encountered immediately below the proposed alignment and associated structures shall be observed and any unsuitable material found shall be removed as determined by the Geotechnical Engineer. In addition, subgrade fill or native alluvium shall be scarified, DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 13 of 17 moisture conditioned (as necessary), and recompacted to a minimum depth of 8 inches below proposed structure and pipeline footprints. Subgrade consisting of conglomerate shall not be scarified, conditioned, and compacted due to the cementitious nature of the material. Subgrade moisture and compaction specifications are provided later in Section 6. If the current design changes, Lithos should be contacted to provide additional site preparation recommendations. 6.3.2 Benching into Existing Embankments Fill placed directly on existing slopes has an increased risk of sliding failure at the contact between new and existing materials. Material placed on existing slopes, specifically near the outfall structure, shall be benched in order to reduce potential for sliding failures between two distinct materials. Benches shall accommodate a maximum 4-foot vertical face and a minimum horizontal width of 5 feet or as necessary to accommodate selected compaction equipment. Benches shall extend through loose or soft surficial soil and any deleterious fill material into competent material. Other site preparation recommendations presented in the previous section apply to benching into existing embankments. Vegetating finished slopes should be considered to reduce erosion potential. Slope stability analysis of the outfall location was not included in our scope of work for this project. 6.3.3 Trench and Structure Backfill Material Backfill is anticipated adjacent to and over subsurface structures and within trenches used to install the RCP storm sewer. Material recommendations are provided below:  Imported CDOT Class 5 or 6 base course, or Class 2 (processed onsite material) is recommended as backfill material adjacent to the RCP storm sewer, outfall structure and structures within trenches above and below the pipe bedding zone.  Imported CDOT No.7 or No.8 concrete aggregate, squeegee, or controlled low strength material (CLSM) is recommended as backfill for the pipe bedding zone. For rigid pipe, the pipe bedding zone considered extends a minimum of 6 inches below the invert up the springline of the backfilled pipe.  Pavement subgrade material shall consist of CDOT Class 5 or 6 base course or conform to City of Fort Collins and/or Larimer County Urban Street Standards. Processing onsite material shall include removing frozen soil, wood, trash, organic material, cobbles, and boulders larger than 6 inches in diameter, and other deleterious materials. As stated above, onsite Class 2 material will be accepted as backfill adjacent to the storm sewer and related structures; however, the subsurface investigation showed two potential issues concerning Class 2. The first, is that a significant amount of the alignment will be situated in conglomerate, which as stated in Section 4 will require a considerable amount effort to excavate through, as well as refine to the proper gradations due to the cementitious nature. The second issue, is that there may not be an adequate amount of easily refined material onsite to utilize as backfill due to the conglomerate layer inhabiting most of the alignment. Attributable to these issues, it will be acceptable to use a combination of Class 5 or 6 and Class 2 for structural backfill. If other fill materials are preferred for any of the presented applications, Lithos should be contacted to review submitted particle size distribution and plasticity testing results. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 14 of 17 Bulking and shrinkage is anticipated given subsurface materials encountered during the subsurface investigation. Varying material volumes relative to in-situ should be accounted for during the excavation, placement, and compaction processes. Lithos recommends using a bulking factor of 15 percent for volume increase from in-situ to stockpile and a shrinkage factor of 25 percent for volume decrease from stockpile to compaction conditions. 6.3.4 Fill Placement and Compaction Backfill placement is anticipated around the storm sewer and adjacent to manholes and the outfall structure. Backfill placement shall occur in maximum 12-inch loose lifts. Minimum recommended compaction specifications are outlined in the following tables. Table 6.2 – Cohesive Soil Compaction Recommendations Backfill Material Type Moisture and Compaction Specifications Moisture Content1 Dry Density2 Processed Existing Site Fill (CDOT Class 2) -2% to +2% ≥ 95% 1 Moisture content relative to the optimum moisture content as determined by Standard proctor compaction testing (ASTM D698) 2 Dry density relative to the maximum dry density as determined by Standard proctor compaction testing (ASTM D698) Table 6.3 – Non-Cohesive Soil Compaction Recommendations Backfill Material Type Moisture and Compaction Specifications Moisture Content1 Relative Density2 Base Course (CDOT Class 5 or 6) - ≥ 65% Pipe Bedding (CDOT No.7 or No.8) - ≥ 70% 1 A specific moisture content range is not specified for non-cohesive material not exhibiting a well- defined moisture-density relationship 2 Relative density in accordance with vibratory table testing (ASTM D4253) and minimum index density testing (ASTM D4254) The Geotechnical Engineer observing construction shall also determine the testing frequency of placed fill to assure adequate compaction. In general, Lithos recommends testing each lift of placed material to determine if compaction specifications are achieved. Adequate moisture control will substantially aid in achieving the desired compaction and shall be carefully controlled throughout fill placement. If fill materials visibly exceed moisture specifications, Lithos recommends working and handling the materials until the desired moisture is obtained. Non-cohesive, granular soils typically achieve a denser configuration if they are placed at a relatively high moisture content. If base course is utilized as fill, material behavior will be dependent on the fines content and plasticity. The Geotechnical Engineer shall determine whether imported base course can be adequately tested as a cohesive or non-cohesive material. Lithos can also be consulted to aid in the further defining testing specifications for placed fill materials. With the exception of CLSM, mechanical compaction is required for all materials placed as fill during construction. Compaction of cohesive materials is best accomplished with equipment such as a jumping jack or padfoot roller. Non-cohesive soils are best compacted with a vibratory plate or vibratory smooth- DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 15 of 17 drum roller. Compaction utilizing any flooding type technique is not recommended. Care should be taken when compacting fill adjacent to structures. Generally, we recommend operating only light-weight compaction equipment such as jumping jacks and vibratory plates immediately adjacent to structures. 6.3.5 Bedrock and Conglomerate Excavation Shallow bedrock was encountered between the UP Railroad and the existing Springer Natural Area near the proposed outfall structure alignment in boring LE-8. In addition, excavations into conglomerate exhibiting high blow counts and a cementitious nature of various thicknesses is expected along the majority of the alignment. The Contractor shall consider utilizing heavy duty excavation equipment and a breaker to excavate conglomerate and claystone bedrock. Utilizing appropriate excavation equipment will increase production and minimize unnecessary wear and fatigue on equipment. Based on the subsurface investigation, bedrock at the site was classified as a claystone to silty-sandy claystone. Blow counts in bedrock ranged from 50 for 6 inches to 50 for 2 inches of modified California sampler penetration. In general, shale formations along the Front Range of Colorado can be relatively difficult to penetrate vertically, but flake and fracture horizontally with much less effort. Blow counts in conglomerate ranged from 32 for 12 inches to 50 for 4 inches, of modified California sampler or split- spoon sampler penetration. Generally, the conglomerate material exhibits a cementitious nature that is difficult to excavate with traditional methods. Based on anticipated subsurface conditions, excavations in bedrock and conglomerate may require the use of a pneumatic hammer and/or a heavier duty bucket utilizing ripper or shank teeth. 6.4 Construction Dewatering Groundwater was encountered at an average depth of 10.4 feet below existing grade during the subsurface investigation. Based on the proposed limits of construction, construction dewatering during the excavations should be considered specifically when constructing the outfall structure. A comprehensive dewatering design is likely unnecessary given groundwater elevations and proposed alignment elevations. Groundwater can likely be managed from within trench excavations with sump pumps or a graded gravity system. During construction, adequate nuisance water drainage or removal resulting from precipitation events is recommended. All construction dewatering shall be completed in general accordance with Colorado Department of Public Health and Environment (CDPHE) published regulations. CONSTRUCTION OBSERVATION AND QUALITY ASSURANCE Based on project discussions between Lithos, ICON, and the City, the primary geotechnical components of construction will include excavations and backfill adjacent to subsurface structural elements. Quality assurance of backfill material and backfill placement will be necessary to reduce potential for long term differential settlements. Inspection of subgrade materials prior to placing or forming and casting structural elements is critical to project success. Lithos recommends a qualified testing agency be retained to provide quality assurance services during the backfill process. Lithos anticipates remaining involved in the project and providing geotechnical-related guidance throughout the competition of design and construction. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 16 of 17 LIMITATIONS This study was conducted in accordance with generally accepted geotechnical engineering and engineering geologic practices and principals; no warranty, express or implied is made. The subsurface conditions described in this report were based on data obtained from widely spaced exploratory borings, test pits, geotechnical laboratory testing, information provided by the client, engineering judgement, and our experience with similar subsurface conditions and projects. The boring and test pit logs presented in this report only depict the subsurface conditions at the actual boring and test pit locations. Subsurface conditions are typically variable, both laterally and vertically, and the nature and extent of the subsurface variations across the site may not become evident until construction. The boundaries between different soil types and bedrock presented in this report are approximate and in some cases, may be more abrupt or gradational than described herein. Groundwater levels may vary with time, river levels, precipitation, and changes to the hydrogeological conditions at or surrounding the project site. This report has been prepared exclusively for our client for design purposes for the subject project. Lithos Engineering is not responsible for technical interpretations by others of the data presented in this report or use of this report by others for the subject project or other projects. If differing site conditions are encountered during further evaluation of the subsurface conditions by others or during construction, Lithos Engineering should be notified immediately to determine if any changes to our recommendations presented in this report are warranted. The recommendations presented in this report are only intended for the proposed design and construction as understood by Lithos Engineering at the time of issuing this report. If the proposed design and construction changes, Lithos Engineering should be notified immediately and given the opportunity to review the proposed changes and if necessary, modify our recommendations presented herein. An environmental assessment was not included in Lithos Engineering scope of work for this project. Any statements regarding the absence or presence of hazardous and/or toxic substances presented herein are only intended for informational purposes. If the client is concerned about the environmental conditions at the site, Lithos Engineering recommends the client and/or owner retain a qualified environmental firm to conduct an environmental site assessment. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 17 of 17 REFERENCES  American Society of Civil Engineers (ASCE) 7 - Minimum Design Loads for Buildings and other Structures (2010).  ASTM Standards, ASTM International, West Conshohocken, PA (2012).  Das, B. M. (2016). Principles of Foundation Engineering. Boston, MA: Cengage.  Geologic Map of Boulder-Fort Collins-Greeley Area, Colorado (Colton, 1976).  Guidelines for Temporary Shoring, Burlington Northern Santa Fe and Union Pacific Railroads (October 25, 2004).  International Building Code, Section 1613 (2012).  Occupational Safety and Health Administration (OSHA), Excavations: Hazard Recognition in Trenching and Shoring, Section V: Chapter 2.  REVISION OF THRUST BLOCK CRITERIA. (1992). REVISION OF THRUST BLOCK CRITERIA, 5, Appendix C. Retrieved May 2, 2017, from http://usacetechnicalletters.tpub.com/ETL-1110-3-446/ETL-1110- 3-4460006.htm  Standard Specifications for Road and Bridge Construction, Colorado Department of Transportation (2011). DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 FIGURES DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 -- - SITE VICINITY MAP PROJECT LAPORTE AVE LOCATION MULBERRY ST PROSPECT RD DRAKE RD HORSETOOTH RD HARMONY RD OVERLAND TR TAFT HILL RD COLLEGE AVE SHIELDS ST LEMAY AVE TIMBERLINE RD INTERSTATE 25 HORSETOOTH RESERVOIR LE-1 LE-3 LE-4 LE-5 LE-6 LE-7 MULBERRY ST RIVERSIDE AVE MYRTLE ST COWAN ST ENDICOTT ST LESSER ST LE-2 LE-8 EXISTING OUTFALL STRUCTURE LEGEND: APPROXIMATE BORING LOCATION APPROXIMATE PROPOSED STORM SEWER ALIGNMENTS -- - BORING LOCATION MAP 970.373.3195 PROJECT FORT COLLINS, COLORADO 80526 2625 REDWING ROAD, SUITE 160 TITLE DRAWING TITLE OWNER CLIENT PROJECT NO.: LOCATION: DATE: DRAWN BY: DESIGNED BY: CHECKED BY: FIGURE NUMBER MULBERRY-RIVERSIDE OUTFALL SITE VICINITY AND BORING LOCATION MAP 15026-2 1 GEOLOGIC LAYER CLASSIFICATION SAMPLER BLOWS PER 12" GROUNDWATER TABLE ELEVATION DEPTH OF LAYER CHANGE BELOW GROUND SURFACE (FT) BORE HOLE ID LOCATION OF SAMPLE GEOLOGIC LAYER HATCH USCS CLASSIFICATION LE-X X X BLOWS BORING DETAILS: X GEOLOGIC LEGEND: GENERAL NOTES: VERTICAL EXAGGERATION IS 4H:1V GROUNDWATER TABLE ELEVATION APPROXIMATE GEOLOGIC CONTACT RAILROAD EXCAVATION LIMITS EXISTING 48" RCP PROPOSED 48" RCP GEOLOGY AND BEDROCK SURFACE NEAR THE OUTFALL STRUCTURE BASED ON INFORMATION FROM LITHOS INVESTIGATION AND LOCUST STREET OUTFALL STRUCTURE INVESTIGATION FILL PAVEMENT SECTION BLOWS BLOWS BLOWS USCS CLASSIFICATION USCS CLASSIFICATION USCS CLASSIFICATION CONGLOMERATE COURSE ALLUVIUM ? BEDROCK 17+50 17+00 16+50 16+00 15+50 15+00 14+50 14+00 13+50 13+00 12+50 4980 18+00 12+00 STATION (FT) ELEVATION (FT) GEOLOGICAL CROSS SECTION 17+59 - 12+00 ? ? ? ? ? ? ? ? ? ? ? GEOLOGIC LAYER CLASSIFICATION SAMPLER BLOWS PER 12" GROUNDWATER TABLE ELEVATION DEPTH OF LAYER CHANGE BELOW GROUND SURFACE (FT) BORE HOLE ID LOCATION OF SAMPLE GEOLOGIC LAYER HATCH USCS CLASSIFICATION LE-X X X BLOWS BORING DETAILS: X GEOLOGIC LEGEND: GENERAL NOTES: VERTICAL EXAGGERATION IS 4H:1V GROUNDWATER TABLE ELEVATION APPROXIMATE GEOLOGIC CONTACT RAILROAD EXCAVATION LIMITS EXISTING 48" RCP PROPOSED 48" RCP GEOLOGY AND BEDROCK SURFACE NEAR THE OUTFALL STRUCTURE BASED ON INFORMATION FROM LITHOS INVESTIGATION AND LOCUST STREET OUTFALL STRUCTURE INVESTIGATION FILL PAVEMENT SECTION BLOWS BLOWS BLOWS USCS CLASSIFICATION USCS CLASSIFICATION USCS CLASSIFICATION CONGLOMERATE COURSE ALLUVIUM ? BEDROCK 11+50 11+00 10+50 10+00 9+50 9+00 8+50 8+00 7+50 7+00 6+50 ? ? ? ? ? ? ? ? ? ? ? ? ? GEOLOGIC LAYER CLASSIFICATION SAMPLER BLOWS PER 12" GROUNDWATER TABLE ELEVATION DEPTH OF LAYER CHANGE BELOW GROUND SURFACE (FT) BORE HOLE ID LOCATION OF SAMPLE GEOLOGIC LAYER HATCH USCS CLASSIFICATION LE-X X X BLOWS BORING DETAILS: X GEOLOGIC LEGEND: GENERAL NOTES: VERTICAL EXAGGERATION IS 4H:1V GROUNDWATER TABLE ELEVATION APPROXIMATE GEOLOGIC CONTACT RAILROAD EXCAVATION LIMITS EXISTING 48" RCP PROPOSED 48" RCP GEOLOGY AND BEDROCK SURFACE NEAR THE OUTFALL STRUCTURE BASED ON INFORMATION FROM LITHOS INVESTIGATION AND LOCUST STREET OUTFALL STRUCTURE INVESTIGATION FILL PAVEMENT SECTION BLOWS BLOWS BLOWS USCS CLASSIFICATION USCS CLASSIFICATION USCS CLASSIFICATION CONGLOMERATE COURSE ALLUVIUM ? BEDROCK ? ? ? ? ? ? ? ? ? ? ? ? ? ? APPENDIX – A Boring Logs DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Soil Classifications Relative Density of Noncohesive Soils Classification Blows per 12 in Very Loose 0 to 4 Loose 4 to 10 Medium Dense 10 to 30 Dense 30 to 50 Very Dense >50 Consistency of Cohesive Soils Classification Blows per 12 in Very Soft 0 to 2 Soft 2 to 4 Firm 4 to 8 Stiff 8 to 16 Very Stiff 16 to 32 Hard >32 *Classifications of soils and corresponding blow count values are after Peck et al. (1953) Description of Moisture Description Criteria Dry Absence of moisture, dusty, dry to the touch Moist Damp but no visible water Wet Visible free water, usually soil below the groundwater table Relative density or consistency Description of Odor Description Criteria No Organic Odor Organic odor is not present Trace Organic Odor Mild organic odor; mixture of soil and organics Strong Organic Odor Prominent organic odor; sample is primarily organic Other Descriptions Plasticity Description Criteria Nonplastic A 1 8 in diameter thread cannot be rolled Low A 1 8 in diameter thread can be rolled with difficulty; a lump cannot be formed at a moisture lower than the plastic limit Medium A 1 8 in diameter thread can be rolled easily; a crumbly lump can be formed at a moisture lower than the plastic limit High A 1 8 in diameter thread can be rolled very easily; a lump can be formed at a moisture lower than the plastic limit Sample Graphics and Descriptions California Barrel Sampler: Barrel sampler loaded with sample liners and driven to collect a relatively representative and intact specimen of soil or weak rock Split-Spoon Sampler: Split-barrel sampler driven in accordance with ASTM D1586 used to provide visual material Liquid Limit (%) Fines Content (%) Sand Content (%) Gravel Content (%) Dry Unit Weight (pcf) Moisture Content (%) Plasticity Index (%) UCS (psf) Swell Percent (%) Swell Pressure (psf) In-Situ States Index Data Strength & Compressibility Laboratory Testing Results Depth (ft) Elevation (ft) Sample Identification Blow Count / 6 in Visual Material Description General Notes: 1) Soil classifications are in general accordance with ASTM D 2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 2) The maximum particle size identified in the material description is dependent on sampler dimensions. 3) Additional information is provided on the Boring Log Key. Soil: --GEOLOGIC INTERPRETATION-- USCS classification (group symbol), particle sizes, density or consistency, color, moisture, odor, other descriptions Rock: --GEOLOGIC INTERPRETATION-- Bedrock Classification, hardness, weathering, color, texture, joint size, other descriptions Groundwater Depth / Monitoring Well Configuration Sampling Data Geologic Graphic Project Name: Drilling and Sampling Methods Drill Rig Make and Model: Groundwater Data: Drilling Method: Bit Type: Casing Description: Hammer Weight (lbs) / Fall (in): Sampler Type(s): Sampler Diameter(s): Project Number: Client's Name: Drilling Subcontractor: Lithos Representative: Date(s) of Drilling: Boring Location: Boring Elevation: Notes: Date: Elapsed Time: Depth to Groundwater: Inundation Pressure (psf) Owner's Name: BORING: Recovery (in) / RQD (%) Liquid Limit (%) Fines Content (%) Sand Content (%) Gravel Content (%) Dry Unit Weight (pcf) Moisture Content (%) Plasticity Index (%) UCS (psf) Swell Percent (%) Swell Pressure (psf) In-Situ States Index Data Strength & Compressibility Laboratory Testing Results Depth (ft) Elevation (ft) Sample Identification Blow Count / 6 in Visual Material Description General Notes: 1) Soil classifications are in general accordance with ASTM D 2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 2) The maximum particle size identified in the material description is dependent on sampler dimensions. 3) Additional information is provided on the Boring Log Key. Soil: --GEOLOGIC INTERPRETATION-- USCS classification (group symbol), particle sizes, density or consistency, color, moisture, odor, other descriptions Rock: --GEOLOGIC INTERPRETATION-- Bedrock Classification, hardness, weathering, color, texture, joint size, other descriptions Groundwater Depth / Monitoring Well Configuration Sampling Data Geologic Graphic Project Name: Drilling and Sampling Methods Drill Rig Make and Model: Groundwater Data: Drilling Method: Bit Type: Casing Description: Hammer Weight (lbs) / Fall (in): Sampler Type(s): Sampler Diameter(s): Project Number: Client's Name: Drilling Subcontractor: Lithos Representative: Date(s) of Drilling: Boring Location: Boring Elevation: Notes: Date: Elapsed Time: Depth to Groundwater: Inundation Pressure (psf) Owner's Name: BORING: Recovery (in) / RQD (%) Liquid Limit (%) Fines Content (%) Sand Content (%) Gravel Content (%) Dry Unit Weight (pcf) Moisture Content (%) Plasticity Index (%) UCS (psf) Swell Percent (%) Swell Pressure (psf) In-Situ States Index Data Strength & Compressibility Laboratory Testing Results Depth (ft) Elevation (ft) Sample Identification Blow Count / 6 in Visual Material Description General Notes: 1) Soil classifications are in general accordance with ASTM D 2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 2) The maximum particle size identified in the material description is dependent on sampler dimensions. 3) Additional information is provided on the Boring Log Key. Soil: --GEOLOGIC INTERPRETATION-- USCS classification (group symbol), particle sizes, density or consistency, color, moisture, odor, other descriptions Rock: --GEOLOGIC INTERPRETATION-- Bedrock Classification, hardness, weathering, color, texture, joint size, other descriptions Groundwater Depth / Monitoring Well Configuration Sampling Data Geologic Graphic Project Name: Drilling and Sampling Methods Drill Rig Make and Model: Groundwater Data: Drilling Method: Bit Type: Casing Description: Hammer Weight (lbs) / Fall (in): Sampler Type(s): Sampler Diameter(s): Project Number: Client's Name: Drilling Subcontractor: Lithos Representative: Date(s) of Drilling: Boring Location: Boring Elevation: Notes: Date: Elapsed Time: Depth to Groundwater: Inundation Pressure (psf) Owner's Name: BORING: Recovery (in) / RQD (%) Liquid Limit (%) Fines Content (%) Sand Content (%) Gravel Content (%) Dry Unit Weight (pcf) Moisture Content (%) Plasticity Index (%) UCS (psf) Swell Percent (%) Swell Pressure (psf) In-Situ States Index Data Strength & Compressibility Laboratory Testing Results Depth (ft) Elevation (ft) Sample Identification Blow Count / 6 in Visual Material Description General Notes: 1) Soil classifications are in general accordance with ASTM D 2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 2) The maximum particle size identified in the material description is dependent on sampler dimensions. 3) Additional information is provided on the Boring Log Key. Soil: --GEOLOGIC INTERPRETATION-- USCS classification (group symbol), particle sizes, density or consistency, color, moisture, odor, other descriptions Rock: --GEOLOGIC INTERPRETATION-- Bedrock Classification, hardness, weathering, color, texture, joint size, other descriptions Groundwater Depth / Monitoring Well Configuration Sampling Data Geologic Graphic Project Name: Drilling and Sampling Methods Drill Rig Make and Model: Groundwater Data: Drilling Method: Bit Type: Casing Description: Hammer Weight (lbs) / Fall (in): Sampler Type(s): Sampler Diameter(s): Project Number: Client's Name: Drilling Subcontractor: Lithos Representative: Date(s) of Drilling: Boring Location: Boring Elevation: Notes: Date: Elapsed Time: Depth to Groundwater: Inundation Pressure (psf) Owner's Name: BORING: Recovery (in) / RQD (%) Liquid Limit (%) Fines Content (%) Sand Content (%) Gravel Content (%) Dry Unit Weight (pcf) Moisture Content (%) Plasticity Index (%) UCS (psf) Swell Percent (%) Swell Pressure (psf) In-Situ States Index Data Strength & Compressibility Laboratory Testing Results Depth (ft) Elevation (ft) Sample Identification Blow Count / 6 in Visual Material Description General Notes: 1) Soil classifications are in general accordance with ASTM D 2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 2) The maximum particle size identified in the material description is dependent on sampler dimensions. 3) Additional information is provided on the Boring Log Key. Soil: --GEOLOGIC INTERPRETATION-- USCS classification (group symbol), particle sizes, density or consistency, color, moisture, odor, other descriptions Rock: --GEOLOGIC INTERPRETATION-- Bedrock Classification, hardness, weathering, color, texture, joint size, other descriptions Groundwater Depth / Monitoring Well Configuration Sampling Data Geologic Graphic Project Name: Drilling and Sampling Methods Drill Rig Make and Model: Groundwater Data: Drilling Method: Bit Type: Casing Description: Hammer Weight (lbs) / Fall (in): Sampler Type(s): Sampler Diameter(s): Project Number: Client's Name: Drilling Subcontractor: Lithos Representative: Date(s) of Drilling: Boring Location: Boring Elevation: Notes: Date: Elapsed Time: Depth to Groundwater: Inundation Pressure (psf) Owner's Name: BORING: Recovery (in) / RQD (%) Liquid Limit (%) Fines Content (%) Sand Content (%) Gravel Content (%) Dry Unit Weight (pcf) Moisture Content (%) Plasticity Index (%) UCS (psf) Swell Percent (%) Swell Pressure (psf) In-Situ States Index Data Strength & Compressibility Laboratory Testing Results Depth (ft) Elevation (ft) Sample Identification Blow Count / 6 in Visual Material Description General Notes: 1) Soil classifications are in general accordance with ASTM D 2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 2) The maximum particle size identified in the material description is dependent on sampler dimensions. 3) Additional information is provided on the Boring Log Key. Soil: --GEOLOGIC INTERPRETATION-- USCS classification (group symbol), particle sizes, density or consistency, color, moisture, odor, other descriptions Rock: --GEOLOGIC INTERPRETATION-- Bedrock Classification, hardness, weathering, color, texture, joint size, other descriptions Groundwater Depth / Monitoring Well Configuration Sampling Data Geologic Graphic Project Name: Drilling and Sampling Methods Drill Rig Make and Model: Groundwater Data: Drilling Method: Bit Type: Casing Description: Hammer Weight (lbs) / Fall (in): Sampler Type(s): Sampler Diameter(s): Project Number: Client's Name: Drilling Subcontractor: Lithos Representative: Date(s) of Drilling: Boring Location: Boring Elevation: Notes: Date: Elapsed Time: Depth to Groundwater: Inundation Pressure (psf) Owner's Name: BORING: Recovery (in) / RQD (%) Liquid Limit (%) Fines Content (%) Sand Content (%) Gravel Content (%) Dry Unit Weight (pcf) Moisture Content (%) Plasticity Index (%) UCS (psf) Swell Percent (%) Swell Pressure (psf) In-Situ States Index Data Strength & Compressibility Laboratory Testing Results Depth (ft) Elevation (ft) Sample Identification Blow Count / 6 in Visual Material Description General Notes: 1) Soil classifications are in general accordance with ASTM D 2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 2) The maximum particle size identified in the material description is dependent on sampler dimensions. 3) Additional information is provided on the Boring Log Key. Soil: --GEOLOGIC INTERPRETATION-- USCS classification (group symbol), particle sizes, density or consistency, color, moisture, odor, other descriptions Rock: --GEOLOGIC INTERPRETATION-- Bedrock Classification, hardness, weathering, color, texture, joint size, other descriptions Groundwater Depth / Monitoring Well Configuration Sampling Data Geologic Graphic Project Name: Drilling and Sampling Methods Drill Rig Make and Model: Groundwater Data: Drilling Method: Bit Type: Casing Description: Hammer Weight (lbs) / Fall (in): Sampler Type(s): Sampler Diameter(s): Project Number: Client's Name: Drilling Subcontractor: Lithos Representative: Date(s) of Drilling: Boring Location: Boring Elevation: Notes: Date: Elapsed Time: Depth to Groundwater: Inundation Pressure (psf) Owner's Name: BORING: Recovery (in) / RQD (%) Liquid Limit (%) Fines Content (%) Sand Content (%) Gravel Content (%) Dry Unit Weight (pcf) Moisture Content (%) Plasticity Index (%) UCS (psf) Swell Percent (%) Swell Pressure (psf) In-Situ States Index Data Strength & Compressibility Laboratory Testing Results Depth (ft) Elevation (ft) Sample Identification Blow Count / 6 in Visual Material Description General Notes: 1) Soil classifications are in general accordance with ASTM D 2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 2) The maximum particle size identified in the material description is dependent on sampler dimensions. 3) Additional information is provided on the Boring Log Key. Soil: --GEOLOGIC INTERPRETATION-- USCS classification (group symbol), particle sizes, density or consistency, color, moisture, odor, other descriptions Rock: --GEOLOGIC INTERPRETATION-- Bedrock Classification, hardness, weathering, color, texture, joint size, other descriptions Groundwater Depth / Monitoring Well Configuration Sampling Data Geologic Graphic Project Name: Drilling and Sampling Methods Drill Rig Make and Model: Groundwater Data: Drilling Method: Bit Type: Casing Description: Hammer Weight (lbs) / Fall (in): Sampler Type(s): Sampler Diameter(s): Project Number: Client's Name: Drilling Subcontractor: Lithos Representative: Date(s) of Drilling: Boring Location: Boring Elevation: Notes: Date: Elapsed Time: Depth to Groundwater: Inundation Pressure (psf) Owner's Name: BORING: Recovery (in) / RQD (%) Liquid Limit (%) Fines Content (%) Sand Content (%) Gravel Content (%) Dry Unit Weight (pcf) Moisture Content (%) Plasticity Index (%) UCS (psf) Swell Percent (%) Swell Pressure (psf) In-Situ States Index Data Strength & Compressibility Laboratory Testing Results Depth (ft) Elevation (ft) Sample Identification Blow Count / 6 in Visual Material Description General Notes: 1) Soil classifications are in general accordance with ASTM D 2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 2) The maximum particle size identified in the material description is dependent on sampler dimensions. 3) Additional information is provided on the Boring Log Key. Soil: --GEOLOGIC INTERPRETATION-- USCS classification (group symbol), particle sizes, density or consistency, color, moisture, odor, other descriptions Rock: --GEOLOGIC INTERPRETATION-- Bedrock Classification, hardness, weathering, color, texture, joint size, other descriptions Groundwater Depth / Monitoring Well Configuration Sampling Data Geologic Graphic Project Name: Drilling and Sampling Methods Drill Rig Make and Model: Groundwater Data: Drilling Method: Bit Type: Casing Description: Hammer Weight (lbs) / Fall (in): Sampler Type(s): Sampler Diameter(s): Project Number: Client's Name: Drilling Subcontractor: Lithos Representative: Date(s) of Drilling: Boring Location: Boring Elevation: Notes: Date: Elapsed Time: Depth to Groundwater: Inundation Pressure (psf) Owner's Name: BORING: Recovery (in) / RQD (%) APPENDIX – B Geotechnical Laboratory Testing DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Geotechnical Laboratory Testing Results LE-1 4-5 10 29 16 38 0.073 Clayey Sand (SC) LE-2 2-3 15 117 28 14 55 1000 -0.7 - Lean Clay (CL) LE-3 4-5 11 124 35 20 45 4509 0.013 Clayey Sand (SC) LE-3 14-15.5 9 NP NP 25 46 17 Silty Sand (SM) LE-4 2-3 8 100 NP NP 24 0.002 Silty Sand (SM) LE-6 19-20 14 35 11 75 Claystone Bedrock (BR) LE-7 19-20 11 115 37 20 59 1000 -0.3 - Claystone Bedrock (BR) LE-7 24-25 16 111 34 17 88 1077 Claystone Bedrock (BR) LE-7 29-30 13 110 36 20 80 1000 - - Claystone Bedrock (BR) LE-8 1.5-2.5 9 104 Clayey Sand (SC) LE-8 6-7 1 47 49 4 0.004 Poorly Graded Sand with Gravel (SP) LE-8 9-10 4 12 76 12 0.007 Well Graded Sand with Gravel (SW) LE-8 14-15 A 18 109 48 21 86 500 2.4 3500 8399 Claystone Bedrock (BR) LE-8 19-20 11 42 17 88 Claystone Bedrock (BR) LE-8 24-25 8 37 15 34 Claystone Bedrock (BR) 1 A negative swell precent indicates non-expansive behavior of the sample upon wetting. * Lab Testing for A and B samples of the same depth were combined Water Soluble Sulfates (%) One-Dimensional Consolidation1 Swell Pressure (psf) Geotechnical Laboratory Testing Results USCS/Geologic InundationClassification Pressure (psf) Gravel (%) Sand (%) Fines (%) Liquid Limit Plasticity Index In-Place States MoistureDistribution Atterberg Limits Particle Size Content (%) Dry Density (pcf) Sample Material Classification and Index Testing Boring Sample Depth (ft) Swell Percent (%) Stress Strain Behavior Unconfined Compressive Strength (psf) DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 0 10 20 30 40 50 60 0 20 40 60 80 100 CL or OL CH or OH ML or OL MH or OH Boring ID Depth PL PI Description LEAN CLAY LEAN CLAY CLAYEY SAND CL CL SC Fines P L A S T I C I T Y I N D E X LIQUID LIMIT "U" Line "A" Line 48 42 37 27 25 22 86 88 34 LL USCS LE-1 LE-1 LE-1 ATTERBERG LIMITS RESULTS ASTM D4318 19 - 20 24 - 25 21 17 15 PROJECT NUMBER: 20175012 PROJECT: Mulberry/Riverside SITE: Various Locations 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 100 10 1 0.1 0.01 0.001 LE-1 LE-1 LE-1 LE-1 LE-1 48 42 37 1.168 0.324 7.06 1.061 37.5 19 0.075 0.075 0.075 6 16 20 30 40 50 1.5 6 200 810 46.6 11.6 0.0 0.0 0.0 0.315 14 LL PL PI 1 4 3/4 1/2 60 fine LE-1 LE-1 LE-1 LE-1 -10 -8 -6 -4 -2 0 2 4 100 1,000 10,000 AXIAL STRAIN, % PRESSURE, psf SWELL CONSOLIDATION TEST ASTM D4546 NOTES: Sample exhibited 2.4 percent swell upon wetting under an applied pressure of 500 psf. PROJECT: Mulberry/Riverside PROJECT NUMBER: 20175012 SITE: Various Locations Fort Collins, Colorado CLIENT: Lithos Engineering Fort Collins, Colorado 1901 Sharp Point Dr Ste C Fort Collins, CO Specimen Identification Classification , pcf LE-1 109 18 WC, % 15 - 16 ft LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. TC_CONSOL_STRAIN-USCS 20175012 MULBERRY-RIVERSIDE.GPJ TERRACON_DATATEMPLATE.GDT 3/29/17 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 0 1,000 2,000 3,000 4,000 5,000 6,000 7,000 8,000 9,000 0 0.5 1.0 1.5 2.0 2.5 3.0 3.5 LL PL PI 1.93 5.94 Percent < #200 Sieve 86 AXIAL STRAIN - % Remarks: SPECIMEN FAILURE PHOTOGRAPH SAMPLE DESCRIPTION: LEAN CLAY(CL) 48 27 21 Unconfined Compressive Strength (psf) Undrained Shear Strength: (psf) UNCONFINED COMPRESSION TEST ASTM D2166 4200 SAMPLE TYPE: Assumed Specific Gravity: Calculated Void Ratio: Height / Diameter Ratio: SPECIMEN TEST DATA 3.08 2.02 Moisture Content: % Dry Density: pcf Diameter: in. Height: in. Calculated Saturation: % Failure Strain: % Strain Rate: in/min COMPRESSIVE STRESS - psf 15 75 8399 SAMPLE LOCATION: LE-1 @ 14 - 15 feet PROJECT NUMBER: 20175012 PROJECT: Mulberry/Riverside SITE: Various Locations Fort Collins, Colorado CLIENT: Lithos Engineering Fort Collins, Colorado 1901 Sharp Point Dr Ste C Fort Collins, CO LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. UNCONFINED WITH PHOTOS 20175012 MULBERRY-RIVERSIDE.GPJ TERRACON_DATATEMPLATE.GDT 3/29/17 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 APPENDIX – C Photographs DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Existing Outfall Structure at Myrtle St Alternative 2 Crossing Alignment (Left) and Monitoring Well (LE-4) looking NW Monitoring Well (LE-4) Near Intersection of Cowan and Myrtle Looking SE (Left) and Cold Patch (LE-6) Looking E Towards LE-7 Existing Locust Street Outfall Structure DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. P:\P\16009MRD\Dwg\05_FINAL SHEETS\SHT1-COVER.dwg; Kbarringer; Page Setup:11X17 CAD to Pdf; !CON-HALF-SIZE.ctb; 3/27/2018 9:35 AM RIVERSIDE AVE E. MULBERRY ST N. LEMAY AVE E. MULBERRY ST E. MAGNOLIA ST N. LEMAY AVE SPRINGER NATURAL AREA E. MYRTLE ST E. LAUREL ST E. ELIZABETH ST STOVER ST PROJECT LOCATION COWAN ST UPRR UPRR Sheet List Table Sheet Number Sheet Title SHT-1 COVER SHT-2 SURVEY AND HORIZONTAL CONTROL - EAST AREA SHT-3 SURVEY AND HORIZONTAL CONTROL - WEST AREA SHT-4 STORMWATER MANAGEMENT PLAN -INITIAL PLAN SHT-5 STORMWATER MANAGEMENT PLAN - FINAL PLANL SHT-6 STORMWATER MANAGEMENT PLAN - DETAILS SHT-7 STORMWATER MANAGEMENT PLAN - DETAILS SHT-8 STORMWATER MANAGEMENT PLAN - DETAILS SHT-9 OVERALL IMPROVEMENT PLAN AND INDEX SHEET SHT-10 OUTFALL - NEW INLETS ALONG MYRTLE - STATION 0+00 TO 6+00 SHT-11 STORM SEWER ALONG MYRTLE STREET - STATION 6+00 TO 12+25 SHT-12 STORM SEWER ALONG MYRTLE-COWAN - STATION 11+50 TO 17+00 SHT-13 LATERALS AND INLETS AT COWAN AND MULBERRY SHT-14 OUTFALL AT SPRINGER NATURAL AREA - DETAILED PLAN AND PROFILES SHT-15 ACCESS-MAINTENANCE ROAD TO MH-1 - CROSS SECTIONS SHT-16 STANDARD DETAILS - STORM SEWER - WATER SHT-17 DETAILS - MANHOLES SHT-18 DETAILS - TYPE R INLET SHT-19 DETAILS - NO 16 INLET SHT-20 STREET IMPROVEMENTS - MYRTLE ST - C&G, SIDWALK, AND CROSS PAN SHT-21 STREET IMPROVEMENTS - COWAN AND MULBERRY - C&G PLAN AND PROFILES SHT-22 ACCESS-MAINTENANCE ROAD - MULBERRY ST TO OUTFALL STRUCTURE SHT-23 ACCESS MAINTENANCE ROAD TO OUTFALL STRUCTURE - CROSS SECTIONS SHT-24 OVERALL PAVEMENT PLAN LEGEND - EXISTING N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. - INDICATES THAT IMPROVEMENTS ARE NOT IN CONTRACT DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 MULBERRY STREET MYRTLE STREET RIVERSIDE AVENUE UPRR LESSER DRIVE RIVERSIDE AVENUE CURVE TABLE CURVE # ARC LENGTH RADIUS CHORD BEARING CHORD LENGTH DELTA ANGLE CURVE TABLE CURVE # ARC LENGTH RADIUS CHORD BEARING CHORD LENGTH DELTA ANGLE HORIZ. SCALE: 1" = 30' 0 30' 60' NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\HORIZ CONTROL.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/14/2018 11:13 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM MATCHLINE STA. 6+00 (SEE SHEET 3) N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 COWAN STREET MYRTLE STREET MULBERRY STREET COWAN STREET ENDICOTT STREET HORIZ. SCALE: 1" = 30' 0 30' 60' NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\HORIZ CONTROL.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/27/2018 8:14 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM MATCHLINE STA. 6+00 (SEE SHEET 2) N.I.C. N.I.C. N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 LOC X X X X X SF CF COWAN STREET MYRTLE STREET MULBERRY STREET MYRTLE STREET RIVERSIDE AVENUE RIVERSIDE AVENUE COWAN STREET UPRR COWAN STREET ENDICOTT STREET LESSER DRIVE MULBERRY STREET RIVERSIDE AVENUE COWAN STREET MYRTLE STREET MULBERRY STREET MYRTLE STREET RIVERSIDE AVENUE RIVERSIDE AVENUE COWAN STREET UPRR COWAN STREET ENDICOTT STREET LESSER DRIVE MULBERRY STREET RIVERSIDE AVENUE LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC COWAN STREET MYRTLE STREET MULBERRY STREET MYRTLE STREET RIVERSIDE AVENUE RIVERSIDE AVENUE COWAN STREET UPRR COWAN STREET ENDICOTT STREET LESSER DRIVE MULBERRY STREET RIVERSIDE AVENUE COWAN STREET MYRTLE STREET MULBERRY STREET MYRTLE STREET RIVERSIDE AVENUE RIVERSIDE AVENUE COWAN STREET UPRR COWAN STREET ENDICOTT STREET LESSER DRIVE MULBERRY STREET RIVERSIDE AVENUE SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM P:\P\16009MRD\Dwg\05_FINAL SHEETS\EC PLAN-DETAILS.dwg; Kbarringer; Page Setup:----; !CON-HALF-SIZE.ctb; 3/14/2018 11:15 AM DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM P:\P\16009MRD\Dwg\05_FINAL SHEETS\EC PLAN-DETAILS.dwg; Kbarringer; Page Setup:----; !CON-HALF-SIZE.ctb; 3/14/2018 11:16 AM DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM P:\P\16009MRD\Dwg\05_FINAL SHEETS\EC PLAN-DETAILS.dwg; Kbarringer; Page Setup:----; !CON-HALF-SIZE.ctb; 3/14/2018 11:16 AM DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SHEET 11 SHEET 10 SHEET 11 SHEET 12 SHEET 13 SHEET 13 SHEET 14 SHEET 16 HORIZ. SCALE: 1" = 60' 0 60' 120' NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\ACCESS-STAGING-SPRINGER NATUREAL AREA.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/27/2018 8:15 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 MYRTLE STREET UPRR LESSER DRIVE RIVERSIDE AVENUE P-STORM SEWER MAIN PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4930 4935 4940 4945 4950 4955 4960 4965 4970 4930 4935 4940 4945 4950 4955 4960 4965 4970 6+00 5+50 5+00 4+50 4+00 3+50 3+00 2+50 2+00 1+50 1+00 0+50 0+00 20' HORIZ. SCALE: 1" = 20' 0 40' NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\SHT4-7-STORM SEWER P AND P.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/23/2018 8:11 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 MYRTLE STREET COWAN STREET MYRTLE ST STM LATERAL-STA 4+40 PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4950 4955 4960 4965 4970 4975 4980 0+40 0+00 -0+25 STM LATERAL-STA 12+25 PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4985 4950 4955 4960 4965 4970 4975 4980 4985 1+69 1+50 1+00 0+50 0+00 -0+50 STM LATERAL-STA 5+49 PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4950 4955 4960 4965 4970 4975 4980 COWAN STREET MYRTLE STREET COWAN STREET P-STORM SEWER MAIN PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4950 4955 4960 4965 4970 4975 4980 17+00 16+50 16+00 15+50 15+00 14+50 14+00 13+50 13+00 12+50 12+00 11+50 STM LATERAL-STA 13+11 PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4985 4950 4955 4960 4965 4970 4975 4980 4985 0+71 0+50 0+00 -0+25 20' HORIZ. SCALE: 1" = 20' 0 40' NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\SHT4-7-STORM SEWER P AND P.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/14/2018 11:17 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 COWAN STM LATERAL NORTH OF MULBERRY-WEST PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4950 4955 4960 4965 4970 4975 4980 0+0+52 50 0+00 -0+25 STM LATERAL NORTH OF MULBERRY-EAST PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4950 4955 4960 4965 4970 4975 4980 -0+25 0+00 0+50 STM LATERAL-STA 16+59-WEST PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4955 4960 4965 4970 4975 4980 4985 4990 4955 4960 4965 4970 4975 4980 4985 4990 0+75 0+50 0+00 -0+25 STM LATERAL-STA 16+59-EAST PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' UPRR OWNER: CITY OF FORT COLLINS PROPERTY LINE OWNER: CITY OF FORT COLLINS STM MH-1 ACCESS PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 10' 4940 4945 4950 4955 4960 4965 4970 4940 4945 4950 4955 4960 4965 4970 0+00 0+50 1+00 1+50 2+00 P-STORM SEWER MAIN PROFILE HORIZ. SCALE: 1" = 10' VERT. SCALE: 1" = 10' 4930 4935 4940 4945 4950 4955 4960 4965 4970 4930 4935 4940 4945 4950 4955 4960 4965 4970 2+00 1+50 1+00 0+50 0+20 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM 10' 20' HORIZ. SCALE: 1" = 10' 0 NORTH N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 0+25.00 4950 4955 4960 4965 4950 4955 4960 4965 -30 -20 -10 0 10 20 30 0+50.00 4945 4950 4955 4960 4965 4945 4950 4955 4960 4965 -30 -20 -10 0 10 20 30 0+75.00 4930 4935 4940 4945 4950 4955 4960 4965 4930 4935 4940 4945 4950 4955 4960 4965 -60 -50 -40 -30 -20 -10 0 10 20 30 1+25.00 4930 4935 4940 4945 4950 4955 4960 4965 4970 4930 4935 4940 4945 4950 4955 4960 4965 4970 -70 -60 -50 -40 -30 -20 -10 0 10 20 30 P:\P\16009MRD\Dwg\05_FINAL SHEETS\DETAILS.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/14/2018 11:19 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM SCALE: N.T.S. STORM SEWER TRENCH CUTOFF SCALE: N.T.S. TYPICAL STORM SEWER TRENCH DETAIL SCALE: N.T.S. EXIST. INLET DETAIL SCALE: N.T.S. SOIL RIPRAP DETAIL SCALE: N.T.S. F.E.S. DETAIL AT CULVERT INLET/OUTLET SCALE: N.T.S. PIPE PLUG DETAIL SCALE: N.T.S. INLET AVANDONMENT DETAIL PIPE CONNECTION AT SCALE: N.T.S. CONC. COLLAR AT CONNECTION TO EXIST. 48" RCP N.I.C. N.I.C. N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 P:\P\16009MRD\Dwg\05_FINAL SHEETS\DETAILS.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/14/2018 11:19 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 P:\P\16009MRD\Dwg\05_FINAL SHEETS\DETAILS.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/14/2018 11:19 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 P:\P\16009MRD\Dwg\05_FINAL SHEETS\DETAILS.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/14/2018 11:19 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 MYRTLE STREET LESSER DRIVE FL - MYRTLE INLET - NORTH SIDE PROFILE HORIZ. SCALE: 1" = 10' VERT. SCALE: 1" = 2' 4950 4955 4960 4965 4950 4955 4960 4965 0+00 0+50 FL AT MYRTLE INLET-SOUTH PROFILE HORIZ. SCALE: 1" = 10' VERT. SCALE: 1" = 2' 4950 4955 4960 4965 4950 4955 4960 4965 0+84 0+50 0+00 MYRTLE STREET COWAN STREET 10' 20' HORIZ. SCALE: 1" = 10' 0 NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\STREET IMPROVEMENTS.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/14/2018 11:20 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 MULBERRY STREET COWAN STREET FL - SE MULBERRY AND COWAN PROFILE HORIZ. SCALE: 1" = 10' VERT. SCALE: 1" = 2' 4955 4960 4965 4970 4955 4960 4965 4970 0+84 0+50 0+00 FL - SW MULBERRY AND COWAN PROFILE HORIZ. SCALE: 1" = 10' VERT. SCALE: 1" = 2' 4955 4960 4965 4970 4955 4960 4965 4970 0+99 0+50 0+00 10' 20' HORIZ. SCALE: 1" = 10' 0 NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\STREET IMPROVEMENTS.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/27/2018 8:16 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM N.I.C. N.I.C. N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ACCESS ROAD OFF OF MULBERRY ST - PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4925 4930 4935 4940 4945 4950 4955 4925 4930 4935 4940 4945 4950 4955 0+00 0+50 1+00 1+50 2+00 2+50 3+00 3+50 3+75 ACCESS ROAD CULVERT CROSSING - PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4930 4935 4940 4945 4930 4935 4940 4945 0+00 0+50 0+67 NORTH 10' 20' HORIZ. SCALE: 1" = 10' 0 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM NORTH 20' HORIZ. SCALE: 1" = 20' 0 40' ACCESS ROAD OFF OF MULBERRY ST - PLAN ACCESS ROAD CULVERT CROSSING- PLAN N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 0+50.00 4925 4930 4935 4940 4945 4925 4930 4935 4940 4945 -30 -20 -10 0 10 20 30 EG= FG=4936.19 1+00.00 4925 4930 4935 4940 4945 4925 4930 4935 4940 4945 -30 -20 -10 0 10 20 30 EG=4934.9 FG=4937.88 1+50.00 4925 4930 4935 4940 4945 4925 4930 4935 4940 4945 -30 -20 -10 0 10 20 30 EG=4938.2 FG=4938.60 2+00.00 4925 4930 4935 4940 4945 4925 4930 4935 4940 4945 -30 -20 -10 0 10 20 30 EG=4938.1 FG=4938.01 2+50.00 4925 4930 4935 PAVING LEGEND -REMOVE TEMPORARY PATCH AT WATERLINE -INSTALL 5" OF ASPHALT ON 6" OF ABC 642 SY -OVERLAY 2" OF ASPHALT -SAW CUT AND REMOVE EXISTING ASPHALT -INSTALL 5" OF ASPHALT ON 6" OF ABC 2,325 SY -OVERLAY 2" OF ASPHALT -ROTO MILL 2" OFF EXISTING ASPHALT -OVERLAY 2" OF ASPHALT 881 SY HORIZ. SCALE: 1" = 40' 0 40' 80' NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\PAVING PLAN.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/27/2018 9:29 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) JECT LOC PRO- POLICY GEN'L AGGREGATE LIMIT APPLIES PER: CLAIMS-MADE OCCUR COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ DED RETENTION $ CLAIMS-MADE OCCUR $ AGGREGATE $ UMBRELLA LIAB EACH OCCURRENCE $ EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS PER STATUTE OTH- ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) 5/22/2018 Flood and Peterson PO Box 578 Greeley CO 80632 Dana Stewart, CIC, CISR (970)266-7149 (970)506-6845 DStewart@floodpeterson.com Connell Resources, Inc. 7785 Highland Meadows Parkway Suite 100 Fort Collins CO 80528 Charter Oak Fire Insurance Company 25615 Travelers Indemnity Company 25658 Travelers Property Casualty Company 25674 Pinnacol Assurance 41190 2017 GL/AU/XS/WC A X X X DTCO4794N532COF17 6/1/2017 6/1/2018 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 B X X X DT8104794N532IND17 6/1/2017 6/1/2018 1,000,000 C X X X 10,000 CUP4J906749-17-26 6/1/2017 6/1/2018 10,000,000 10,000,000 D N 4029651 6/1/2017 6/1/2018 X 500,000 500,000 500,000 CRI Job #2181036 - Mulberry/Riverside Drainage Certificate holder is included as Additional Insured as required by written contract with respects to General Liability and Auto Liability D Stewart, CIC, CISR/ City of Fort Collins PO Box 580 Fort Collins, CO 80522 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 4940 4945 4925 4930 4935 4940 4945 -30 -20 -10 0 10 20 30 EG=4938.7 FG=4938.34 3+00.00 4935 4940 4945 4950 4955 4935 4940 4945 4950 4955 -30 -20 -10 0 10 20 30 EG=4943.1 FG=4942.68 3+50.00 4935 4940 4945 4950 4955 4935 4940 4945 4950 4955 -30 -20 -10 0 10 20 30 EG=4945.7 FG=4945.63 TYPICAL SECTION STA. 0+80 TO 3+00 4930 4935 4940 4930 4935 4940 -20 -10 0 10 20 TYPICAL SECTION STA. 0+15 TO 0+80 4930 4935 4940 4930 4935 4940 -20 -10 0 10 20 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 EG=4961.7 FG=4960.58 EG=4960.7 FG=4958.08 EG=4951.7 FG=4955.58 1+00.00 4930 4935 4940 4945 4950 4955 4960 4965 4930 4935 4940 4945 4950 4955 4960 4965 -60 -50 -40 -30 -20 -10 0 10 20 30 40 EG=4940.9 FG=4954.00 EG=4948.9 FG=4956.42 1+50.00 4950 4955 4960 4965 4950 4955 4960 4965 -40 -30 -20 -10 0 10 20 30 EG=4961.3 FG=4958.92 X X TYPICAL SECTION FOR ACCESS RD TO MH-1 4930 4935 4940 4930 4935 4940 -20 -10 0 10 20 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 4950 4955 4960 4965 4970 4975 4980 4985 4950 4955 4960 4965 4970 4975 4980 4985 -0+25 0+00 0+50 0+67 20' HORIZ. SCALE: 1" = 20' 0 40' NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\SHT4-7-STORM SEWER P AND P.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/27/2018 8:16 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM LATERALS AND INLETS SOUTH OF MULBERRY - PLAN LATERALS AND INLETS NORTH OF MULBERRY - PLAN N.I.C. N.I.C. N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 -0+100+00 0+500+60 ENDICOTT STREET MYRTLE ST STM LATERAL STA 7+85 PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4985 4950 4955 4960 4965 4970 4975 4980 4985 0+40 0+00 -0+35 20' HORIZ. SCALE: 1" = 20' 0 40' NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\SHT4-7-STORM SEWER P AND P.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 3/23/2018 8:11 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM 20' HORIZ. SCALE: 1" = 20' 0 40' NORTH EXISTING STORM SEWER CONNECTIONS AT MYRTEL/COWAN - PLAN REPLACE LATERALS AND MH AT EXISTING INLETS WEST OF ENDICOTT - PLAN (SEE PLAN, SHEET 10) (SEE PLAN, SHEET 10) DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 SF SF SF SF SF SF SF SF P:\P\16009MRD\Dwg\05_FINAL SHEETS\EC PLAN-FINAL.dwg; Kbarringer; Page Setup:----; !CON-HALF-SIZE.ctb; 3/14/2018 11:15 AM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM NOTES: 1. ALL INITIAL BMPs SHALL REMAIN IN PLACE UNTIL ALL AREAS WITHIN THE UP GRADIENT DISTURBANCE LIMITS HAVE BEEN STABILIZED BY THE FINAL BMPs SHOWN ON THIS PLAN. 2. SEED MIX SHALL BE THE SPRINGER STORMWATER MIX SHOWN BELOW. SEEDING, MULCH, AND SOD SHALL BE PLACED IN ACCORDANCE WITH THE SPECIFICATIONS. 3. EROSION CONTROL BLANKET SHALL BE NORTH AMERICAN GREEN S150BN OR APPROVED EQUAL. 4. VEHICLE TRACKING CONTROL SHALL REMAIN UNTIL ACCESS IS NO LONGER REQUIRED FOR ANY PROJECT WORK. THE PERIMETER SILT FENCE AND CONSTRUCTION FENCE SHALL REMAIN UNTIL THE SEEDING IS ESTABLISHED. 20' HORIZ. SCALE: 1" = 20' 0 40' NORTH N.I.C. N.I.C. N.I.C. N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC LOC CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF X X X X X X X X X X SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF CF P:\P\16009MRD\Dwg\05_FINAL SHEETS\EC PLAN-INITAL.dwg; Kbarringer; Page Setup:----; !CON-HALF-SIZE.ctb; 3/27/2018 8:14 AM NOTES: 1. ALL INITIAL BMPs SHOWN ON THIS PLAN SHALL REMAIN IN PLACE UNTIL ALL AREAS WITHIN THE UP GRADIENT DISTURBANCE LIMITS HAVE BEEN STABILIZED BY THE BMPs SHOWN ON THE FINAL BMP PLAN. 2. CONSTRUCTION PHASING WILL BEGIN WITH THE OUTFALL WORK AT THE SPRINGER NATURAL AREA. ALL AREAS USED FOR THE CONSTRUCTION OF THE OUTFALL PIPE, STRUCTURES, AND THE GRAVEL ACCESS ROAD WILL DRAIN TO THE WATER QUALITY POND LOCATED AT THE NATURAL AREA. PERIMETER BMPs SHALL BE INSTALLED TO HELP PREVENT EROSION FROM LEAVING THE SITE AND ENTERING THE EXISTING WQ POND. CULVERT INLET/OUTLET PROTECTION IS ALSO REQUIRE AT THE PROPOSED ACCESS ROAD CROSSING. CONSTRUCTION FENCING SHALL ALSO BE INSTALLED ALONG THE LIMITS OF CONSTRUCTION TO HELP DEFINE THE LIMITS OF DISTURBANCE, AND TO DETER PEOPLE FROM ENTERING THE CONSTRUCTION AREA. 3. CONSTRUCTION DEWATERING FOR THE OUTFALL STORM SEWER AND STRUCTURE WILL OUTLET INTO THE EXISTING WQ POND. DEWATERING FOR WORK AREAS IS THE RESPONSIBILITY OF THE CONTRACTOR AND THE METHOD USED SHOULD ADHERE TO CURRENT STANDARDS. 4. IF GROUNDWATER DEWATERING IS NECESSARY IT IS THE CONTRACTOR'S RESPONSIBILITY TO APPLY FOR AND OBTAIN A SEPARATE DEWATERING PERMIT FROM CDPHE AND FILE FORM 62 WITH THE STATE ENGINEER'S OFFICE. 5. INLET PROTECTION SHALL BE PROVIDED ALONG THE STORM SEWER CONSTRUCTION ALONG MYRTLE ST AND COWAN ST. ALL EXISTING INLETS AND PROPOSED INLETS AT THEIR COMPLETION SHELL BE PROTECTED TO PREVENT DEBRIS FROM ENTERING THE STORM SEWER SYSTEM. HORIZ. SCALE: 1" = 50' 0 50' 100' NORTH 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM N.I.C. N.I.C. N.I.C. N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 LE-1 22.38 18.07 GRAIN SIZE IN MILLIMETERS PERCENT FINER BY WEIGHT coarse fine U.HYDROMETERS. SIEVE OPENING IN INCHES U.S. SIEVE NUMBERS 27 25 22 21 17 15 0.61 1.69 D100 Cc Cu SILT OR CLAY 4 D30 D10 %Gravel %Sand 6 - 7 9 - 10 19 - 20 24 - 25 3/8 3 100 3 2 140 COBBLES GRAVEL SAND 49.3 76.2 0.0 0.0 0.0 D60 coarse medium Boring ID Depth Boring ID Depth GRAIN SIZE DISTRIBUTION 6 - 7 9 - 10 19 - 20 24 - 25 ASTM D422 / ASTM C136 WC (%) 1 4 15 11 8 USCS Classification POORLY GRADED SAND with GRAVEL (SP) LEAN CLAY (CL) LEAN CLAY (CL) CLAYEY SAND (SC) %Silt %Fines 4.1 12.2 86.3 88.3 34.2 %Clay PROJECT NUMBER: 20175012 PROJECT: Mulberry/Riverside SITE: Various Locations Fort Collins, Colorado CLIENT: Lithos Engineering Fort Collins, Colorado 1901 Sharp Point Dr Ste C Fort Collins, CO LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS-2 20175012 MULBERRY-RIVERSIDE.GPJ TERRACON2015.GDT 3/29/17 14 - 15 A 14 - 15 A DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Fort Collins, Colorado CLIENT: Lithos Engineering Fort Collins, Colorado 1901 Sharp Point Dr Ste C Fort Collins, CO LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. ATTERBERG LIMITS 20175012 MULBERRY-RIVERSIDE.GPJ TERRACON_DATATEMPLATE.GDT 3/29/17 14 - 15 A CL-ML DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 LE-8 Mulberry Riverside Outfall 15026-2 City of Fort Collins ICON Engineering Vine Laboratories, Inc. Dylan Fawaz 3/10/2017 CME 55 Buggy Hollow-Stem Auger Cutting Head Hollow-Stem Auger 140 lbs / 30 in Split Spoon / California Barrel 1.5 in / 2 in Inner Diameter 20 feet northwest of outfall 4962.3 ft 4/10/17 15 min 10.9 ft 25 30 20 15 10 5 0 50 4" 4 35 50 4" 4 --FILL-- Clayey Sand (SC), mostly fine sand, some clay, trace gravel, maximum particle size 1", medium dense, light brown, moist, no odor 14 ft As above except decreased sand content 50 3" 3 Sandstone Bedrock, soft, moderately weathered, fine grained, light gray, moist, no odor 7 8 14 20 12 12 10 ft Poorly Graded Sand with Gravel (SP), mostly medium sand, few gravel, maximum particle size 2", very dense, light brown to yellow brown, moist, no odor --COARSE ALLUVIUM-- Poorly Graded Sand (SP), mostly medium sand, dense, red brown to tan, wet, no odor, 3-4" cobbles noted in auger cuttings --UPPER MEMBER, PIERRE SHALE-- Sandy Claystone Bedrock, very soft, moderately weathered, fine grained, light gray, moist, no odor (10.9 ft) 4932 4937 4942 4947 4952 4957 4962 11 88 42 17 14 20 12 50 4" 4 As above except medium dense 15 109 86 48 21 500 3500 2.4 4 12 1 4 9 104 8 34 37 15 47 49 12 76 8399 End of Exploration 25.0 ft DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 LE-7 Mulberry Riverside Outfall 15026-2 City of Fort Collins ICON Engineering Vine Laboratories, Inc. Amara Meier 5/19/2016 CME 55 Truck Mounted Hollow-Stem Auger Cutting Head Hollow-Stem Auger 140 lbs / 30 in Split Spoon / California Barrel 1.5 in / 2 in Inner Diameter East of Myrtle and Riverside 4963.0 ft 4/19/16 7/19/16 5/2/17 3 hrs 93 days 13 months 10.7 ft 11.4 ft 11.3 ft 25 30 20 15 10 5 0 10 14 22 24 50 4" 4 35 50 4" 4 --FILL-- Lean Clay with Gravel (CL), maximum particle size of 1.0 in, stiff, brown, moist, no odor 8.0 ft 15 ft As above 50 3" 3 As above 7 8 14 20 12 12 50 4" 4 As above --CONGLOMERATE-- Poorly-Graded Gravel with Sand and Cobbles (GP), maximum particle size of 1.5 in, very dense, light brown, dry, no odor, rounded, cemented, gravel and cobble are granitic and metamorphic 11 ft As above except Clayey Sand with Gravel (SC), maximum particle size of 2.0 in, dense, red-brown, moist, no odor --COARSE ALLUVIUM-- Gravelly Well-Graded Sand (SW), maximum particle size of 1.0 in, dense, brown, moist to wet, no odor, rounded --UPPER MEMBER, PIERRE SHALE-- Claystone Bedrock, soft, highly weathered, light gray, planar, dry to moist, no odor End of Exploration 30.0 ft (10.7 ft) 4933 4938 4943 4948 4953 4958 4963 11 115 59 37 20 1000 -0.3 - 16 111 88 34 17 1077 13 110 80 36 20 1000 - - (11.3 ft) DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 LE-6 (2 of 2) Mulberry Riverside Outfall 15026-2 City of Fort Collins ICON Engineering Vine Laboratories, Inc. Amara Meier 5/19/2016 CME 55 Truck Mounted Solid-Stem Auger Cutting Head NA 140 lbs / 30 in Split Spoon / California Barrel 1.5 in / 2 in Inner Diameter West of Myrtle and Riverside 4/19/16 0 hrs 10 ft 55 60 50 45 40 35 30 50 2" 2 --UPPER MEMBER, PIERRE SHALE-- Claystone Bedrock, soft, highly weathered, olive gray, planar, moist, no odor End of Exploration 35.0 ft 4902 4907 4912 4917 4922 4927 4932 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 LE-6 (1 of 2) Mulberry Riverside Outfall 15026-2 City of Fort Collins ICON Engineering Vine Laboratories, Inc. Amara Meier 5/19/2016 CME 55 Truck Mounted Solid-Stem Auger Cutting Head NA 140 lbs / 30 in Split Spoon / California Barrel 1.5 in / 2 in Inner Diameter West of Myrtle and Riverside 4962.0 ft 4/19/16 0 hrs 10 ft 25 30 20 15 10 5 0 10 14 29 18 50 5" 5 (10 ft) As above except very stiff 0.58 ft --UPPER MEMBER, PIERRE SHALE-- Claystone Bedrock, soft, highly weathered, olive brown, planar, moist, no odor, iron oxide staining 14 ft 30 36 35 14 --FILL-- Sandy Lean Clay with Gravel (CL), maximum particle size of 1.0 in, stiff, brown, dry, no odor 9.0 ft 14.75 ft --COARSE ALLUVIUM-- Sandy Poorly-Graded Gravel (GP), maximum particle size of 1.0 in, dense, brown, wet, no odor, rounded, gravel is granitic and metamorphic As above --CONGLOMERATE-- Poorly-Graded Gravel with Sand and Cobbles (GP), maximum particle size of 1.5 in, very dense, light brown, dry, no odor, rounded, cemented, gravel and cobbles are granitic and metamorphic 50 3" 0 As above, no recovery due to wall collapse 4 5 9 17 12 12 --PAVEMENT SECTION-- 7 in asphalt, 0 in base course 4932 4937 4942 4947 4952 4957 4962 14 75 35 11 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 LE-5 Mulberry Riverside Outfall 15026-2 City of Fort Collins ICON Engineering Vine Laboratories, Inc. Amara Meier 5/18/2016 CME 55 Truck Mounted Solid-Stem Auger Cutting Head NA 140 lbs / 30 in Split Spoon / California Barrel 1.5 in / 2 in Inner Diameter Myrtle between Cowan/Riverside 4962.7 ft 4/18/16 0 hrs 9 ft 25 30 20 15 10 5 0 15 24 35 0 50 2" 0 (9 ft) As above except moist 0.54 ft --UPPER MEMBER, PIERRE SHALE-- Silty Claystone Bedrock, soft, highly weathered, light gray, planar, moist, no odor, no recovery due to boring collapse 14 ft 15 20 21 12 --FILL-- Sandy Lean Clay with Gravel (CL), little fine-grained sand, maximum particle size of 1.0 in, medium dense, brown, dry, no odor 4.5 ft 16.0 ft --COARSE ALLUVIUM-- Sandy Poorly-Graded Gravel with Cobbles (GP), maximum particle size of 3.0 in, very dense, brown, wet, no odor, rounded, gravel and cobbles are granitic and metamorphic, no recovery due to boring collapse As above 5 10 7 12 50 9" 9 --CONGLOMERATE-- Poorly-Graded Gravel with Sand and Cobbles (GP), maximum particle size of 1.5 in, very dense, brown, dry, no odor, rounded, cemented, gravel and cobble are granitic and metamorphic As above 50 5" 0 End of Exploration 20.25.0 ft As above --PAVEMENT SECTION-- 6.5 in asphalt, 0 in base course 4933 4938 4943 4948 4953 4958 4963 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 LE-4 Mulberry Riverside Outfall 15026-2 City of Fort Collins ICON Engineering Vine Laboratories, Inc. Amara Meier 5/18/2016 CME 55 Truck Mounted Hollow-Stem Auger Cutting Head Hollow-Stem Auger 140 lbs / 30 in Split Spoon / California Barrel 1.5 in / 2 in Inner Diameter East of Cowan and Myrtle 4966.0 ft 4/18/16 7/18/16 5/2/17 2 hrs 94 days 13 months 9.3 ft 10.0 ft 9.7 ft 25 30 20 15 10 5 0 5 7 9 16 50 3" 8 As above End of Exploration 20.0 ft 3 3 12 3 7 12 14 ft 31 30 25 8 --COARSE ALLUVIUM-- Well-Graded Sand with Gravel (SW), mostly fine- to medium- sand, maximum particle size of 0.5 in, medium dense, brown, wet, no odor, rounded, gravel is granitic and metamorphic As above End of Exploration 25.0 ft 50 3" 8 19.75 ft --UPPER MEMBER, PIERRE SHALE-- Claystone Bedrock, soft, highly weathered, olive gray, planar, moist, no odor As above except little granitic cobbles and maximum particle size of 2.5 in 9 ft --CONGLOMERATE-- Poorly-Graded Gravel with Cobbles and Sand (GP), maximum particle size of 2 in, very dense, light brown, dry, no odor, rounded, cemented, gravel and cobble are granitic and metamorphic (9.3 ft) 0.75 ft --PAVEMENT SECTION-- 6 in asphalt, 3 in base course --FILL-- Silty Sand (SM), mostly fine-grained sand, loose, brown, moist, no odor, rounded 4936 4941 4946 4951 4956 4961 4966 8 100 24 NP NP (9.7 ft) DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 LE-3 Mulberry Riverside Outfall 15026-2 City of Fort Collins ICON Engineering Vine Laboratories, Inc. Amara Meier 5/18/2016 CME 55 Truck Mounted Solid-Stem Auger Cutting Head NA 140 lbs / 30 in Split Spoon / California Barrel 1.5 in / 2 in Inner Diameter Cowan between Mulberry/Myrtle 4966.3 4/18/16 0 hrs 12 ft 25 30 20 15 10 5 0 15 24 35 16 50 5" 5 (12 ft) As above --UPPER MEMBER, PIERRE SHALE-- Claystone Bedrock, soft, highly weathered, olive gray, planar, moist, no odor End of Exploration 20.0 ft 5 7 12 9 10 12 13.5 ft 20 15 17 8 0.71 ft --FILL-- Clayey Sand (SC), little fine-grained sand, maximum particle size of 0.75 in, medium dense, brown, moist, no odor 5 ft As above 15.5 ft --COARSE ALLUVIUM-- Interbedded Silty Sand with Gravel (SM) to Clayey Gravel (GC), maximum particle size of 1.5 in, very dense, brown, wet, no odor As above End of Exploration 20.0 ft --PAVEMENT SECTION-- 4.5 in of asphalt, 4 in base course --CONGLOMERATE-- Poorly-Graded Gravel with Cobbles (GP), maximum particle size of 1.5 in, very dense, brown, dry, no odor, rounded, cemented, gravel and cobble are granitic and metamorphic 4936 4941 4946 4951 4956 4961 4966 11 124 45 35 20 4509 9 25 46 17 NP NP DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 LE-2 Mulberry Riverside Outfall 15026-2 City of Fort Collins ICON Engineering Vine Laboratories, Inc. Amara Meier 5/18/2016 CME 55 Truck Mounted Solid-Stem Auger Cutting Head NA 140 lbs / 30 in Split Spoon / California Barrel 1.5 in / 2 in Inner Diameter South of Mulberry on Cowan 4965.3 4/18/16 0 hrs 11 ft 25 30 20 15 10 5 0 --FILL-- Sandy Lean Clay (CL), some fine-grained sand, stiff, brown, moist, no odor, moderate plasticity 5 6 10 18 50 6" 6 (11 ft) As above except some fine gravel, maximum particle size of 0.5 in, gravel rounded 0.58 ft 7 ft --CONGLOMERATE-- Poorly-Graded Gravel with Cobbles(GP), very dense, brown, moist, no odor, rounded, cemented, no recovery or blow count, description is based on cuttings --UPPER MEMBER, PIERRE SHALE-- Silty Claystone Bedrock, soft, highly weathered, olive gray, planar, moist, no odor, iron oxide staining End of Exploration 20.0 ft 4 6 7 5 7 8 13 ft 19 ft --COARSE ALLUVIUM-- Sandy Poorly-Graded Gravel (GP), medium dense, brown, wet, no odor, rounded --PAVEMENT SECTION-- 7 in of asphalt, 0 in base course 4935 4940 4945 4950 4955 4960 4965 15 117 55 28 14 1000 -0.7 - DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 LE-1 Mulberry Riverside Outfall 15026-2 City of Fort Collins ICON Engineering Vine Laboratories, Inc. Amara Meier 5/19/2016 CME 55 Truck Mounted Solid-Stem Auger Cutting Head NA 140 lbs / 30 in Split Spoon / California Barrel 1.5 in / 2 in Inner Diameter North of Mulberry on Cowan 4965.2 ft 4/19/16 0 hrs 9 ft 25 30 20 4945 15 4950 10 4955 5 4960 0 4965 --FILL-- Clayey Sand (SC), medium stiff, red-brown, moist, no odor, moderate plasticity 50 6" 18 14.5 ft 50 3" 4 (9 ft) 3 3 4 18 4 6 4 6 As above except some coarse gravel, maximum particle size of 1.5 in As above except decreasing silt content 0.5 ft 8 9 8 9 ft --COARSE ALLUVIUM-- Gravelly Well-Graded Sand (SW), mostly medium sand, some gravel, maximum particle size of 2 in, medium dense, brown, moist, no odor, rounded, gravel is granitic and metamorphic As above except increasing gravel content --UPPER MEMBER, PIERRE SHALE-- Silty Claystone Bedrock, soft, highly weathered, olive gray, planar, moist, no odor, iron oxide staining End of Exploration 20.0 ft --PAVEMENT SECTION-- 6 in of asphalt, 0 in base course 4935 4940 10 38 29 16 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 descriptions and collect a disturbed specimen Shelby Tube Sampler: Thin wall tube hydraulically pushed into the subsurface to collect a representative and intact specimen of soil Continuous Soil Sampler: Split-barrel sampler longer than a California Barrel Sampler and Slit-Spoon Sampler used to collect a continuous soil sample while drilling Groundwater Monitoring Well Graphics Riser Pipe with Auger Cuttings Well Screen with Silica Sand Riser Pipe with Silica Sand BORING LOG KEY SOIL Maximum Particle Size Description Particle Diameter (mm) Boulders >305 Cobbles 76 to 305 Coarse Gravel 19 to 76 Fine Gravel 4.75 to 19 Coarse Sand 2.00 to 4.75 Medium Sand 0.43 to 2.00 Fine Sand 0.074 to 0.43 Fines (Silt and Clay) < 0.074 Gradation Estimates by Field Observation Description Quantity (%) Trace < 5 Few 5 to 10 Little 10 to 25 Some 25 to 50 Mostly > 50 Color: Sample colors are in general accordance with basic brown, red, yellow, and gray combinations General Notes 1) Soil sample Visual Material Descriptions are in general accordance with the Unified Soil Classification System or ASTM 2487. 2) Descriptions provided indicate conditions encountered at the location of the boring at the time of drilling, and at the specified sample location within the sample interval. Variation both laterally and vertically in the presented subsurface conditions should be anticipated. 3) The initial groundwater level indicated on the boring log was measured immediately after the completion of drilling. The initial groundwater level is dependent on the subsurface conditions, nearby site activities, and weather. Geologic Interpretation A Geologic Interpretation of encountered soil and bedrock units is provided for each specific Visual Material Description. Examples of geologic interpretations for soil that may be presented include: FILL, ALLUVIUM, AEOLIAN, AND GLACIAL TILL, AND RESIDUUM. Rock geologic interpretations are referenced based on a combination of field classifications and applicable geologic maps. Riser Pipe with Bentonite Chips Concrete Flush Mounted Cap Bentonite Chips Grout Flowfill Boring Abandonment Graphics Cementation Description Criteria Weak Crumbles with light finger pressure Moderate Crumbles with considerable finger pressure Strong Will not crumble with finger pressure Estimated Location of Layer Change Boring Graphics DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ? ? RIVERSIDE AVE SC LE-7 15 CL 34 GW 36 SP 50 BR 4" 0.0 15.0 11.0 50 4" BR 50 3" 8.0 BR 50 4" 30.0 (11.4) 4.25 MYRTLE ST BEDROCK COURSE ALLUVIUM CONGLOMERATE FILL LE-8 23 SC 14.0 25.0 10.0 (10.9) 0.0 20.0 36 SP 21 SP 31 SP 57 BR BR BR 50 6" 50 5" ? ? 6+00 5+50 5+00 4+50 4+00 3+50 3+00 2+50 2+00 1+50 1+00 0+50 0+00 GEOLOGICAL CROSS SECTION 6+50 - 0+00 4980 ELEVATION (FT) 4970 4960 4950 4940 4930 4920 4980 ELEVATION (FT) 4970 4960 4950 4940 4930 4920 -0+50 FILL (10.0) CL LE-6 9 CL 26 GW 43 GW 50 BR 5" 0.0 0.58 14.75 14.0 71 BR 50 3" 9.0 35.0 BR 50 2" 12-FT NO EXCAVATION ZONE 1.5 1 ? ? UNION PACIFIC RAILROAD SPRINGER NATURAL AREA ZONE A STATION (FT) BEDROCK COURSE ALLUVIUM 2 1 ZONE B 970.373.3195 PROJECT FORT COLLINS, COLORADO 80526 2625 REDWING ROAD, SUITE 160 TITLE DRAWING TITLE OWNER CLIENT PROJECT NO.: LOCATION: DATE: DRAWN BY: DESIGNED BY: CHECKED BY: FIGURE NUMBER MULBERRY-RIVERSIDE OUTFALL GEOLOGIC CROSS SECTION STATION 6+50 - 0+00 15026-2 4 Fort Collins, Colorado 5/8/17 DF LH LH DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ? ? ? ? ? ? ? 12+00 GEOLOGICAL CROSS SECTION 12+00 - 6+50 COWAN ST MYRTLE ST (10.0) SW LE-4 6 SW 10 GW 16 SW SW 50 3" 0.0 0.75 9.0 19.75 14.0 55 BR 50 3" 25.0 (9.0) GW LE-5 17 CL 50 9" GW 59 GW 50 BR 2" 0.0 0.54 16.0 14.0 41 BR 50 5" 25.0 4.5 4980 ELEVATION (FT) 4970 4960 4950 4940 4930 4920 BEDROCK COURSE ALLUVIUM CONGLOMERATE FILL 6+00 4980 ELEVATION (FT) 4970 4960 4950 4940 4930 4920 REHABILITATED 48" RCP STATION (FT) 970.373.3195 PROJECT FORT COLLINS, COLORADO 80526 2625 REDWING ROAD, SUITE 160 TITLE DRAWING TITLE OWNER CLIENT PROJECT NO.: LOCATION: DATE: DRAWN BY: DESIGNED BY: CHECKED BY: FIGURE NUMBER MULBERRY-RIVERSIDE OUTFALL GEOLOGIC CROSS SECTION STATION 12+00 - 6+50 15026-2 3 Fort Collins, Colorado 5/8/17 DF LH LH DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 ? ? ? ? ? ? ? ? ? ? ? ? MULBERRY ST COWAN ST (9.0) CL LE-1 7 CL 10 17 SP 50 BR 6" 50 BR 3" 0.0 0.5 9.0 14.5 20.0 (11.0) CL LE-2 10 CL 12 GP 16 GP 50 BR 6" 0.0 0.58 7.0 20.0 13.0 19.0 (12.0) SC LE-3 12 SC 19 GW 59 SC 50 BR 5" 0.0 0.71 5.0 15.5 20.0 13.5 32 4970 4960 4950 4940 4930 4920 4980 ELEVATION (FT) 4970 4960 4950 4940 4930 4920 BEDROCK COURSE ALLUVIUM CONGLOMERATE FILL PROPOSED 48" RCP 970.373.3195 PROJECT FORT COLLINS, COLORADO 80526 2625 REDWING ROAD, SUITE 160 TITLE DRAWING TITLE OWNER CLIENT PROJECT NO.: LOCATION: DATE: DRAWN BY: DESIGNED BY: CHECKED BY: FIGURE NUMBER MULBERRY-RIVERSIDE OUTFALL GEOLOGIC CROSS SECTION STATION 17+59 -12+00 15026-2 2 Fort Collins, Colorado 5/8/17 DF LH LH DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Fort Collins, CO May 8, 2017 DF DF LH 0 SCALE 1" = 100' 50 100 200 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 A. Select bedding and backfill material may be required and shall be so shown on the DRAWINGS. Select bedding materials shall conform to the designated gradation requirements in Section 31 23 33, Trenching and Backfilling. B. Bedding material shall be placed under and around all pipes as shown on the DRAWINGS. Bedding shall be placed in a manner that will minimize separation or change in its uniform gradation. Bedding shall be distributed in six-inch (6") DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Sewers a. Open Cut 36" & larger X X DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Combined Total Completed to Date Total Contract Amount Total This Period Previous Billings Balance Remaining Percent Complete PAY REQUEST Item # Description Quantity Cost Remaining Percent UOMComplete Contract Summary This Period Previous Total to Date Period Ending: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 CERTIFICATION BU SCOPE OF WORK CHANGE ORDERS RECONCILIATION CHANGE ORDERS INVOICE NUMBER Total Change Order Work to Date: $ - $ - Retainage Previous: Change in Retainage: DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 Sheet 24 - Overall Pavement Plan DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 4950 4955 4960 4965 4970 4975 4980 4985 4950 4955 4960 4965 4970 4975 4980 4985 -0+25 0+00 0+50 0+67 20' HORIZ. SCALE: 1" = 20' 0 40' NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\SHT4-7-STORM SEWER P AND P.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 4/25/2018 5:50 PM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM LATERALS AND INLETS SOUTH OF MULBERRY - PLAN LATERALS AND INLETS NORTH OF MULBERRY - PLAN N.I.C. N.I.C. N.I.C. DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 -0+100+00 0+500+60 ENDICOTT STREET MYRTLE ST STM LATERAL STA 7+85 PROFILE HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 5' 4950 4955 4960 4965 4970 4975 4980 4985 4950 4955 4960 4965 4970 4975 4980 4985 0+40 0+00 -0+35 20' HORIZ. SCALE: 1" = 20' 0 40' NORTH P:\P\16009MRD\Dwg\05_FINAL SHEETS\SHT4-7-STORM SEWER P AND P.dwg; Kbarringer; Page Setup:----; COMM-TECH_D-SIZE_BW.ctb; 4/25/2018 5:30 PM 7000 S. Yosemite Street I Suite 120 I Centennial CO 80112 Phone (303) 221-0802 / Fax (303) 221-4019 ENGINEERING, ICON INC. WWW.ICONENG.COM 20' HORIZ. SCALE: 1" = 20' 0 40' NORTH EXISTING STORM SEWER CONNECTIONS AT MYRTEL/COWAN - PLAN REPLACE LATERALS AND MH AT EXISTING INLETS WEST OF ENDICOTT - PLAN (SEE PLAN, SHEET 10) (SEE PLAN, SHEET 10) DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235 . /    !"    # # $% &" '   # ()(*   ! +" 0/ 1 2- . /  34#   #4# ##% 55  65 *+7 8*9:   ;% 5) )<<4 "5 %# #" =$4# 5#  > B ;5 ?*&5 @<*+<8*4%9C * ()** 3! !6A<!BA A @*&<*+4%<8* 9C *()(* 3! !6A<!BA =D 5# = 5# 5# $ D  C+9* E !%455 <D5# B5 >5D# $% =) : F3%4#G *&<9+<8*9C *H)8& 3! !BA 3 9 ;9 DocuSign Envelope ID: 41EA00E6-C1C2-4063-ACEF-9797C57C6235