CONTRACT DOCUMENTS AND SPECIFICATIONS

advertisement
CONTRACT DOCUMENTS
AND
SPECIFICATIONS
FOR
JOHNSON ELEMENTARY SCHOOL
PARKING LOT AND PLAY AREA
SITE IMPROVEMENT PROJECT
FORT COLLINS, COLORADO
Poudre School District R-1
March 2013
OWNER:
POUDRE SCHOOL DISTRICT R-1
2407 LAPORTE AVENUE
FORT COLLINS, COLORADO 80521
(970) 490-3600
JERRY GARRETSON
PROJECT MANAGER
ENGINEER:
INTERWEST CONSULTING GROUP
1218 W. ASH STREET SUITE C
WINDSOR, COLORADO 80550
(970) 674-3300
MIKE OBERLANDER, P.E.
INTERWEST PROJECT NO. 1165-107-13B
Poudre School District
TABLE OF CONTENTS
SECTION
BID INFORMATION
00100
00300
00310
00320
00400
00420
00430
INSTRUCTIONS TO BIDDERS
BID FORMS
BID PROPOSAL FORM
QUANTITY SCHEDULE
SUPPLEMENTS TO BID FORMS
STATEMENT OF BIDDER'S QUALIFICATIONS
SCHEDULE OF SUBCONTRACTORS
CONTRACT DOCUMENTS
00500
00510
00520
00530
00600
00610
00615
00630
00635
00640
00650
00651
00660
00670
AGREEMENT FORMS
NOTICE OF AWARD
AGREEMENT
NOTICE TO PROCEED
BONDS AND CERTIFICATES
PERFORMANCE BOND
PAYMENT BOND
CERTIFICATE OF INSURANCE
CERTIFICATE OF SUBSTANTIAL COMPLETION
CERTIFICATE OF FINAL ACCEPTANCE
LIEN WAIVER RELEASE (CONTRACTOR)
LIEN WAIVER RELEASE (SUBCONTRACTOR)
CONSENT OF SURETY
APPLICATION FOR EXEMPTION CERTIFICATE
CONDITIONS OF THE CONTRACT
00700
00800
00900
00950
00960
GENERAL CONDITIONS
SUPPLEMENTARY CONDITIONS
ADDENDA, MODIFICATIONS, AND PAYMENT
CONTRACT CHANGE ORDER
APPLICATION FOR PAYMENT
DIVISION 1 - GENERAL REQUIREMENTS
01110
01140
01180
01270
01310
01320
01330
01425
01450
01555
01635
01650
01710
01720
01745
01780
SUMMARY OF WORK
CONTRACTOR’S USE OF PREMISES
UTILITY SOURCES
MEASUREMENT AND PAYMENT
PROJECT MEETINGS
CONSTRUCTION SCHEDULES
SUBMITTALS
STANDARD REFRENCES
MATERIALS TESTING
TRAFFIC REGULATION
SUBSTITUTIONS AND PRODUCT OPTIONS
MATERIAL DELIVERY, STORAGE, AND HANDLING
SITE CONDITIONS
FIELD ENGINEERING AND SURVEYING
ENVIRONMENTAL CONTROLS
CONTRACT CLOSEOUT
DIVISION 2 - SITE WORK
02220
02230
02315
02340
02360
02710
02740
02770
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
CLEARING AND GRUBBING
EXCAVATION AND EMBANKMENT
FLY ASH STABILIZATION
EROSION AND SEDIMENT CONTROL
AGGREGATE BASE COURSE
ASPHALT PAVEMENT
SIDEWALK, CURB AND GUTTER, AND
MISCELLANEOUS CONCRETE
APPENDIX A “SUBSURFACE EXPLORATION REPORT, PROPOSED PAVEMENT
IMPROVEMENTS JOHNSON ELEMENTARY SCHOOL”, EARTH ENGINEERING
CONSULTANTS
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. with City of Fort Collins
Modifications Rev. 9.94), 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 00310, 00320, 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 8-159 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 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 Poudre
School District or in the payment of any taxes, licenses or other monies due to Poudre
School District.
4.0
EXAMINATION OF CONTRACT DOCUMENTS AND SITE.
4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the
Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions
that may in any manner affect cost, progress or performance of the Work, (c) familiarize
himself with federal, state and local laws, ordinances, rules and regulations that may in any
manner affect cost, progress or performance of the Work, (d) study and carefully correlate
Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts,
errors or discrepancies in the Contract Documents.
4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface
and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 4, that without exception the Bid is
premised upon performing and furnishing the Work required by the Contract Documents and
such means, methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract Documents are
sufficient in scope and detail to indicate and convey understanding of all terms and
conditions for performance and furnishing of the Work.
5.0
INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted
in writing to the Engineer and the OWNER. Interpretation or clarifications considered
necessary in response to such questions will be issued only by Addenda. Questions
received less than seven days prior to the date for opening of the Bids may not be
answered. Only questions answered by formal written Addenda will be binding. Oral and
other interpretations or clarifications will be without legal effect.
5.2. All questions concerning the scope of this project should be directed to the Engineer.
Questions regarding submittal of bids should be directed to PSD, Materials Management
Department.
5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable
by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having
received the Bidding documents.
6.0
BID SECURITY.
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the
amount stated in the Invitation to Bid. The required security must be in the form of a certified
or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith.
The Bid Bond must be executed by a surety meeting the requirements of the General
Conditions for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until such Bidder has
executed the Agreement and furnished the required contract security, whereupon Bid
Security will be returned. If the successful Bidder fails to execute and deliver the Agreement
and furnish the required contract security within 15 days of the Notice of Award, OWNER
may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid
Security of other Bidders whom OWNER believes to have reasonable chance receiving the
award may be retained by OWNER until the earlier of the seventh day after the effective
date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security
furnished by such Bidders will be returned. Bid Security with Bids which are not competitive
will be returned within seven days after the Bid opening.
7.0
CONTRACT TIME.
The number of days within which, or the date by which the Work is to be substantially
complete and also completed and ready for Final Payment (the Contract Times) are set forth
in the Agreement.
8.0
LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
9.0
SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT.
The Contract, if awarded, will be on the basis of material and equipment described on the
Drawings or specified in the Specifications without consideration of possible substitute or "or
equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that
a substitute or "or equal" item of material or equipment may be furnished or used by
CONTRACTOR if acceptable to Engineer, application for such acceptance will not be
considered by Engineer until after the "effective date of the Agreement". The procedure for
submittal of any such application by CONTRACTOR and consideration by Engineer is set
forth in the General Conditions which may be supplemented in the General Requirements.
10.0
SUBCONTRACTORS, SUPPLIERS AND OTHERS.
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal
subcontractors he proposes to use in the Work. Refer to Section 00430 contained within
these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable objection to any
proposed Subcontractor, either may, before the Notice of Award is given, request the
apparent successful Bidder to submit an acceptable substitute without an increase in Bid
price. If the apparent successful Bidder declines to make any substitution, OWNER may
award the contract to the next lowest responsive and responsible Bidder that proposes to
use acceptable subcontractors. Subcontractors, suppliers, other persons or organization
listed and to whom OWNER or Engineer does not make written objection prior to the giving
of the Notice of Award will be deemed acceptable to OW NER 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 FORMS
11.1. Copies of the Bid Forms are bound in the Contract Documents which may be retained
by the Bidder. Separate unbound copies are enclosed for submission with the Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be
stated in words and numerals; in case of conflict, words will take precedence. Unit prices
shall govern over extensions of sums.
11.3. Bids by corporations must be executed in the corporate name by the president or a
vice-president (or other appropriate officer accompanied by evidence of authority to sign)
and the corporate seal shall be affixed and attested by the secretary or an assistant
secretary. The corporate address and state of incorporation shall be shown below the
corporate name.
11.4. Bids by partnerships must be executed in the partnership name and signed by a
partner, his title must appear under his signature and the official address of the partnership
must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an
authorized agent of each participant. The full name of each person or company interested in
the Bid shall be listed on the Bid Form.
11.6. The Bid shall contain an acknowledgment 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 Proposal Form or Forms.
13.0
SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and
shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and
name and address of the Bidder and accompanied by the Bid Proposal Form, Schedule of
Quantities, Statement of Bidders Qualifications, and Schedule of Subcontractors as required
in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed
envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on
the face of it.
13.2. Bids shall be deposited at the designated location prior to the time and date for receipt
of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids
received after the time and date for receipt of Bids will be returned unopened. Bidder shall
assume full responsibility for timely delivery at the location designated for receipt of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive
consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not
be accepted from one firm or association.
14.0
MODIFICATION AND WITHDRAWAL OF BIDS.
14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized
representative provided he can prove his identity and authority at any time prior to the
opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids
provided that they are then fully in conformance with these Instructions to Bidders.
15.0
OPENINGS OF BIDS.
Bids will be opened and (unless obviously non-responsive) read aloud publicly as indicated
in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if
any) will be made available after the opening of Bids.
16.0
BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but
OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that
date.
17.0
AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities
not involving price, time or changes in the Work, to negotiate contract terms with the
Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced
or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if
OWNER believes that it would not be in the best interest of the Project to make an award to
that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of
doubtful financial ability or fails to meet any other pertinent standard or criteria established by
OWNER. Discrepancies between the indicated sum of any column of figures and the
correct sum thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or
not the Bids comply with the prescribed requirements, and such alternates, unit prices and
other data, as may be requested in the Bid Forms 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 Bid Proposal
or, in the case of more than one proposal, for sum of all proposals. 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.
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 PSD’s purchasing restrictions. A copy of the resolutions are available
for review in the Materials Management Department.
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 PSD in its sole discretion to be a collusive or sham Bid will be rejected
and reported to authorities as such. Your authorized signature of this Bid assures that such
Bid is genuine and is not a collusive or sham Bid.
24.0
BID RESULTS.
For information regarding results for individual Bids send a self-addressed, self-stamped
envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing
office seven (7) days after the Bid Opening.
END OF SECTION
SECTION 00300
BID FORMS
00310
Bid Proposal Form
00320
Quantity Schedule
SECTION 00310
BID PROPOSAL FORM
POUDRE SCHOOL DISTRICT
BID PROPOSAL FORM
TO:
Board of Education
Poudre School District
c/o Planning, Design & Construction
2445 LaPorte Avenue
Fort Collins, CO 80521
FROM:
PROJECT IDENTIFICATION:
Johnson Elementary School Parking Lot and Play Area
Site Improvement Project
ACKNOWLEDGMENTS:
The undersigned Bidder acknowledges examination of the following:
a)
Contract Documents
• Drawings dated March 2013
• Contract Documents and Specifications dated March 2013
• Schedule restrictions outlined in the Instructions to Bidders,
Agreement and General Conditions
b)
Project Sites/Existing Conditions
c)
Receipt of Addenda Numbers: #
#
#
AGREEMENTS:
a)
b)
c)
d)
e)
f)
g)
h)
, dated
, dated
, dated
The undersigned Bidder agrees to the following:
To hold bid open for 45 calendar days from date of Bid Opening.
To enter into and execute the Construction Agreement within fifteen (15) calendar
days of award, including identified Bonds of Insurance.
To accomplish the Work in accordance with the Contract Documents.
Poudre School District reserves the right to reject any or all bids and to waive
informalities.
Poudre School District reserves the right to award separate or single contracts.
Poudre School District reserves the right to award the contract on the basis of either
cost or schedule.
The Contractor agrees to pay the Poudre School District Liquidated Damages
according to the terms, amount(s) and date(s) defined in the Instructions to Bidders,
Agreement and General Conditions.
To reinstate or omit Alternates at the amounts submitted herein for sixty days after
Contract Date.
TOTAL BASE BID PRICE:
Johnson Elementary School Phase #1:
Dollars ($
)
Dollars ($
)
Dollars ($
)
Johnson Elementary School Phase #2:
Johnson Elementary School Phase #3:
UNIT PRICING:
Unit Price #1:
Remove Turf Sod
Dollars
($
)
Per SF
Unit Price #2:
Remove Curb & Gutter
Dollars
($
)
Per LF
Unit Price #2:
Remove Concrete Wheel Stops
Dollars
($
)
Per EA
Unit Price #3:
Remove Asphalt Speed Humps
Dollars
($
)
Per SF
Unit Price #4:
Remove Asphalt Pavement
Dollars
($
)
Per SF
Unit Price #5:
New Concrete Speed Humps
Dollars
($
)
Per SF
Unit Price #6:
New 2-foot Vertical Curb and Gutter
Dollars
($
)
Per LF
Unit Price #7:
New 4-inch Rolled Curb
Dollars
($
)
Per LF
Unit Price #8:
New 4-foot Concrete Drain Pan and Apron
Dollars
($
)
Per SF
Unit Price #9:
New 3-foot Concrete Drain Pan
Dollars
($
)
Per SF
Unit Price #10:
New Concrete Sidewalk
Dollars
($
)
Per SF
Unit Price #11:
Aggregate Base Course
Dollars
($
)
Per TON
Unit Price #12:
Hot Bituminous Pavement
Dollars
($
)
Per TON
Unit Price #13:
Fly Ash Stabilization
Dollars
($
)
Per SY
Unit Price #14:
Rock Socks
Dollars
($
)
Per EA
Unit Price #15:
Straw Wattles
Dollars
($
)
Per LF
Unit Price #16:
Signage – Handicap Parking Signs
Dollars
($
)
Per EA
BID CONDITIONS:
1.
In compliance with your Invitation to Bid dated
, and subject to all
conditions thereof, the undersigned
a **(Corporation, Limited
Liability Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do
business in the State of Colorado hereby proposes to furnish and do everything required by
the Contract Documents to which this refers for the construction of all items shown in the
Drawings, listed on the following Quantity Schedule and in the Measurement and Payment
Section (01270).
2.
The undersigned Bidder does hereby declare and stipulate that this proposal is made in
good faith, without collusion or connection with any other person or persons Bidding for the
same Work, and that it is made in pursuance of and subject to all the terms and conditions
of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed
Specifications, and the Drawings pertaining to the Work to be done, all of which have been
examined by the undersigned.
3.
All the various phases of Work enumerated in the Drawings and Contract Documents with
their individual jobs and overhead, whether specifically mentioned, included by implication or
appurtenant thereto, are to be performed by the CONTRACTOR and included in the Total
Bid Price.
4.
The foregoing prices shall include all labor, materials, transportation, shoring, removal,
dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the
several kinds called for.
5.
Unit Prices provided on this Bid Proposal Form will be used in conjunction with actual
quantities of work performed to determine the price of additional work requested by the
OWNER, in writing, that is not included in the present Drawings or Contract Documents.
6.
Bidder acknowledges that the OWNER has the right to delete items of Work or change
quantities at his sole discretion without affecting the Agreement or prices of any item so long
as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement
Price.
RESPECTFULLY SUBMITTED:
Signature
Title
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest
Address
Telephone
Date
SECTION 00320
QUANTITY SCHEDULE
Project:
Johnson Elementary - Phase 1
Date:
March 2013
Quantity Schedule
Item
Number
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
Description
Mobilization
Traffic Control
Surveying
Removal of Turf Sod
Remove Curb & Gutter
Remove Concrete Wheel Stop
Remove Asphalt Speed Humps
Remove Asphalt Pavement
Remove Utility Terminal
New Concrete Speed Humps
New 2-ft Vertical Curb & Gutter
New 4-in Rolled Curb
New 4-ft Concrete Drain Pan and Apron
New 3-ft Concrete Drain Pan
New Concrete Sidewalk and Transitions
Aggregate Base Course
Hot Bituminous Pavement - Grades S and SX
(including striping)
Fly Ash Stabilization
Rock Socks
Straw Wattles
Playground Equipment -- Remove and Replace
Basketball and Tetherball Poles and Benches
Signage - Handicap Parking Signs
Measurement
Unit
LS
LS
LS
SF
LF
EA
SF
SF
N/A
SF
LF
LF
SF
SF
SF
TON
Estimated
Quantity
--
TON
SY
EA
LF
N/A
EA
--
SECTION 00320
QUANTITY SCHEDULE
Project:
Johnson Elementary - Phase 2
Date:
March 2013
Quantity Schedule
Item
Number
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
Description
Mobilization
Traffic Control
Surveying
Removal of Turf Sod
Remove Curb & Gutter
Remove Concrete Wheel Stop
Remove Asphalt Speed Humps
Remove Asphalt Pavement
Remove Utility Terminal
New Concrete Speed Humps
New 2-ft Vertical Curb & Gutter
New 4-in Rolled Curb
New 4-ft Concrete Drain Pan and Apron
New 3-ft Concrete Drain Pan
New Concrete Sidewalk and Transitions
Aggregate Base Course
Hot Bituminous Pavement - Grades S and SX
(including striping)
Fly Ash Stabilization
Rock Socks
Straw Wattles
Playground Equipment -- Remove and Replace
Basketball and Tetherball Poles and Benches
Signage - Handicap Parking Signs
Measurement
Unit
N/A
N/A
LS
N/A
N/A
N/A
N/A
SF
N/A
N/A
N/A
N/A
N/A
SF
N/A
Estimated
Quantity
-------------
TON
TON
SY
EA
N/A
--
N/A
--
N/A
--
SECTION 00320
QUANTITY SCHEDULE
Project:
Johnson Elementary - Phase 3
Date:
March 2013
Quantity Schedule
Item
Number
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
Description
Mobilization
Traffic Control
Surveying
Removal of Turf Sod
Remove Curb & Gutter
Remove Concrete Wheel Stop
Remove Asphalt Speed Humps
Remove Asphalt Pavement
Remove Utility Terminal
New Concrete Speed Humps
New 2-ft Vertical Curb & Gutter
New 4-in Rolled Curb
New 4-ft Concrete Drain Pan and Apron
New 3-ft Concrete Drain Pan
New Concrete Sidewalk and Transitions
Aggregate Base Course
Hot Bituminous Pavement - Grades S and SX
(including striping)
Fly Ash Stabilization
Rock Socks
Straw Wattles
Playground Equipment -- Remove and Replace
Basketball and Tetherball Poles and Benches
Signage - Handicap Parking Signs
Measurement
Unit
N/A
N/A
LS
N/A
N/A
N/A
N/A
SF
EA
N/A
N/A
N/A
N/A
N/A
SF
TON
Estimated
Quantity
-------
------
TON
SY
N/A
N/A
---
LS
N/A
--
SECTION 00400
SUPPLEMENTS TO BID FORMS
00420
Statement of Bidder's Qualifications
00430
Schedule of Subcontractors
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive. This
statement must be notarized. If necessary, questions may be answered on separate attached
sheets. The Bidder may submit any additional information he desires.
1.
Name of Bidder:
2.
Permanent main office address:
3.
When organized:
4.
If a corporation, where incorporated:
5.
How many years have you been engaged in the contracting business under your present
firm or trade name?
6.
Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.)
7.
General character of Work performed by your company:
8.
Have you ever failed to complete any Work awarded to you?
If so, where and why?
9.
Have your ever defaulted on a contract?
If so, where and why?
10.
Are you debarred by any government agency?
If yes, list agency name
11.
List the more important projects recently completed by your company, stating the
approximate cost of each, and the month and year completed, location and type of
construction.
12.
List your major equipment available for this contract.
13.
Experience in construction Work similar in importance to this project:
14.
Background and experience of the principal members of your organization, including
officers:
15.
Credit available: $
16.
Bank reference:
17.
Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER?
18.
Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state?
What class, license and numbers?
19.
Do you anticipate subcontracting Work under this Contract?
If yes, what percent of total contract?
and to whom?
20.
Are any lawsuits pending against you or your firm at this time?
If yes, DETAIL
21.
What are the limits of your public liability? DETAIL:
What company?
22.
What are your company's bonding limitations?
23.
The undersigned hereby authorizes and requests any person, firm or corporation to furnish
any information requested by the OWNER in verification of the recital comprising this
Statement of Bidder's Qualifications.
Dated at
this
day of
20
.
Name of Bidder
By:
Title:
State of
)
County of
)
)
being duly sworn deposes and
says that he is
of
(Name of Organization).
and that the answers to the foregoing questions and all statements therein contained are true and
correct.
Subscribed and sworn to before me this
, 20
.
Notary Public
My commission expires
day of
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors who will perform over $10,000.00 of work and state the work item they will be
performing.
ITEM
SUBCONTRACTOR
SECTION 00500
AGREEMENT FORMS
00510
Notice of Award
00520
Agreement
00530
Notice to Proceed
SECTION 00510
NOTICE OF AWARD
Date:
TO:
PROJECT:
OWNER:
Johnson Elementary School Parking Lot and Play Area Site Improvement Project
Poudre School District R-1
(hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated
, 20
for the above project
has been considered. You are the apparent successful Bidder and have been awarded an
Agreement for
The Price of your Agreement is
Dollars ($
).
Five (5) copies of each of the proposed Contract Documents (except Drawings) accompany this
Notice of Award. Five (5) 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
, 20
.
1.
2.
You must deliver to the OWNER four (4) 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.
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) fullysigned counterpart of the Agreement with the Contract Documents attached.
Poudre School District R-1
OWNER
By:
Title
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the
day of
and shall be effective on the date this AGREEMENT is signed by PSD.
Poudre School District R-1
in the year of 20
(hereinafter called OWNER) and
(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 Johnson Elementary School Parking Lot and Play Area Site Improvement
Project and is generally described in Section 01110.
ARTICLE 2.
ENGINEER
The Project has been designed by Interwest Consulting Group. Interwest has not been contracted
to provide Construction Management Services, nor act as the Engineer for the construction of this
project. The OWNER 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 will be Substantially Complete within fifty-four (54) calendar days after the
starting date set forth in the Notice to Proceed as defined in the General Conditions and completed
and ready for Final Payment and Acceptance in accordance with the General Conditions within sixty
(60) calendar days after the start date set forth in the Notice to Proceed.
Work will be Substantially Complete in accordance with the following milestones at the
critical locations noted below.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence in 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 proceeding
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:
Nine Hundred Fifty Dollars ($950.00) for each calendar day or fraction thereof that
passes after the fifty-four (54) calendar day period for Substantial Completion of the
Work has expired until the Work is Substantially Complete.
2)
Final Acceptance:
After Substantial Completion, Five Hundred Fifty Dollars ($550.00) for each
calendar day or fraction thereof that passes after the sixty (60) calendar day period
for Final Payment and Acceptance has expired until the Work is ready for Final
Payment and Acceptance.
ARTICLE 4.
CONTRACT PRICE
4.1.
OWNER shall pay CONTRACTOR for performance of the Work in accordance with
the Contract Documents in current funds as follows: ($
),
Dollars, in accordance with Section 00310, 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. Progress payments will be made according to the percentages below, 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.
At the time of each progress payment the OWNER will pay ninety percent (90%) of the value of the
Work completed. The remaining ten percent (10%) will be paid upon Final Acceptance of the
project or may be paid progressively, at the OWNER's discretion, if the character and progress of
the Work have been satisfactory to OWNER and ENGINEER. Ninety percent (90%) 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 for payment.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance
with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract
Price as recommended by ENGINEER as provided in said paragraph 14.13.
ARTICLE 6.
CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the
following representations:
6.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract
Documents, Work, site, locality, and with all local conditions and Laws and Regulations that
in any manner may affect cost, progress, performance or furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface
conditions and drawings of physical conditions, which are identified in the Supplementary Conditions
as provided in paragraph 4.2 of the General Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports,
and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain
to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost,
progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the
performance or furnishing of the Work at the Contract Price, within the Contract Times and in
accordance with the other terms and conditions of the Contract Documents, including specifically
the provisions of paragraph 4.2 of the General Conditions; and no additional examinations,
investigations, explorations, tests, reports, studies or similar information or data are or will be
required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated
on the Contract Documents with respect to existing Underground Facilities at or contiguous to the
site and assumes responsibility for the accurate location of said Underground Facilities. No
additional examinations, investigations, explorations, tests, reports, studies or similar information or
data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to
perform and furnish the Work at the Contract Price, within the Contract Times and in accordance
with the other terms and conditions of the Contract Documents, including specifically the provision of
paragraph 4.3. of the General Conditions.
6.5.
CONTRACTOR has correlated the results of all such observations, examinations,
investigations, tests, reports and data with the terms and conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution thereof
by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7.
CONTRACT DOCUMENTS
7.1. The Contract Documents which comprise the entire Agreement between OWNER and
CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions,
those items included in the definition of “Contract Documents” in Article 1.10 of the General
Conditions, and such other items as are referenced in this Article 7, all of which are incorporated
herein by this reference.
7.2. Forms for use by CONTRACTOR in performing the Work and related actions in
carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein
by this reference, and include, but are not limited to, the following:
7.2.1
7.2.2
7.2.3
7.2.4
7.2.5
7.2.6
Certificate of Substantial Completion
Certificate of Final Acceptance
Lien Waiver Releases
Consent of Surety
Application for Exemption Certificate
Application for Payment
7.3
Drawings, consisting of sheets numbered Sheet 1 through Sheet 9, with the following
general title:
Johnson Elementary School Parking Lot and Play Area Site Improvement Project
The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made
shall be clearly identified and dated.
7.4. Addenda Numbers
to
, inclusive.
7.5. The Contract Documents also include all written amendments and other documents
amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and
3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or incorporated by reference
in this Article 7. The Contract Documents may only be amended, modified or supplemented as
provided in paragraphs 3.5 and 3.6 of the General Conditions.
ARTICLE 8.
MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the General Conditions
shall have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the party sought to
be bound; and specifically but not without limitations, moneys that may become due and moneys
that are due may not be assigned without such consent (except to the extent that the effect of this
restriction may be limited by law), and unless specifically stated to the contrary in any written
consent to an assignment no assignment will release or discharge that assignor from any duty or
responsibility under the Contract Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and
legal representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect to all covenants, Agreement and obligations contained in the Contract
Document.
OWNER: POUDRE SCHOOL DISTRICT R-1
CONTRACTOR:
By:
By:
BY:
By:
Title:
Date:
Date:
(CORPORATE SEAL)
Attest:
Attest:
Address for giving notices:
Address for giving notices:
2413 Laporte Avenue
Warehouse #3
Fort Collins, Colorado 80521
License No.
Approved as to Form
SECTION 00530
NOTICE TO PROCEED
Description of Work: Johnson Elementary School Parking Lot and Play Area Site Improvement
Project
To:
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
, respectively.
, 20
and
Poudre School District R-1
OWNER
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this
CONTRACTOR
By:
Title:
day of
, 20
.
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)
00651
Lien Waver Release (Subcontractor)
00660
Consent of Surety
00670
Application for Exemption Certificate
SECTION 00610
PERFORMANCE BOND
Bond No.
KNOW ALL MEN BY THESE PRESENTS: that
(Firm)
(Address)____________________________
(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 Poudre School District
R-1, 2413 West Laporte Ave, Fort Collins, Colorado 80521 hereinafter referred to as the
"OWNER", in the penal sum of
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
day of
, 20 , a copy of
which is hereto attached and made a part hereof for the performance of Poudre School District
R-1 project, Johnson Elementary School Parking Lot and Play Area Site Improvement Project.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Agreement during the
original term thereof, and any extensions thereof which may be granted by the OWNER, with or
without Notice to the Surety and during the life of the guaranty period, and if the Principal shall
satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and
save harmless the OWNER from all cost and damages which it may suffer by reason of failure to
do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER
may incur in making good any default then this obligation shall be void; otherwise to remain in
full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Agreement or to the
Work to be performed thereunder or the Specifications accompanying the same shall in any way
affect its obligation on this bond; and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the Agreement or to the Work or to the
Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in
the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts, each one of which
shall be deemed an original, this
day of
, 20 .
IN PRESENCE OF:
Principal
By:
(Title)
(Address)
(Corporate Seal)
IN PRESENCE OF:
Other Partners
By:
By:
IN PRESENCE OF:
Surety
(Attorney-in-Fact)
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership,
all partners should execute Bond.
SECTION 00615
PAYMENT BOND
Bond No. ____
KNOW ALL MEN BY THESE PRESENTS: that
(Firm)
(Address)
(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 Poudre School District
R-1, 2413 West Laporte Ave., Fort Collins, Colorado 80521 hereinafter referred to as "the
OWNER", in the penal sum of
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
day of
, 20 , a copy of
which is hereto attached and made a part hereof for the performance of the Poudre School
District R-1 project, Johnson Elementary School Parking Lot and Play Area Site Improvement
Project.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors,
and corporations furnishing materials for or performing labor in the prosecution of the Work
provided for in such Agreement and any authorized extension or modification thereof, including
all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed,
rented or used in connection with the construction of such Work, and all insurance premiums on
said Work, and for all labor, performed in such Work whether by subcontractor or otherwise,
then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Agreement or to the
Work to be performed thereunder or the Specifications accompanying the same shall in any way
affect its obligation on this bond; and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the Agreement or to the Work or to the
Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in
the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts, each one of which
shall be deemed an original, this
day of
, 20
.
IN PRESENCE OF:
Principal
By:
(Title)
(Address)
(Corporate Seal)
IN PRESENCE OF:
Other Partners
By:
By:
IN PRESENCE OF:
Surety
(Attorney-in-Fact)
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: POUDRE SCHOOL DISTRICT R-1
(OWNER)
DATE OF SUBSTANTIAL COMPLETION:
PROJECT TITLE:
Johnson Elementary School Parking Lot and Play
Area Site Improvement Project
PROJECT OR SPECIFIED PART SHALL
INCLUDE:
LOCATION: Fort Collins, Colorado
OWNER:
Poudre School District R-1
CONTRACTOR:
CONTRACT DATE:
The Work performed under this contract has been inspected by authorized representatives of
the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the
project, as indicated above) is hereby declared to be substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Contract Documents.
ENGINEER
By:
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
By:
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.
POUDRE SCHOOL DISTRICT R-1 By:
OWNER
AUTHORIZED REPRESENTATIVE
REMARKS:
DATE
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
, 20___
TO:
Gentlemen:
You are hereby notified that on the
day of
, 20
, the Poudre School District R1, Fort Collins, Colorado, has accepted the Work completed by
for the Poudre
School District R-1 project, Johnson Elementary School Parking Lot and Play Area Site
Improvement Project.
A check is attached hereto in the amount of $
as Final Payment for all Work done,
subject to the terms of the Contract Documents which are dated
.
In conformance with the Contract Documents for this project, your obligations and guarantees
will continue for the specified time from the following date:
.
Sincerely,
OWNER: Poudre School District R-1
By:
Title:
ATTEST:
Title:
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO:
Poudre School District R-1, Colorado (OWNER)
FROM:
(CONTRACTOR)
PROJECT:
Johnson Elementary School Parking Lot and Play Area Site Improvement Project.
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 attorneys fees,
incurred as a result of such claims.
5.
The parties acknowledge that the description of the project set forth above constitutes
and adequate description of the property and improvements to which this Lien Waiver
Release pertains. It is further acknowledged that this Lien Waiver Release is for the
benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any
labor and material bonds for the project.
Signed this
day of
, 20
.
CONTRACTOR
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO
COUNTY OF LARIMER
20
)
)ss.
)
Subscribed and sworn to before me this
, by
day of
Witness my hand and official seal.
My Commission Expires:
Notary Public
.
SECTION 00651
LIEN WAIVER RELEASE
(Subcontractor)
TO:
(CONTRACTOR)
FROM:
(Subcontractor)
PROJECT:
Johnson Elementary School Parking Lot and Play Area Site Improvement Project.
1.
The Subcontractor acknowledges having received payment, except retainage, from the
CONTRACTOR for all work, labor, skill and material furnished, delivered and performed by
the Subcontractor for the CONTRACTOR 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 Subcontractor 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 Subcontractor 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
CONTRACTOR or its officers, agents, employees or assigns, against the project or against
all land and the buildings on and appurtenances to the land improved by the project.
3.
The Subcontractor 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 Subcontractor or its' agents,
employees, and servants, or by and through the Subcontractor by various subsubcontractors 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 against the CONTRACTOR
or its officers, agents, employees or assigns arising out of the project.
4.
The Subcontractor agrees to defend and hold harmless the CONTRACTOR, the lender, if
any, and the Surety on the project against and from any claim hereinafter made by the
Subcontractor's sub-subcontractors, materialmen, employees, servants agents or assigns
against the project or against the CONTRACTOR or OWNER, lender or Surety or their
officers, employees, agents or assigns arising out of the project for all loss, damage and
costs, including reasonable attorneys fees, incurred as a result of such claims.
5.
The parties acknowledge that the description of the project set forth above
constitutes and adequate description of the property and improvements to which this Lien
Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the
benefit of and may be relied upon by the CONTRACTOR, OWNER, the lender, if any, and
Surety on any labor and material bonds for the project.
Signed this
day of
, 20
.
Subcontractor
By:
ATTEST:
Secretary
STATE OF COLORADO
COUNTY OF LARIMER
)
)ss.
)
Subscribed and sworn to before me this
.
Witness my hand and official seal.
My Commission Expires:
Notary Public
day of
20
, by
SECTION 00660
CONSENT OF SURETY
TO: Poudre School District R-1, Colorado
(hereinafter referred to as the "OWNER")
CONTRACTOR:
PROJECT: Johnson Elementary School Parking Lot and Play Area Site Improvement Project.
CONTRACT DATE:
In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR
as indicated above, for
bond of (Surety)
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.
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
(Insert State certificate here.)
SECTION 00700
GENERAL CONDITIONS
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins
modifications) and other provisions of the Contract Documents as indicated below.
SC-4.2 Subsurface and Physical Conditions:
A.
Add the following language to paragraph 4.2.1 of the General Conditions.
4.2.1.1.1
The following report(s) of exploration and tests of subsurface
conditions at the site of the Work:
“Subsurface Exploration Report – Proposed Pavement Improvements Johnson
Elementary School”, 4101 Seneca Street, Fort Collins, Colorado
Earth Engineering Consultants, Inc.
EEC Project No. 1132005, February 18, 2013
Contractor may rely upon the accuracy of the technical data contained in the geotechnical
documents, but not upon non-technical data, interpretations or opinions contained therein or
upon the completeness of any information in the report.
B.
4.2.1.2.1
No drawing of physical conditions in or relating to existing surface
or subsurface structures (except Underground Facilities referred to in Paragraph
4.3) which are at or contiguous to the site have been utilized by the Engineer in
preparation of the Contract Documents, except the following:
None
SC-5.4.7
A.
SC-5.4.8
A.
Additional Insureds
Interwest Consulting Group shall be included as additional insureds on the
Certificate of Insurance.
Limits of Liability
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).
SECTION 00900
ADDENDA, MODIFICATIONS, AND PAYMENT
00950
Contract Change Order
00960
Application for Payment
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE:
Johnson Elementary School Parking Lot and Play Area Site Improvement
Project
CONTRACTOR:
PROJECT NUMBER:
DESCRIPTION:
1.
Reason for change:
2.
Description of Change:
3.
Change in Contract Cost:
4.
Change in Contract Time:
ORIGINAL CONTRACT COST
TOTAL APPROVED CHANGE ORDER
TOTAL PENDING CHANGE ORDER
TOTAL THIS CHANGE ORDER
TOTAL % OF THIS CHANGE ORDER
TOTAL C.O.% OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST
$ 0.00
0.00
0.00
0.00
$ 0.00
(Assuming all change orders approved)
ACCEPTED BY:
DATE:
Contractor's Representative
ACCEPTED BY:
DATE:
Project Manager
REVIEWED BY:
DATE:
Title:
APPROVED BY:
DATE:
Title:
APPROVED BY:
DATE:
Purchasing Agent over $15,000
cc:
Contractor
Architect
Project File
Purchasing
Engineer
SECTION 00960
APPLICATION FOR PAYMENT
SECTION 01110
SUMMARY OF WORK
PART 1
1.01
GENERAL
SECTION INCLUDES
Furnish all labor and install all materials for the Johnson Elementary School Parking
Lot and Play Area Site Improvement Project, including but not limited to the following
items:
The project includes the removal of existing asphalt pavement, raised asphalt cross
walks, curb and gutter, drain pans, and landscape materials. The project also
includes the construction of new asphalt pavement, raised concrete cross walks,
sidewalk, curb and gutter, drain pans, resetting of playground equipment (benches,
basketball hoops, tetherball poles) and restriping the play area and parking lot.
1.02
WORK SEQUENCE
The Work Sequence is to be submitted as part of the construction schedule required
in Section 01320. Construction of the project may begin immediately on the date of
Notice to Proceed.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01140
CONTRACTOR’S USE OF PREMISES
PART 1
1.01
GENERAL
SECTION INCLUDES
A.
The CONTRACTOR may use the OWNER’s property designated by the
OWNER’s Representative for equipment and materials as long as he confines his
operations to those permitted by local laws, ordinance and permits and meets the
following requirements:
1.
Do 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 which interfere with operations of the
OWNER.
4.
Obtain and pay for use of additional storage or work areas
needed for operations.
5.
1.02
LIMITS OF CONSTRUCTION
A.
1.03
Provide access for emergency vehicles to the site at all times.
The CONTRACTOR must maintain all of his construction activities within the
OWNER’s property and/or construction easements and limits of the project,
or other stated areas, unless permits and/or written permission are obtained
by the CONTRACTOR, from appropriate authorities or private property
owners, outside of these areas.
SECURITY
A.
The CONTRACTOR shall at all times be responsible for the security of his
facilities and equipment. The OWNER will not take responsibility for missing
or damaged equipment, tools, or personal belongings of the CONTRACTOR.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01180
UTILITY SOURCES
PART 1
1.01
GENERAL
SECTION INCLUDES
A.
Names and telephone numbers 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 and verification of
telephone numbers.
1.
Water
a. City of Fort Collins
b. Fort Collins – Loveland Water District
(970) 221-6700
(970) 226-3104
2.
Sanitary Sewer - City of Fort Collins
(970) 221-6700
3.
Stormwater - City of Fort Collins
(970) 221-6700
4.
Park Planning – City of Fort Collins
(970) 221-6366
5.
Electrical
a. City of Fort Collins
b. Platte River Power Authority (PRPA)
c. Western Area Power
Administration (WAPA)
d. Poudre Valley Rural Electric
Association (PVREA)
e. Public Service Company (PSC) /
Xcel Energy
(970) 224-6157
(970) 226-4000
(970) 461-7298
(970) 226-1234
(800) 895-1999
Engineering – City of Fort Collins
(970) 221-6605
Engineering – Larimer County
(970) 498-5700
7.
Traffic – City of Fort Collins
(970) 224-6062
8.
Gas - Public Service Company
/ Xcel Energy
(800) 895-2999
9.
Telephone - Qwest Communications
(970) 222-2414
10.
Cable TV - Comcast
(888) 824-4010
11.
Poudre School District R-1
(970) 490-3600
12.
One-Call Utility Locates
6.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
811
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01270
MEASUREMENT AND PAYMENT
PART 1
1.01
SECTION INCLUDES
A.
1.02
GENERAL
The work performed under this Agreement shall be paid for as described in
Section 500, Article 5 based on the Bid Proposal and the Total Bid Price. All
costs incurred shall comply with the provisions of these Specifications and
shall be included in the Total Bid Price for the project. Except as may be
otherwise stipulated, no material, labor or equipment will be furnished by the
OWNER. The following provides a general listing of items of Work along
with a brief summary of the work and materials included. Refer to the
Specifications and Drawings for additional information and all requirements
for each item of Work.
ITEMS OF WORK
1.
Mobilization
No unit measurement for payment will be made for any of the work, materials
and equipment required for mobilization. This work consists of the
mobilization of personnel, equipment and supplies at the project site in
preparation for work on the project. This item shall include the establishment
of the CONTRACTOR’S offices, buildings and other necessary facilities, and
all other costs incurred or labor and operations which must be performed
prior to beginning the other items under the Contract. This item shall also
include temporary fencing around project work areas, and any other
fencing/security items as deemed necessary by the CONTRACTOR.
Removal of the CONTRACTOR’s equipment, supplies, excess materials,
and cleanup of the site are also included in this item.
2.
Traffic Control
No unit measurement for payment shall be made for any of the materials,
work, and equipment required. The payment shall be total compensation for
all labor, equipment, materials, maintenance, and all incidentals necessary to
prepare, implement, and maintain the approved Traffic Control Plan in
accordance with the Drawings and accepted Traffic Control Plan.
3.
Surveying
No unit measurement shall be made for this item. Work includes providing
all equipment, labor, and materials required to provide Surveying for
construction of all work items for the project including: Staking of horizontal
and vertical alignments; overlot grading; subgrade elevations; off-sets;
temporary control points; re-establishment of land monuments; and, all
appurtenance features of the work.
4.
Remove Turf Sod
No unit measurement for payment shall be made for this item. The Total Bid
Price shall include all of the CONTRACTOR’s cost of whatsoever nature to
complete the turf sod removal: furnishing and transporting all materials,
labor, and equipment; excavation, removal disposal of sod; backfilling,
grading and compacting; removal and/or moving of sprinkler equipment; and,
all other related and necessary materials, work, and equipment required to
perform the work in accordance with the Drawings and Specifications.
5.
Remove Curb & Gutter
No unit measurement for payment shall be made for this item. The Total Bid
Price shall include full compensation for sawing, removing, hauling and
disposal of such items including existing cable/conduit, pipe, concrete,
asphalt, and excavation and subsequent backfill with suitable material
associated with the removal of these items, and all other work necessary to
remove these items in accordance with the Drawings and Specifications.
Replacement of asphalt; curb, gutter and sidewalk; storm sewer and pipe
outside of the pay lines due to the CONTRACTOR’s failure to protect
existing, undisturbed materials shall not be paid for and shall be replaced at
the CONTRACTOR’s expense.
6.
Remove Concrete Wheel Stops
No unit measurement for payment shall be made for this item. The Total Bid
Price shall include all of the CONTRACTOR’s cost of whatsoever nature to
complete the concrete wheel stop removal: furnishing and transporting all
materials, labor, and equipment; excavation, removal disposal of concrete;
and, all other related and necessary materials, work, and equipment required
to perform the work in accordance with the Drawings and Specifications.
7.
Remove Asphalt Speed Humps
No unit measurement for payment shall be made for this item. The Total Bid
Price shall include full compensation for sawing, removing, hauling and
disposal of such items including existing cable/conduit, pipe, concrete,
asphalt, and excavation and subsequent backfill with suitable material
associated with the removal of these items, and all other work necessary to
remove these items in accordance with the Drawings and Specifications.
Replacement of asphalt; curb, gutter and sidewalk; storm sewer and pipe
outside of the pay lines due to the CONTRACTOR’s failure to protect
existing, undisturbed materials shall not be paid for and shall be replaced at
the CONTRACTOR’s expense.
8.
Remove Asphalt Pavement
No unit measurement for payment shall be made for this item. The Total Bid
Price shall include full compensation for sawing, removing, hauling and
disposal of such items including existing cable/conduit, pipe, concrete,
asphalt, and excavation and subsequent backfill with suitable material
associated with the removal of these items, and all other work necessary to
remove these items in accordance with the Drawings and Specifications. All
excavation, embankment and compaction necessary to prepare the site
subgrade for fly ash and paving operations shall be included in this item.
Replacement of asphalt; curb, gutter and sidewalk; storm sewer and pipe
outside of the pay lines due to the CONTRACTOR’s failure to protect
existing, undisturbed materials shall not be paid for and shall be replaced at
the CONTRACTOR’s expense.
9.
Remove Utility Terminal
No unit measurement for payment shall be made for this item. The Total Bid
Price shall include full compensation for sawing, removing, hauling and
disposal of such items including existing cable/conduit, pipe, concrete,
asphalt, and excavation and subsequent backfill with suitable material
associated with the removal of these items, and all other work necessary to
remove these items in accordance with the Drawings and Specifications.
Replacement of asphalt; curb, gutter and sidewalk; storm sewer and pipe
outside of the pay lines due to the CONTRACTOR’s failure to protect
existing, undisturbed materials shall not be paid for and shall be replaced at
the CONTRACTOR’s expense.
10.
Concrete Speed Humps
No unit measurement for payment shall be made for this item. No payment
will be made for items placed outside of the dimensions as shown on the
Drawings unless directed by the ENGINEER OWNER. The Total Bid Price
shall include all of the CONTRACTOR’s costs of whatsoever nature
associated with Concrete Speed Humps. The price bid shall include:
furnishing and placing the concrete; forming; furnishing and applying curing
compounds; finishing the edging the concrete surfaces; joints and joint
materials; furnishing and compacting all materials required for preparation of
a stable subbase; backfilling; curb painting; and all other related and
necessary materials, work, and equipment required to construct the concrete
curb and gutter in accordance with the Drawings and Specifications. No
payment shall be made for replacement of materials damaged by the
CONTRACTOR in his operations.
11.
2-foot Vertical Curb and Gutter
No unit measurement for payment shall be made for this item. No payment
will be made for items placed outside of the dimensions as shown on the
Drawings unless directed by the ENGINEER OWNER. The Total Bid Price
shall include all of the CONTRACTOR’s costs of whatsoever nature
associated with Vertical Curb and Gutter. The price bid shall include:
furnishing and placing the concrete; forming; furnishing and applying curing
compounds; finishing the edging the concrete surfaces; joints and joint
materials; furnishing and compacting all materials required for preparation of
a stable subbase; backfilling; curb painting; and all other related and
necessary materials, work, and equipment required to construct the concrete
curb and gutter in accordance with the Drawings and Specifications. No
payment shall be made for replacement of materials damaged by the
CONTRACTOR in his operations.
12.
4-inch Rolled Curb
No unit measurement for payment shall be made for this item. No payment
will be made for items placed outside of the dimensions as shown on the
Drawings unless directed by the ENGINEER OWNER. The Total Bid Price
shall include all of the CONTRACTOR’s costs of whatsoever nature
associated with 4-inch Rolled Curb. The price bid shall include: furnishing
and placing the concrete; forming; furnishing and applying curing
compounds; finishing the edging the concrete surfaces; joints and joint
materials; furnishing and compacting all materials required for preparation of
a stable subbase; backfilling; curb painting; and all other related and
necessary materials, work, and equipment required to construct the concrete
curb and gutter in accordance with the Drawings and Specifications. No
payment shall be made for replacement of materials damaged by the
CONTRACTOR in his operations.
13.
4-foot Concrete Drain Pan and Apron
No unit measurement for payment shall be made for this item. No payment
will be made for items placed outside of the dimensions as shown on the
Drawings unless directed by the ENGINEER OWNER. The Total Bid Price
shall include all of the CONTRACTOR’s costs of whatsoever nature
associated with Concrete Drain Pan and Apron. The price bid shall include:
furnishing and placing the concrete; forming; furnishing coloring; furnishing
expansion joints; furnishing and applying the curing compounds; sawcutting
existing concrete or asphalt as required; sawcutting control joints; finishing
and edging the concrete surface; furnishing and compacting all materials
required for preparation of a stable subbase; backfilling; and, all other related
and necessary materials, work, and equipment required to construct the
concrete pan in accordance with the Drawings and Specifications.
14.
3-foot Concrete Drain Pan
No unit measurement for payment shall be made for this item. No payment
will be made for items placed outside of the dimensions as shown on the
Drawings unless directed by the ENGINEER OWNER. The Total Bid Price
shall include all of the CONTRACTOR’s costs of whatsoever nature
associated with Concrete Drain Pan. The price bid shall include: furnishing
and placing the concrete; forming; furnishing coloring; furnishing expansion
joints; furnishing and applying the curing compounds; sawcutting existing
concrete or asphalt as required; sawcutting control joints; finishing and
edging the concrete surface; furnishing and compacting all materials
required for preparation of a stable subbase; backfilling; and, all other related
and necessary materials, work, and equipment required to construct the
concrete pan in accordance with the Drawings and Specifications.
15.
Concrete Sidewalk
No unit measurement for payment shall be made for this item. Payment
will be made as work progresses. No payment will be made for items
placed outside of the dimensions as shown on the Drawings unless
directed by the ENGINEER OWNER. The Total Bid Price shall include all
of the CONTRACTOR’s costs of whatsoever nature associated with
Concrete Sidewalk. The price bid shall include: furnishing and placing the
concrete; forming; furnishing and applying curing compounds; finishing
the edging the concrete surfaces; joints and joint materials; furnishing and
compacting all materials required for preparation of a stable subbase;
backfilling; and, all other related and necessary materials, work, and
equipment required to construct the concrete flatwork in accordance with
the Drawings and Specifications. No measurement for payment shall be
made for replacement of materials damaged by the CONTRACTOR in his
operations.
16.
Aggregate Base Course
No unit measurement for payment shall be made for this item. The Total Bid
Price shall include full compensation for furnishing all labor, materials,
equipment, and incidentals and for doing all work involved in Aggregate Base
Course, complete-in-place, including supplying, placing and compacting
aggregate base course at proper moisture in accordance with the Drawings
and Specifications or as otherwise directed by the ENGINEER.
17.
Hot Bituminous Pavement-Grades S and SX (including striping)
No unit measurement for payment shall be made for this item. The Total Bid
Price shall include full compensation for furnishing all labor, materials,
equipment, and any other incidentals to Hot Bituminous Pavement-Grade S
and SX in accordance with the Contract Documents, complete-in-place; haul
from the suppliers source; placement of pavement to design dimensions;
subgrade preparation, excavation and embankment, including that required
for Aggregate Base Course and Fly Ash installation; placement; compaction;
striping; striping on concrete pavement; and, any other miscellaneous items
and work shown or reasonably implied on the Drawings and in the
Specifications for this work, and elsewhere in the Contract Documents.
18.
Fly Ash Stabilization
No unit measurement for payment shall be made for this item. The Lump
Sum Bid Price for Fly Ash Stabilization shall include full compensation for
furnishing all labor, materials, equipment, and incidentals and for placement,
amendment, compaction, and all incidental work involved in Fly Ash
Stabilization complete-in-place, including supplying and placing this item in
accordance with the Drawings and Specifications or as otherwise directed by
the ENGINEER OWNER.
19.
Rock Socks
No unit measurement for payment shall be made for this item. The Total Bid
Price shall include all of the contractor’s costs of whatsoever nature required
for supplying, installing, maintaining, removing the erosion control BMPs
(filters, rock socks, wattles, etc.), and all other related and necessary
materials, work, and equipment required to install erosion control BMPs in
accordance with the Drawings and Specifications.
20.
Straw Wattles
No unit measurement for payment shall be made for this item. The Total Bid
Price shall include all of the contractor’s costs of whatsoever nature required
for supplying, installing, maintaining, removing the erosion control BMPs
(filters, rock socks, wattles, etc.), and all other related and necessary
materials, work, and equipment required to install erosion control BMPs in
accordance with the Drawings and Specifications.
21.
Playground Equipment - Remove and Replace Basketball and
Tetherball Poles and Benches
No unit measurement for payment shall be made for this item. The Total Bid
Price shall include all of the CONTRACTOR’S costs of whatsoever nature.
The bid price shall include; removal, storage, excavation; backfill; concrete
pole and bench leg base; steel reinforcing; testing, asphalt patching and all
other related and necessary materials, work, and equipment required to
remove and reinstall playground poles and metal benches in accordance
with the Drawings and Specifications. No measurement for payment shall be
made for the replacement of materials damaged by the CONTRACTOR
outside of this operation.
Existing basketball and tetherball posts shall be reinstalled to the same
height to rim and top, respectively, as they had at removal.
22.
Signage – Handicap Parking Signs
No unit measurement for payment shall be made for this item. The Total Bid
Price shall include all of the CONTRACTOR’s cost of whatsoever nature to
complete the sign installation including: furnishing and transporting all
materials, labor, and equipment; furnishing and installing new signs;
backfilling and compaction topsoil replacement; and, all other related and
necessary materials, work, and equipment required to perform the work in
accordance with the Drawings and Specifications.
END OF SECTION
SECTION 01310
PROJECT MEETINGS
PART 1
1.01
GENERAL
SECTION INCLUDES
A.
Pre-Construction Conference: A Pre-Construction Conference will be held
after Notice of Award and before the Notice to Proceed; the date, time and
location will be determined after Notice of Award.
The conference shall be attended by:
1.
2.
3.
4.
CONTRACTOR and CONTRACTOR’s Superintendent
CONTRACTOR’s Surveyor and Subcontractors
OWNER
Others as requested by the CONTRACTOR or OWNER.
Unless previously submitted to the OWNER, the CONTRACTOR shall bring
to the conference a tentative schedule of the construction project, include in
the schedule shop drawings and other submittals.
The purpose of the conference is to designate responsible personnel and
establish a working relationship. Matters requiring coordination will be
discussed and procedures for handling such matters established. The
agenda will include:
1.
2.
3.
4.
5.
6.
7.
8.
9.
B.
CONTRACTOR’s tentative Schedule
Permit applications and submittals, including Erosion and
Sediment Control Plan, and Traffic Control Plan
Transmittal, review and distribution of CONTRACTOR’s submittals
Processing applications for payment
Maintaining record documents
Critical work sequencing
Field decision and change orders
Use of premises, office and storage areas, staging area, security,
housekeeping, and OWNER’s needs
CONTRACTOR’s assignment of safety and first aid
Construction Progress Meetings: Progress meetings will be conducted
weekly or at the discretion of the OWNER. These meetings shall be
attended by the OWNER, the CONTRACTOR’s representative and any
others invited by these people.
The meeting will be conducted by the OWNER and the OWNER will arrange
for keeping the minutes and distributing the minutes to all persons in
attendance.
The agenda of these project meetings will include construction progress,
the status of submittal reviews, the status of information requests, critical
work sequencing, review of strategies for connections into existing
facilities, status of field orders and change orders, and any general
business.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
SECTION 01320
CONSTRUCTION SCHEDULES
PART 1
1.01
GENERAL
SECTION INCLUDES
A.
Prepare detailed schedule of all construction operations and procurements to
be reviewed by parties attending the preconstruction conference.
Schedule shall be approved by the OWNER prior to Notice to Proceed.
1.02
FORMAT AND SUBMISSIONS
A.
Prepare construction and procurement schedules in a graphic format
suitable for displaying scheduled and actual progress.
B. Submit four (4) copies of each schedule to the OWNER for review.
The OWNER will return one copy to the CONTRACTOR with revisions
suggested or necessary for coordination of the Work with the needs of the OWNER
or others.
1.03
CONTENT
A.
Construction Progress Schedule
1.
Show the complete work sequence of construction by activity and
location.
2.
Show the dates for the beginning and completion of major task items.
At a minimum, show the following items for each phase of the
project:






3.
B.
Removal of existing asphalt pavement and landscape
materials;
Removal of existing concrete work (sidewalks, curb and gutter,
and drain pans);
Preparation of subgrade and grading;
Installation of new concrete work (driveway, entrance ramp,
sidewalk, curb and gutter, curb access ramp, and drain pans);
Installation of new asphalt pavement;
Pavement markings.
Show projected percentage of completion for each item as of the first
day of the month.
Report of delivery of equipment and materials.
1.
Show delivery status of critical and major items of equipment and
materials.
2.
1.04
PROGRESS REVISIONS
A.
C.
1.05
Include a schedule which includes the critical path for Shop
Drawings, tests, and other submittal requirements for equipment and
materials.
Submit revised schedules and reports when
changes are foreseen, when requested by OWNER, and with each
application for progress payment.
B.
Show changes occurring since previous submission.
1.
2.
Actual progress of each item to date.
Revised projections of progress and completion.
Provide a narrative report as needed to define:
1.
Anticipated problems, recommended actions, and their effects on the
schedule.
2.
The effect of changes on schedules of others.
OWNER'S RESPONSIBILITY
A.
OWNER's review is only for the purpose of checking conformity with the
Contract Documents and assisting CONTRACTOR in coordinating the Work
with the needs of the Project.
B.
It is not to be construed as relieving CONTRACTOR from any responsibility
to determine the means, methods, techniques, sequences and procedures of
construction as provided in the General Conditions.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
SECTION 01330
SUBMITTALS
PART 1
1.01
GENERAL
SECTION INCLUDES
A.
Requirements
1.
Where required by the Specifications, the CONTRACTOR shall
submit descriptive information that will enable the ENGINEER OWNER to determine
whether the CONTRACTOR’s proposed materials, equipment and methods of work
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 Specifications. In some
instances, specified submittal information describes some, but not all features of the
material, equipment, or method of work.
2.
The CONTRACTOR shall be responsible for the accuracy and
completeness of the information contained in each submittal and shall assure that
the material, equipment, or method of work shall be as described in the submittal.
The CONTRACTOR shall verify that all features of all products conform to the
requirements of the Drawings and Specifications. The CONTRACTOR shall ensure
that there is no conflict with other submittals and notify the ENGINEER OWNER in
each case where its submittal may affect the work of another CONTRACTOR or the
OWNER. The CONTRACTOR shall ensure coordination of submittals among the
related crafts and subcontractors.
3.
Submittals will be reviewed for overall design intent and returned to
CONTRACTOR with action to be indicated by the ENGINEER OWNER. It shall be
the CONTRACTOR’s responsibility to assure that previously accepted documents
are destroyed when they are superseded by a resubmittal as such.
4.
B.
It shall be the CONTRACTOR’s responsibility to ensure that
required items are corrected and resubmitted. Any work done
before approval shall be at the CONTRACTOR’s own risk.
Submittal Procedure
1.
Unless a different number is called for in the individual sections,
six (6) copies of each submittal and sample are required, four (4) of which will be
retained by the ENGINEER OWNER. The CONTRACTOR shall receive two (2)
copies in return. Faxed submittals will not be accepted.
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.
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.
4.
The right is reserved for the ENGINEER OWNER to require
submittals in addition to those called for in individual sections.
5.
Submittals regarding material and equipment shall be submitted
directly to the ENGINEER OWNER and will be accompanied by a transmittal form. A
separate form shall be used for each specific item, class of material, equipment, and
items specified in separate discrete sections for which the submittal is required.
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.
6.
A unique number, sequentially assigned, shall be noted on the
transmittal form accompanying each item submitted. 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 (i.e., A, B, or
C being the first, second and third resubmittals, respectively). Submittal 25B, for
example, is the second resubmittal of Submittal 25.
7.
If the CONTRACTOR proposes to provide material, equipment, or
method of work that deviates from the Contract Documents, it shall indicate so under
“deviations” on the transmittal form accompanying the submittal copies.
8.
Submittals that do not have all the information required to be
submitted, including deviations, are not acceptable and will be returned without
review.
C.
Review Procedure:
1.
Submittals are specified for those features and characteristics of
materials, equipment, and methods of operation that can be selected based on the
CONTRACTOR’s judgment of their conformance to the requirements of the Drawing
and Specifications. Other features and characteristics are specified in a matter that
enables the CONTRACTOR to determine acceptable options without submittals. The
review procedure is based on the CONTRACTOR’s guarantee that all features and
characteristics not requiring submittals conform to the Drawings and Specifications.
Review shall 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 Specifications) of
separate items, and as such, will not indicate approval of the assembly in which the
item functions.
2.
Unless otherwise specified, within twenty-one (21) calendar days after
receipt of the submittal, the ENGINEER OWNER will review the submittal and return
copies. The returned submittal will indicate one of the following actions:
a.
If the review indicates that the material, equipment, or work
method complies with the Specifications, submittal copies will
be marked “NO EXCEPTIONS TAKEN”. In this event, the
CONTRACTOR may begin to implement the work method or
incorporate the material or equipment covered by the
submittal.
b.
If the review indicates limited corrections are required, copies
will be marked “FURNISH AS NOTED”. The 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, the 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.
D.
If the review indicates that the material, equipment, or work
method do 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, the 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”.
Drawings
1.
The term “shop drawings” includes drawings, diagrams, layouts,
schematic, descriptive literature, illustrations schedules performance
and test data, and similar materials furnished by CONTRACTOR to
explain in detail specific portions of the work required by the Contract
2.
CONTRACTOR shall coordinate all such drawings, 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. Shop drawing
submitted to the ENGINEER OWNER without evidence of
CONTRACTOR’s approval will be returned for resubmission.
3.
Shop drawing shall be clearly identified with the name and project
number of this contract, and references to applicable specification
paragraphs and contract drawings. When catalog pages are
submitted, applicable items shall be clearly identified.
4.
CONTRACTOR shall stamp his approval on shop drawings prior to
submission to the ENGINEER OWNER as indication of his
checking and verification of dimensions and coordination with
interrelated items. Stamp shall read:
“(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
Specifications and Drawings, the Contract Documents, and
General Conditions”.
Marks on drawings by CONTRACTOR shall not be in red. Any marks
by CONTRACTOR shall be duplicated on all copies submitted.
E.
5.
If shop drawings show variations from contract requirements,
CONTRACTOR shall describe such variations in writing, separate
from the drawings, at time of submission. All such variations
must be approved by the ENGINEER OWNER. If ENGINEER
OWNER approves any such variations, he shall issue an
appropriate contract modification, except that, if the variation is
minor and does not involve a change in price or in time of
performance, a modification need not be issued.
6.
Should the CONTRACTOR propose any item on his shop
drawings or incorporate an item into the work, and that item should
subsequently prove to be defective or otherwise unsatisfactory,
(regardless of the ENGINEER’s OWNER’s preliminary review), the
CONTRACTOR shall, at his own expense, replace the item with
another item that will perform satisfactorily.
Certificates
For those items called for in individual sections, furnish six (6) certificates of
compliance from manufacturers or suppliers certifying that materials or
equipment being furnished under the Contract comply with the requirements
of these Specifications.
F.
Samples
Samples shall be sufficient in size to clearly illustrate functional
characteristics and full range of color, texture, and pattern.
G.
Effect of Review of CONTRACTOR’s Submittals
Review of drawings, data, methods of work, or information regarding
materials or equipment the CONTRACTOR proposes to provide, shall not
relieve the contractor of its responsibility for errors therein and shall not be
regarded as an assumption of risks or liability by the ENGINEER or the
OWNER, or by any officer or employee thereof, and the CONTRACTOR
shall have no claim under the Contract on account of the failure or partial
failure, of the method of work, material, or equipment so reviewed. A mark of
“NO EXCEPTIONS TAKEN” or “FURNISH AS NOTED” shall mean that the
OWNER has no objection to the CONTRACTOR, upon its own responsibility,
using the plan or method of work proposed, or providing the materials or
equipment proposed.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
SECTION 01425
STANDARD REFERENCES
PART 1
1.01
GENERAL
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, shall
mean the latest standard specification, manual, code, or laws or regulations in effect
at the time of opening of Bids, except as may be otherwise specifically stated.
However, no provision of any referenced standard, specifications manual or code
(whether or not specially incorporated by reference in the Contact Documents) shall
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 shall 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.
Whenever used in the Contract Documents, the following abbreviations will
have the meanings listed:
AASHTO
American Association of State Highway and Transportation
Officials
444 North Capital Street, N.W., Suite 225
Washington, DC 20001
ACI
American Concrete Institute
P. O. Box 19150
Detroit, MI
ACPA
American Concrete Pipe Association
AISC
American Iron and Steel Institute
150 East 42nd Street
New York, NY 10017
American Iron and Steel Institute
150 East 42nd Street
New York, NY 10017
AISI
ANSI
American National Standards Institute, Inc.
1430 Broadway
New York, NY 10017
AREMA
American Railway Engineering
and Maintenance-of-Way Association
8201 Corporate Drive, Suite 1125
Landover, MD 20785
ASCE
American Society of Civil Engineers
345 East 47th Street
New York, NY 10017
ASTM
American Society of Testing and Materials
1916 Race Street
Philadelphia, PA 19103
BOCA
Building Officials and Code Administrators
17926 Halstead
Homewood, IL 60430
CISPI
Cast Iron Soil Pipe Institute
CRSI
Concrete Reinforcing Steel Institute
180 North LaSalle Street
Chicago, IL 60601
CSI
Construction Specifications Institute
DIPRA
Ductile Iron Pipe Research Associations
EPA
Environmental Protection Agency
FEDSPEC
Federal Specifications
General Services Administration
Specification and Consumer Information
Distribution Branch
Washington Navy Yard, Building 197
Washington, DC 20407
FEDSTDS
Federal Standards (see FEDSPEC)
ICBO
International Conference of Building Officials
5360 South Workman Mill Road
Whittier, CA 90601
MILSPEC
Military Specifications
Naval Publications and Forms Center
5801 Tabor Avenue
Philadelphia, PA 19120
NIST
National Institute of Standards and Technology
NPC
National Plumbing Code
NSC
National Safety Council
OSHA
Occupational Safety and Health Act
U.S. Department of Labor
Occupational and Health Administration
San Francisco Regional Office
450 Golden Gate Avenue, Box 30617
PCA
Portland Cement Association
PCI
Prestressed Concrete Institute
PS
Products Standards Section - U.S. Depart. of Commerce
SSPC
Steel Structures Painting Council
SSPWC
Standard Specifications for Public Works Construction
Building News, Inc.
3055 Overhead Avenue
Los Angeles, CA 90034
TCA
Title Council of America
UBC
Uniform Building Code
Published by ICBO
UL
Underwriter’s Laboratory
207 East Ohio Street
Chicago, IL 60611
UMC
Uniform Mechanical Code
Published by ICBO
UPC
Uniform Plumbing Code
Published by IAPMO
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01450
MATERIALS TESTING
PART 1
1.01
1.02
SECTION INCLUDES
A.
Provide such equipment and facilities as are required for conducting field
tests and for collecting and forwarding samples. Do not use any materials or
equipment represented by samples until tests, if required, have been made
and the materials or equipment found to be acceptable. Any product which
becomes unfit for use after approval thereof shall not be incorporated into the
work.
B.
Tests shall be made by an accredited testing laboratory selected by the
OWNER. Except as otherwise provided, sampling and testing of all
materials and the laboratory methods and testing equipment shall be in
accordance with the latest standards and tentative methods of the American
Society for Testing Materials (ASTM), and the American Association of
Highway and Transportation Officials (AASHTO).
C.
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 these
procedures.
OWNER’S RESPONSIBILITIES
A.
1.03
GENERAL
The OWNER shall be responsible for and shall pay all costs in connection
with the following materials testing:
1.
Soils compaction tests.
2.
Trench backfill.
3.
Pipe and structural bedding.
4.
Tests not called for by the Specifications of materials delivered to the
site.
5.
Concrete tests.
6.
Asphalt pavement tests.
CONTRACTOR’S RESPONSIBILITIES
A.
In addition to those inspections and tests called for in the General
Conditions, CONTRACTOR shall also be responsible for preparing and
submitting to OWNER a materials testing schedule for the project and
coordinating all materials testing required for the following:
1.
All retesting for work or materials found defective or unsatisfactory,
including tests covered under 1.02 above.
1.04
TRANSMITTAL OF TEST REPORTS
Written reports of tests and engineering data furnished by CONTRACTOR for
ENGINEER’s OWNER’s review of materials and equipment proposed to be used in
the work shall be submitted as specified for Shop Drawings.
The testing laboratory retained by the OWNER will furnish three (3) copies of a
written report of each test performed by laboratory personnel in the field or
laboratory. Two (2) copies of each test report will be transmitted to the ENGINEER
OWNER and one (1) copy to the CONTRACTOR within seven (7) days after each
test is completed.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
SECTION 01555
TRAFFIC REGULATION
PART 1
1.01
1.02
SECTION INCLUDES
A.
Conformance: City of Fort Collins Traffic Control Regulations, Manual of
Uniform Traffic Control Devices (U.S. Department of Transportation), or
applicable statutory requirements of authority having jurisdiction. Fort
Collins regulations take precedence over Manual of Uniform Traffic
Control Devices.
B.
Operations on or about traffic areas and provisions for regulating traffic
will be subject to the regulation of governmental agencies having
jurisdiction over the affected areas.
C.
Keep traffic areas free of excavated material, construction equipment,
pipe, and other materials and equipment.
D.
Keep fire hydrants and water control valves free from obstruction and
available for use at all times.
E.
Conduct operations in a manner to avoid unnecessary interference with
public and private roads and drives.
TRAFFIC CONTROL PLAN
A.
1.03
GENERAL
If a Traffic Control Plan is provided in the Contract Documents, it is to be
used as a guideline for the CONTRACTOR. The CONTRACTOR shall
submit his own Traffic Control Plan for approval by the OWNER.
Adjustments to the approved plan may be required by the OWNER based on
actual traffic operation.
FLAGMEN
A.
Required where necessary to provide for public safety, or the regulation of
traffic, or by jurisdictional authorities.
B.
1.04
Shall be properly equipped and certified by ATSSA.
WARNING SIGNS AND LIGHTS
A.
Provide barricades and warning signs for:
1.
Open trenches and other excavations.
2.
Obstructions, such as material piles, equipment (moving or parked),
piled embankment.
1.05
B.
Illuminate by means of warning lights all barricades and obstructions from
sunset to sunrise.
C.
Protect roads and driveways by effective barricades on which are placed
acceptable warning signs.
D.
Barricades and warning signs must be acceptable to the ENGINEER
OWNER.
PARKING
A.
The CONTRACTOR shall designate parking areas with the approval of
the OWNER 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.
1.06
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.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
SECTION 01635
SUBSTITUTIONS AND PRODUCT OPTIONS
PART 1
1.01
GENERAL
SECTION INCLUDES
A.
Description
1.
This section describes the procedure required by the CONTRACTOR
for product substitutions.
2.
3.
Requests for Substitution
a.
Base all bids on materials, equipment and procedures
specified.
b.
Certain types of equipment and kinds of material are
described in specifications by means of trade names and
catalog numbers, and/or manufacturer’s names. Where
this occurs, it is not intended to exclude from consideration
such types of equipment and kinds of material bearing
other trade names, catalog numbers and/or manufacturer’s
names, capable of accomplishing purpose of types of
equipment or kinds of material specifically indicated.
c.
Other types of equipment and kinds of material may be
acceptable to the OWNER and ENGINEER.
d.
Types of equipment, kinds of material and methods of
construction, if not specifically indicated must be approved
in writing by ENGINEER and the OWNER.
Submission of Requests for Substitution
a.
After Notice to Proceed, the OWNER/ENGINEER will
consider written requests for substitutions of products,
materials, systems or other items.
b.
The ENGINEER OWNER reserves the right to require
substitute items to comply color and pattern-wise with base
specified items, if necessary to secure “design intent”.
c.
Submit six (6) copies of request for substitution. Include in
request:
1)
Complete data substantiating compliance of
proposed substitute with Contract Documents.
2)
For products:
i.
Product identification, including
manufacturer’s name.
3)
d.
4.
Manufacturer’s literature, marked to indicate
specific model, type, size, and options to be
considered: Product description;
performance and test data; reference
standards; difference in power demand;
dimensional differences for specified unit.
iii.
Name and address of similar projects on
which product was used, date of installation,
and field performance data.
For construction methods:
i.
Detailed description of proposed method.
ii.
Drawings illustrating methods.
4)
Itemized comparison of proposed substitution with
product or method specified.
5)
Data relating to changes in construction schedule.
6)
Relation to separate contracts.
7)
Accurate cost data on proposed substitution in
comparison with product or method specified.
In making request for substitution, or in using an approved
substitute item, Supplier/Manufacturer represents.
1)
He 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
will perform function for which it is intended.
2)
He will provide same guarantee for substitute item
as for product or method specified.
3)
He will coordinate installation of accepted
substitution into work, to include building
modifications if necessary, making such changes
as may be required for work to be complete in all
aspects.
4)
He waives all claims for additional costs related to
substitution which subsequently become apparent.
Substitutions
a.
5.
ii.
Request sufficiently in advance to avoid delay in construction.
CONTRACTOR’s Option
a.
For products specified only by reference standards, select
any product meeting standards by any manufacturer,
indicate selected type in submission.
6.
b.
For products specified by naming several products or
manufacturers, select any product and manufacturer
named, indicate selected type in submission.
c.
For products specified by naming one or more products,
but indicating 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.
Rejection of Substitution or Optional Item
a.
Substitutions and/or options will not be considered if:
1)
They are indicated or implied on shop drawings, or
project data submittals, without formal request
submitted in accordance with this section.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01650
MATERIAL DELIVERY, STORAGE, AND HANDLING
PART 1
1.01
GENERAL
SECTION INCLUDES
A.
Equipment, products and materials shall be shipped, handled, stored, and
installed in ways which will prevent damage to the items. Damaged items will
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
OWNER.
B.
Pipe: Pipe and appurtenances shall be handled, stored, and installed as
recommended by the manufacturer. Pipes with paint, tape coatings, linings or the
like shall be stored to protect the coating or lining from physical damage or other
deterioration. Pipe shipped with interior bracing shall have the bracing removed only
when recommended by the pipe manufacturer.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01710
SITE CONDITIONS
PART 1
1.01
GENERAL
SECTION INCLUDES
A. General
1. The CONTRACTOR acknowledges that he has satisfied himself as to the
nature and location of the work, the general and local conditions,
particularly those bearing upon access to the site; handling, storage, and
disposal of materials; availability of water, electricity and roads;
uncertainties of weather, river stages, or similar physical conditions at the
site; the conformation and conditions of the ground; the equipment and
facilities needed preliminary to and during the execution of the work; and
all other matters which can in any way affect the work or the cost thereof
under this Contract.
2.
The CONTRACTOR further acknowledges that he has satisfied himself as
to the character, quality and quantity of surface and subsurface materials
to be encountered from his inspection of the site and from reviewing any
available records of exploratory work furnished by the OWNER or
included in these Documents. Failure by the CONTRACTOR to acquaint
himself with the physical conditions of the site and all the available
information will not relieve him from responsibility for properly estimating
the difficulty or cost of successfully performing the work.
3.
The CONTRACTOR warrants that as a result of his examination and
investigation of all the aforesaid data that he can perform the work in a good
and workmanlike manner and to the satisfaction of the OWNER. The
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 therefore is assumed by
the OWNER.
PART 2
2.01
PRODUCTS
INFORMATION ON SITE CONDITIONS
A.
Any information obtained by the 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 the ENGINEER upon request. Such information is offered as
supplementary information only. Neither the ENGINEER nor the OWNER
assumes any responsibility for the completeness or interpretation of such
supplementary information.
1.
Differing Subsurface Conditions:
a. In the event that the subsurface or latent physical conditions are found materially
different from those indicated in these Documents, and differing materially from those
ordinarily encountered and generally recognized as inherent in the character of work
covered in these Contract Documents, the CONTRACTOR shall promptly, and before
such conditions are disturbed, notify the ENGINEER OWNER in writing of such
changed conditions.
b. The ENGINEER OWNER will investigate such conditions promptly and following
this investigation, the CONTRACTOR shall proceed with the work, unless otherwise
instructed by the ENGINEER OWNER. If the ENGINEER OWNER finds that such
conditions do so materially differ and cause an increase or decrease in the cost of or
in the time required for performing the work, the ENGINEER OWNER will
recommend to the OWNER the amount of adjustment in cost and time he considers
reasonable. The OWNER will make the final decision on all Change Orders to the
Contract regarding any adjustment in cost or time for completion.
2.
Underground Utilities:
a.
PART 3
3.01
Known utilities and structures adjacent to or encountered in
the work are shown on the Drawings. The locations shown
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.
Those shown are for the convenience of the CONTRACTOR
only, and no responsibility is assumed by either the OWNER
or the ENGINEER OWNER for their accuracy or
completeness.
EXECUTION
GENERAL
A.
Where the CONTRACTOR's operations could cause damage or
inconvenience to railway, telegraph, telephone, television, oil, gas, electricity,
water, sewer, or irrigation systems, the operations shall be suspended until
all arrangements necessary for the protection of these utilities and services
have been made by the CONTRACTOR.
B.
Notify all utility offices which are affected by the construction operation at
least 48 hours in advance. Under no circumstances expose any utility
without first obtaining permission from the appropriate agency. Once
permission has been granted, locate, expose, and provide temporary support
for all existing underground utilities.
C.
The CONTRACTOR shall protect all utility poles from damage. If interfering
power poles, telephone poles, guy wires, or anchors are encountered, notify
the ENGINEER OWNER and the appropriate utility company at least 48
hours in advance of construction operations to permit the necessary
arrangements for protection or relocation of the interfering structure.
D.
The CONTRACTOR shall be solely and directly responsible to the owner and
operators of such properties 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.
3.02
E.
Neither the OWNER nor its officers or agents shall be responsible to the
CONTRACTOR for damages as a result of the CONTRACTOR's failure to
protect utilities encountered in the work.
F.
If the CONTRACTOR while performing the Contract discovers utility facilities
not identified in the Drawings or Specifications, he shall immediately notify
the OWNER, utility, and the ENGINEER in writing.
G.
In the event of interruption to domestic water, sewer, storm drain, or other
utility services as a result of accidental breakage due to construction
operations, promptly notify the proper authority. Cooperate with said
authority in the restoration of service as promptly as possible and bear all
costs of repair.
H.
The CONTRACTOR shall replace, at his own 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 the
ENGINEER OWNER.
INTERFERING STRUCTURES
A.
3.03
FIELD RELOCATION
A.
3.04
The CONTRACTOR shall take necessary precautions to prevent damage to
existing structures whether on the surface, aboveground, or underground.
An attempt has been made to show major structures on the Drawings. The
completeness and accuracy cannot be guaranteed, and it is presented
simply as a guide to avoid known possible difficulties.
During the progress of construction, it is expected that minor relocations of
the work will be necessary. Such relocations shall be made only by direction
of the ENGINEER OWNER. If existing structures are encountered that
prevent the construction, and that are not properly shown on the Drawings,
notify the ENGINEER OWNER before continuing with the construction in
order that the ENGINEER OWNER may make such field revision as
necessary to avoid conflict with the existing structures. If the CONTRACTOR
shall fail to so notify the ENGINEER OWNER when an existing structure is
encountered, and shall proceed with the construction despite the
interference, he shall do so at his own risk.
EASEMENTS
A.
Where portions of the work are located on public or private property,
easements and permits will be obtained by the OWNER. Easements will
provide for the use of the property for construction purposes to the extent
indicated on the easements. Copies of these easements and permits are
available upon request to the OWNER. It shall be the CONTRACTOR's
responsibility to determine the adequacy of the easement obtained in every
case and to abide by all requirements and provisions of the easement. The
CONTRACTOR shall confine his construction operations to within the
easement limits or make special arrangements with the property owners or
appropriate public agency for the additional area required. Any damage to
property, either inside or outside the limits of the easements provided by the
OWNER, shall be the responsibility of the CONTRACTOR as specified
herein. The CONTRACTOR shall remove, protect, and replace all fences or
other items encountered on public or private property. Before final payment
will be authorized by the ENGINEER OWNER, the CONTRACTOR will be
required to furnish the OWNER with written releases from property owners or
public agencies where side agreements or special easements have been
made by the CONTRACTOR or where the CONTRACTOR's operations, for
any reason, have not been kept within the construction right-of-way obtained
by the OWNER.
B.
3.05
It is anticipated that the required easements and permits will be obtained
before construction is started. However, should the procurement of any
easement or permit be delayed, the CONTRACTOR shall schedule and
perform the work around these areas until such a time as the easement or
permit has been secured.
LAND MONUMENTS
A.
The CONTRACTOR shall notify the ENGINEER OWNER of any
existing Federal, State, Town, County, and private land monuments
encountered. Private monuments shall be preserved, or replaced by a
licensed surveyor at the CONTRACTOR's expense. When Government
monuments are encountered, the CONTRACTOR shall notify the
ENGINEER OWNER at least two (2) weeks in advance of the proposed
construction in order that the ENGINEER OWNER will have ample
opportunity to notify the proper authority and reference these monuments for
later replacement.
END OF SECTION
SECTION 01720
FIELD ENGINEERING AND SURVEYING
PART 1
1.01
GENERAL
SECTION INCLUDES
A.
Surveying: It shall be the responsibility of the CONTRACTOR to provide
construction staking for horizontal and vertical alignment of the centerline,
grading, and all appurtenant features of the work including all offset lines
necessary for construction. The CONTRACTOR shall be responsible for
staking the limits of construction.
All construction surveying provided by the CONTRACTOR shall be
completed under the supervision of a Colorado Registered Land
Surveyor.
The OWNER will provide the elevations and descriptions of the original
and temporary project benchmarks. The OWNER will also provide two (2)
additional benchmarks in a location within the limits of construction at the
request of the CONTRACTOR.
B.
Supervision: The CONTRACTOR shall have supervision, knowledge of
the project requirements and proper installation, and construction
procedures, available in the field at all times that work is progressing.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
SECTION 01745
ENVIRONMENTAL CONTROLS
PART 1
1.01
SECTION INCLUDES
A.
PART 2
2.01
GENERAL
The work of this section consists of obtaining permits and providing
environmental controls consistent with regulatory permits through the
duration of the work required under this project.
PRODUCTS
MATERIALS
A.
Dust Control
Dust control agents may be necessary in addition to wetting down with water.
Dust control agents may be used only after prior approval by the OWNER.
PART 3
3.01
3.02
DUST CONTROL APPLICATION
A.
The CONTRACTOR shall execute work by methods to minimize raising dust
from construction operations.
B.
The CONTRACTOR shall provide and apply dust control at all times,
including evenings, holidays and weekends, as required to abate dust
nuisance on and about the site that is a direct result of construction activities.
The use of non-approved chemicals, oil, or similar palliatives will not be
allowed. Dust control agents may be used only after prior approval of the
OWNER. The CONTRACTOR shall be required to provide sufficient
quantities of equipment and personnel for dust control sufficient to prevent
dust nuisance on and about the site.
C.
The OWNER will have authority to order dust control work whenever in its
opinion it is required, and there shall be no additional cost to the OWNER.
The CONTRACTOR shall be expected to maintain dust control measures
effectively whether the OWNER or ENGINEER OWNER specifically orders
such Work.
PRESERVATION OF NATURAL FEATURES
A.
3.03
EXECUTION
Confine operations as much as possible. Exercise special care to maintain
natural surroundings in an undamaged condition. Within the work limits,
barricade trees, rock outcroppings, and natural features to be preserved.
HOUSEKEEPING
A.
3.04
Keep project neat, orderly, and in a safe condition at all times. Store and use
equipment, tools, and materials in a manner that does not present a hazard.
Immediately remove all rubbish. Do not allow rubbish to accumulate.
Provide on-site containers for collection of rubbish and dispose of it at
frequent intervals during progress of work.
DISPOSAL
A.
Disposal of Waste (Unsuitable) Materials
All material determined by the ENGINEER OWNER to be waste will be
disposed of in approved landfill in a manner meeting all regulations. Dispose
of waste materials, legally, at public or private dumping areas. Do not bury
wastes inside of the limits of construction. All costs for dump fees, permits,
etc., to be borne by the CONTRACTOR.
B.
Disposal of Garbage and Other Construction Materials
Provide sanitary containers/dumpsters and haul away contents such that no
overflow exists.
3.05
C.
Excess excavation shall become the property of the CONTRACTOR and
shall be legally disposed of by him outside the limits of construction to an
approved disposal site. Excess excavated material suitable for backfill shall
not be disposed of until all backfill operations are complete.
D.
The CONTRACTOR is to immediately inform ENGINEER OWNER of any
hazardous materials encountered during construction. Dispose of waste
materials legally at private or public facilities.
BURNING
A.
3.06
WATER CONTROL
A.
3.07
No burning of debris will be permitted.
The project work is subject to periodic flooding due to rainfall and snowmelt,
flows from adjacent developed areas and storm water pipes and ground
water flows from saturated soils or other ground water sources. The
CONTRACTOR shall take all necessary steps to remove these flows from
the work site.
NOISE CONTROL
A.
All mechanical equipment shall be equipped with the best available mufflers
to reduce noise. The CONTRACTOR shall be responsible for obtaining any
necessary permits and shall limit noise to the permitted levels. Noise level
monitoring shall be performed by the CONTRACTOR as necessary to show
that the permitted levels are not being exceeded.
3.08
PERMITS
A.
B.
All work must be performed in accordance with all applicable regulatory
permits.
1.
It shall be the responsibility of the CONTRACTOR to obtain a
Construction Dewatering Permit from the Colorado State Health
Department for any dewatering operations that will be discharged into
any drainageways, open channels, or irrigation ditches. The
CONTRACTOR shall be responsible for any testing required under
the Construction Dewatering Permit.
2.
It shall be the responsibility of the CONTRACTOR to submit a
general permit application to the Colorado State Health Department
for stormwater discharges associated with construction activity and to
comply with all conditions of the permit. The CONTRACTOR shall
also submit a Stormwater Management Plan for review by the
OWNER.
The OWNER Will Obtain the Following Permits, if applicable
1.
Floodplain Use Permit
2.
Larimer County Right-of-Way Permit
3. All Applicable Railroad Permits
4.
Applicable 404 Permits
It shall be the responsibility of the CONTRACTOR to prepare and obtain an
approved Erosion and Sediment Control Plan from the OWNER. The
CONTRACTOR must obtain all other applicable permits.
END OF SECTION
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01780
CONTRACT CLOSEOUT
PART 1
1.01
GENERAL
SECTION INCLUDES
A.
The following project closeout procedure defines the responsibilities of the
CONTRACTOR, OWNER, and ENGINEER in closing the project.
Step 1: CONTRACTOR advises the ENGINEER OWNER in writing that he
has reached "Substantial Completion" and provides a list of items to be
completed or corrected.
Closeout may be conducted by areas or portions of the work if requested by
the OWNER.
Step 2: ENGINEER OWNER inspects the work to determine if it is
substantially complete, and issues a Certificate of Substantial Completion
plus a "Punch List" of items to be completed or corrected.
Substantial Completion - Definition
1.
Reference General Conditions, Substantial Completion
Step 3: CONTRACTOR completes and/or corrects all punch list items and
notifies the ENGINEER in writing that his work is ready for final inspection.
At this time, a final application for payment is submitted.
Step 4: ENGINEER OWNER makes final inspection. When the work is found to be
acceptable under the Contract Documents, and the Contract fully performed, the
Engineer will issue a final Certificate for Payment.
B.
Final Paperwork:
Prior to Final Payment and Acceptance, the CONTRACTOR shall deliver the
following items to the ENGINEER OWNER:
CONTRACTOR's Two Year Guarantee of Materials and Workmanship.
All Guarantees, Warranties and Submittals, as specified.
Receipts for Extra Materials Delivered to the OWNER.
Final Application for Payment.
Consent of Surety to Final Payment.
CONTRACTOR's Affidavit of Release of Liens.
Releases from Property Owners for Special Easements.
Project Record Documents.
Red-lined as-built drawings.
C.
Definitions
1.
Substantial Completion for South Bus Maintenance Facility
Parking/Driving Surface and Site Improvement Project shall be defined
as the completion of all asphalt pavement, concrete driveway, concrete
entrance ramp, pans, curb and gutter, sidewalk, bus canopy
pavement, bus canopy wheel stops, and pavement striping. The
parking lots, driveways, and bus canopies must be open to all
vehicular traffic.
2.
Final Completion shall be defined as the completion of all Work
including cleanup, Project Record Documents shall be turned over to
the OWNER, all punch list items completed, and all processing of all
change orders. The Work must be ready for final payment and
acceptance.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION
SECTION 02220
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
PART 1
1.01
GENERAL
SECTION INCLUDES
A.
This work consists of the removal and disposal of trees, slope and ditch
protection, abandoned utility services, curb, gutter, pipes, sidewalk,
appurtenances, fences, signs, 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.
Materials removed and not designated to be salvaged or incorporated into
the work shall become the property of the CONTRACTOR.
1.02
RELATED SECTIONS
A.
Section 02315 – Excavation and Embankment
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION
3.01
CONSTRUCTION REQUIREMENTS
A.
General: The 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 the OWNER.
B.
Salvable Material: All salvable material designated in the Contract or by the
ENGINEER OWNER to remain the property of the OWNER shall be
removed without damage, in sections or pieces which may be readily
transported, and shall be stockpiled by the CONTRACTOR at specified
locations within the project limits. The 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 the OWNER’s equipment by the CONTRACTOR.
C.
Signs and Traffic Signals: Removal of signs shall include removal of posts,
footings, pedestals, sign panels, and brackets. Concrete adhering to
salvable sign posts shall be removed.
Removal of sign panel shall include removal of the panel and its attachment
hardware from the existing installation and adjusting the spacing of the
remaining panels.
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 pole or pedestal pole 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: All concrete pavements, sidewalks,
structures, curbs, gutters, etc., designated for removal, shall be disposed of
off-site by the CONTRACTOR at his expense. Sawing of concrete and
asphalt shall be done to a true line, with a vertical face, unless otherwise
specified. The minimum depth of a saw cut shall be 2 inches. For reinforced
concrete, the minimum depth shall be 2 inches, or to the depth of the
reinforcing steel, whichever occurs first.
END OF SECTION
SECTION 02315
EXCAVATION AND EMBANKMENT
PART 1
1.01
SECTION INCLUDES
A.
1.02
1.03
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 must be excavated for the
project work. All work shall be completed in accordance with these
Specifications and the lines and grades on the Drawings.
DEFINITIONS
A.
Unclassified Excavation shall consist of the excavation of all materials of
whatever character required of the work, obtained within the right-of-way.
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 stones each having a volume of 1/2 cubic yard or more, as
determined by physical or visual measurement. It shall also include
replacement with approved material as required.
D.
Embankment Material shall consist of approved material acquired from
excavation or from outside sources, hauled and placed in embankments.
DESCRIPTION
A.
1.04
GENERAL
This work shall consist of excavation, disposal, placement, and compaction
of all material encountered within the limits of the work, and not being
completed under some other item, necessary for the construction of the
project in accordance with the Specifications and the lines, grades, and
typical cross-sections shown on the Drawings. All excavation will be
classified, “unclassified excavation”, or “muck excavation” or “rock
excavation”, as hereafter described. All embankment will be classified
“embankment material” as hereafter described.
QUALITY ASSURANCE
A.
Final topography and/or cross-sections will be surveyed of areas that are to
finished grade and compared to the design section for accuracy. Final grade
shall match design grades within the tolerances discussed in PART 3
EXECUTION.
PART 2
2.01
MATERIALS
A.
Embankment material may consist of approved material acquired from
excavations or material hauled from outside the project limits. Suitable
material identified on-site shall be used first for embankments and backfill.
Excess excavated native soils which are not used as embankment or backfill
shall become the property of the CONTRACTOR and shall be disposed of
off-site by the CONTRACTOR, in a location acceptable to the ENGINEER
OWNER.
B.
Muck excavation shall also include the replacement of excavated muck with
uniformly graded rock, riprap, on-site or imported soils, or other material
whichever is most suitable for the specific situation encountered. The
ENGINEER OWNER will determine which type of aggregate or other
material which shall be used after observing the specific site conditions.
PART 3
3.01
PRODUCTS
EXECUTION
GENERAL EXCAVATION/EMBANKMENT
A.
General: The excavation and embankment for the project work should be
finished to reasonably smooth and uniform surfaces. Variation from the
subgrade plane shall not be more than .08 feet in soil or more than .08 feet
above or .50 below in rock. Where bituminous or concrete surfacing
materials are to be placed directly on the subgrade, the subgrade plane shall
not vary more than 0.04 feet. Materials shall not be wasted without
permission of the ENGINEER OWNER. Excavation operations shall be
conducted so that material outside of the limits of slopes will not be
disturbed. Prior to beginning grading operations in any area, all necessary
clearing and grubbing in that area shall have been performed in accordance
with Section 02230 of these Specifications.
The CONTRACTOR shall notify the ENGINEER OWNER in sufficient time
before beginning excavation or embankment such that the necessary
topography and/or cross-sections may be taken. The CONTRACTOR shall
not excavate beyond the dimensions and elevations established, and
material shall not be removed prior to surveying the site.
When the CONTRACTOR’s excavating operations encounter remains of
pre-historic people’s dwelling sites or artifacts of historical or archaeological
significance, the operations, shall be temporarily discontinued. The
ENGINEER OWNER will contact archaeological authorities to determine the
disposition thereof. When directed, the 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. Such
excavation will be considered and paid for as extra work.
B.
Excavation:
1.
Unclassified: 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 the CONTRACTOR. Where material encountered within the limit of the
work is considered unsuitable for embankment (fills) on any portion of this project
work, such material shall be excavated as directed by the ENGINEER OWNER and
replaced with suitable fill material. All unsuitable excavated material from excavation
consisting of any type of debris (surface or buried), excavated rock, bedrock or rocks
larger than 6 inches in diameter and boulders shall be hauled from the project site
and disposed of by the CONTRACTOR at his expense. Debris is defined as
“anything that is not earth which exists at the job site”.
2.
Muck: Where excavation to the finished grade section results in a
subgrade or slopes of unsuitable soil, the ENGINEER OWNER may
require the CONTRACTOR to remove the unsuitable materials and
backfill to the finished graded section with approved material.
Disposal of the material shall be at the CONTRACTOR’s expense.
Good surface drainage shall be provided around all permanent cuts
to direct surface runoff away from the cut face.
3.
C.
Rock: Unless otherwise specified, rock shall be excavated to a
minimum depth of 0.5 feet 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 the ENGINEER
OWNER. Disposal of material and replacement with suitable
approved material shall be at the CONTRACTOR’s expense.
Embankment Construction: 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, the preparation of
subgrade for pavement, and the placing and compacting of embankment
material in holes, pits and other depressions within the project area. Only
approved materials shall be used in the construction of embankments and
backfills.
Approved materials shall consist of clean on-site cohesive soils or approved
imported soils. On-site materials should not be used without the approval of
the ENGINEER OWNER if select material is called for in the Drawings. Onsite cohesive soils are suitable for use as compacted fill provided the
following recommendations are met:
Percent Finer by Weight
Gradation
½-Inch
3/8-Inch
No. 4 Sieve
No. 200 Sieve



Liquid Limit
Plasticity Index
In-Situ Coefficient of Permeability
(min)
(ASTM C136)
100
70 – 100
50 – 100
60 (min)
35 (max)
20 (max)
1x10-6 cm/sec
On-site cohesive soils or imported soils should be placed and compacted
in horizontal lifts, using equipment and procedures that will produce
recommended moisture contents and densities throughout the lift and
embankment height. On-site or imported cohesive soils should be
compacted within a moisture content range of 2% below, to 2% above
optimum moisture content and compacted to 95% of the Maximum
Standard Proctor Density (ASTM D698).
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 1/2 width at a time, the slopes that are steeper than 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. Benching shall be well keyed and where practical a
minimum of 8 feet. Each horizontal cut shall begin at the intersection of the
original ground and the vertical sides of the previous cuts. Material thus cut
out shall be recompacted along with the new embankment material at the
CONTRACTOR’s expense.
The ground surface underlying all fills shall be carefully prepared by
removing all organic matter, scarification to a depth of 8 inches and
recompacting to 95% of the Maximum Standard Proctor Density (ASTM
D698) at optimum moisture content + or - 2% prior to fill placement.
Embankment material shall be placed in horizontal layers not exceeding 8
inches (loose measurement) and shall be compacted to 95% of the
Maximum Standard Proctor Density (ASTM D698) at optimum moisture
content + or - 2%. Effective spreading equipment shall be used on each lift
to obtain uniform thickness prior to compacting. As the compaction of each
layer progresses, continuous leveling and manipulating will be required to
assure uniform density.
For embankments which serve as berms, the downstream portion shall be
“keyed” into the subsurface soils a minimum of 3 feet to enhance the stability
of the slope.
Materials which are removed from excavations beneath the water table may
be over the optimum moisture content and will require that they be dried out
prior to reusing them.
Cross hauling or other action as appropriate will be ordered when necessary
to insure that the best available material is placed in critical areas of
embankments, including the top 2 feet of all embankments. No additional
payment will be made for cross hauling ordered by the ENGINEER OWNER.
Frozen materials shall not be used in construction of embankments.
During the construction of the channels, the channel bottom shall be
maintained in such condition that it will be well drained at all times.
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 due to 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 the ENGINEER OWNER and in
accordance with the Drawings and Specifications at the CONTRACTOR’s
sole expense. Removed unsuitable materials shall be hauled away and
disposed of at the CONTRACTOR’s expense. Placing of replacement
materials for removed unsuitable materials shall be purchased, placed and
compacted at the CONTRACTOR’s expense.
D.
Proof rolling with a heavy rubber tired roller will be required, if designated on
the Drawings or when ordered by the ENGINEER OWNER. 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
the CONTRACTOR’s expense.
Proof rolling shall be done with equipment and in a manner acceptable to the
ENGINEER OWNER. Proof rolling as shown on the Drawings or as ordered
by the ENGINEER OWNER 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.
Poor foundation material for any of the work shall be removed, by the
CONTRACTOR, as directed by the ENGINEER OWNER. The
CONTRACTOR will be compensated for removal and replacement of such
materials in accordance with Muck Excavation.
The CONTRACTOR is cautioned that construction equipment may cause the
natural soils to pump or deform while performing excavation work inside and
on footings, structural floor slabs, or other structure foundation areas.
Foundation materials which are: a) saturated by either surface or subsurface
flows due to the lack of adequate water control or dewatering work by the
CONTRACTOR; b) frozen for any reason; or, c) that are disturbed by the
CONTRACTOR’s work or caused to become unacceptable for foundation
material purposes by means of the CONTRACTOR’s equipment, manpower,
or methods of work shall be removed and replaced by the CONTRACTOR at
his expense.
Dewatering should not be conducted by pumping from inside footing,
structural floor slab, or other structure foundation limits. This may decrease
the supporting capacity of the soils.
Care should be taken when excavating the foundations to avoid disturbing
the supporting materials. Excavation by either hand or careful backhoe soil
removal, may be required in excavating the last few inches of material to
obtain the subgrade of any item of the concrete work.
Any over-excavated subgrades that are due to the CONTRACTOR’s actions,
shall be brought back to subgrade elevations by the CONTRACTOR and at
his expense in the following manner:
1.
For over-excavations of 2 inches or less, either: Backfill and compact
with an approved granular materials; backfill with 1/2 inch crushed
rock; or fill within concrete at the time of the appurtenant structure
concrete pour.
2.
For over-excavations greater than 2 inches, backfill and compact with
an approved granular material.
All granular footings, structural floor slabs, or other structure areas shall be
compacted with a vibratory plate compactor prior to placement of concrete,
reinforcing, or bedding materials.
Backfill, and fill within 3 feet of, or adjacent to, all structures and for full height
of the walls, shall be selected non-swelling material. It shall be granular, well
graded, and free from stones larger than 2 inches. Material may be job
excavated, but selectivity will be required as determined by the ENGINEER
OWNER. Stockpiled material, other than topsoil from the excavation shall be
used for backfilling unless an impervious structural backfill is specified. The
backfill material shall consist of either clean on-site granular materials free of
stones larger than 2 inches in diameter with no more than 20% passing the
No. 200 sieve, or equivalent imported materials. All backfill around the
structures shall be consolidated by mechanical tamping. The material shall
be placed in 6-inch loose lifts within a range of 2% above to 2% below the
optimum moisture content and compacted to 95% of Maximum Standard
Proctor Density (ASTM D698) for cohesive soils, or to 75% relative density
for pervious material as determined by the relative density of cohesionless
soils test, ASTM D4253.
When specified on the Drawings or as required by the ENGINEER OWNER,
Class I structural backfill shall meet the following gradation requirements:
Sieve Size
2-Inch
No. 4
No. 50
No. 200
% by Weight Passing
Square Mesh Sieves
100
30 - 100
10 – 60
5 – 20
In addition, this material shall have a liquid limit not exceeding 35 and a
plasticity index of not over 6.
Impervious structural backfill, where shown or specified, shall consist of
material having 100% finer than 2 inches in diameter and a minimum of 30%
passing a No. 200 U.S. Standard Sieve. The material shall be placed in 6inch loose lifts within a range of 2% above to 2% below the optimum
moisture content and compacted to 95% of Maximum Standard Proctor
Density for cohesive soils as determined by ASTM D698.
END OF SECTION
SECTION 02340
FLY ASH STABILIZATION
PART 1
1.01
GENERAL
SECTION INCLUDES
This section covers treating the subgrade, existing subbase or existing base by
pulverization, adding Class "C" fly ash, mixing and compacting of the mixed material
to the required density. This item applies to natural ground or embankment and shall
be constructed as specified herein and in conformity with the typical sections, lines
and grades as shown on the plans or as established by the Engineer.
1.02
RELATED SECTIONS
A.
1.03
SUBMITTALS
A.
PART 2
2.01
Section 02740 – Asphalt Pavement
The CONTRACTOR shall cooperate with the ENGINEER OWNER in
obtaining and providing samples of all specified materials.
The
CONTRACTOR shall submit certified laboratory test certificates for all items
required in this section.
PRODUCTS
MATERIALS
A.
Fly Ash
Fly ash shall meet ASTM Specification 618, Section 3.2, when sampled and tested in
accordance with Sections 4, 6 and 8, unless otherwise shown on the plans. Fly ash
shall be of the Class "C" designation containing a minimum of 25 percent CaO.
B.
Water
The water used in the stabilized mixture shall be clean, clear, free of sewage,
vegetable matter, oil, acid and alkali. Water known to be potable may be used
without testing. All other sources shall be tested in accordance with AASHTO T-26
and approved by the ENGINEER OWNER.
2.02
EQUIPMENT
A. The machinery, tools and equipment necessary for proper prosecution of the work
shall be on the project site and approved by the ENGINEER OWNER prior to the
beginning of construction operations. All machinery, tools and equipment used shall
be maintained in a satisfactory and workmanlike manner.
B. Fly ash shall be stored and handled in closed weatherproof containers until
immediately before distribution on the road. If storage bins are used, they shall
be completely enclosed.
C. If fly ash is furnished in trucks, each truck shall have the weight of fly ash certified
on public scales or the Contractor shall place a set of standard platform truck
scales or hopper scales at a location approved by the ENGINEER OWNER.
PART 3
3.01
EXECUTION
GENERAL
A.
3.02
It is the primary purpose of this specification to secure a completed
course of treated material which contains a uniform fly ash/soil
mixture with no loose or segregated areas; has a uniform density and
moisture content; is well bound for its full depth; and, has a smooth
surface suitable for placing subsequent courses. It shall be the
responsibility of the Contractor to regulate the sequence of his work;
to process a sufficient quantity of material to provide full depth as
shown on plans; to use the proper amounts of fly ash; to maintain the
work; and, to rework the courses as necessary to meet the above
requirements.
PREPARATION OF SUBGRADE
A. Before other construction operations are begun, the subgrade shall be graded
and shaped to enable the fly ash treatment of materials in place, in conformance with
the lines, grades, and thickness shown on the plans. Unsuitable soil or materials
shall be removed and replaced with acceptable material.
The subgrade shall be firm and able to support, without
displacement, the construction equipment and the compaction
hereinafter specified. Soft or yielding subgrade shall be corrected
and made stable by scarifying, adding fly ash, and compacting until it
is of uniform stability.
If the Contractor elects to use a cutting and pulverizing machine that
will remove the subgrade material accurately to the secondary grade
and pulverize the material at the same time, he will not be required to
expose the secondary grade nor windrow the material. However, the
Contractor shall be required to roll the subgrade, as directed by the
ENGINEER OWNER, before using the pulverizing machine and
correct any soft areas that this rolling may reveal. This method will
be permitted only where a machine is provided which will ensure that
the material is cut uniformly to the proper depth and which has
cutters that will plane the secondary grade to a smooth surface over
the entire width of the cut. The machine shall be of such design that
visible indication is given at all times that the machine is cutting to the
proper depth.
3.03
APPLICATION
A. The fly ash shall be spread by an approved spreader at the rates shown on the
plans or as directed by the ENGINEER OWNER. A motor grader shall not be used to
spread the fly ash. The fly ash shall be distributed at a uniform rate and in such
manner as to reduce
the scattering of fly ash by wind to a minimum. Fly ash
shall not be applied when wind conditions, in the opinion of the ENGINEER OWNER,
are such that blowing fly ash becomes objectionable to traffic or adjacent property
owners.
3.04
MIXING
A.
The soil and fly ash shall be thoroughly mixed by approved rotary
mixers or other approved equipment, and the mixing continued until,
in the opinion of the ENGINEER OWNER, a homogeneous, friable
mixture of soil and fly ash is obtained, free from all clods or lumps.
Initial mixing after the addition of fly ash will be accomplished dry or
with a minimum of water to prevent fly ash balls. Water required to
achieve the specified moisture content for the mixture should be
added after initial mixing.
If the soil fly ash mixture contains clods, they shall be reduced in size
by raking, blading, disking, harrowing, scarifying or the use of other
approved pulverization methods so that when all nonslaking
aggregates retained on the No. 4 sieve are removed, the remainder
of the material shall meet the following requirements when tested at
the field moisture condition or dry by laboratory sieves:
Minimum Passing 1-3/4 inch sieve
Minimum Passing No. 4 sieve
100 percent
60 percent
During final mixing, water shall be added to the materials as directed
by the ENGINEER OWNER, until the proper moisture content has
been secured. Water shall be added through the pulverizing
machine or other method acceptable to the ENGINEER OWNER to
develop a uniform, controlled rate addition of the needed moisture.
Final moisture content of the mix, prior to compaction, shall not
exceed the optimum moisture content of the mix by more than 2
percent nor by less than the optimum by more than 4 percent.
Should the natural moisture content of the soil be above the specified
range, aeration of the soil may be required prior to addition of the fly
ash.
3.05
COMPACTION
A.
Compaction of the mixture shall begin immediately after final mixing
of the fly ash and be completed within one hour following addition of
fly ash and water. The material shall be sprinkled as necessary to
maintain the optimum moisture. Compaction of the mixture shall
begin at the bottom and shall continue until the entire depth of
mixture is uniformly compacted to a specified density.
All non-uniform (too-wet, too dry or insufficiently treated) areas which
appear shall be corrected immediately by scarifying the areas
affected, adding or removing material as required and reshaping the
recompacting by sprinkling and rolling. The surface of the course
shall be maintained in a smooth condition, free from undulations and
ruts, until other work is placed thereon or the work is accepted.
The stabilized section shall be compacted to the extent necessary to provide the
density specified below:
Description
For fly ash treated subgrade, existing
subbase or existing base that will receive
subsequent subbase or base courses
For fly ash treated subbase or base
that will receive surface course
Not less than 95 percent
maximum dry density
(ASTM D-698)
Not less than 98 percent
maximum dry density
(ASTM D-698)
In addition to the requirements specified for density, the full depth of the material
shown on the plans shall be compacted to the extent necessary to remain firm and
stable under construction equipment. After each section is completed, the
ENGINEER OWNER will make tests as necessary. If the material fails to meet the
density requirements, the ENGINEER OWNER may require it to be reworked as
necessary to meet those requirements or require the Contractor to change his
construction methods to obtain required density on the next section. Throughout this
entire operation the shape of the course shall be maintained by blading, and the
surface, upon completion, shall be smooth and in conformity with the typical section
shown on the plans and to the established lines and grades. Blading should be
terminated within two hours after blending of the fly ash. Should the material, due to
any reason or cause, lose the required stability, density and finish before the next
course is placed or the work is accepted, it shall be reprocessed, recompacted and
refinished at the sole expense of the Contractor. Reprocessing shall follow the same
pattern as the initial stabilization, including the addition of fly ash.
3.06
FINISHING, CURING AND PREPARATION FOR SURFACING
A. After the final layer or course of the treated subgrade, subbase or base has been
compacted, it shall be brought to the required lines and grades in accordance with
the typical sections.
1.
The resulting base surface shall be thoroughly rolled with a
pneumatic tire roller and "clipped", "skinned" or "tight bladed"
by a power grader to a depth of approximately 1/4 inch,
removing all loosened stabilized material from the section.
Recompaction of the loose material should not be attempted.
The surface shall then be thoroughly compacted with the
pneumatic roller, adding small increments of moisture as
needed during rolling. If plus No. 4 aggregate is present in
the mixture, one complete coverage of the section with the fat
wheel roller shall be made immediately after the "clipping"
operation. When directed by the ENGINEER OWNER,
surface finishing methods may be varied from this procedure
provided a dense, uniform surface, is produced. The
moisture content of the surface material must be maintained
within the specified range during all finishing operations.
Surface compaction and finishing shall proceed in such a
manner as to produce, in not more than two hours, a smooth,
closely knit surface, free of cracks, ridges or loose material
conforming to the crown, grade and line shown on the plans.
2.
After the fly ash treated course has been finished as specified
herein, the surface shall be protected against rapid drying by
either of the following curing methods for a period of not less
than three days or until the surface or subsequent courses
are placed:
a.
Maintain in a thorough and continuously moist
condition by sprinkling.
b.
Apply a two-inch layer of earth on the completed
course and maintain in a moist condition.
c.
Apply an asphalt membrane to the treated course,
immediately after same is completed. The quantity
and type of asphalt approved for use by the
ENGINEER OWNER shall be sufficient to completely
cover and seal the total surface of the base between
crown lines and all voids. If the Contractor elects to
use this method, it shall be the responsibility of the
contractor to protect the asphalt membrane from
being picked up by traffic by either sanding or dusting
the surface of same. The asphalt membrane may
remain in place when the proposed surface or other
base courses are placed. Asphaltic emulsions are not
acceptable for the asphaltic membrane.
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 02360
EROSION AND SEDIMENT CONTROL
PART 1
1.01
1.02
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 the ENGINEER OWNER, and as shown on
the Drawings.
B.
The Erosion Control Plan presented in the Drawings were reviewed and
approved by the OWNER and serves as a minimum for the requirements of
erosion control during construction. The 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 the CONTRACTOR
shall provide additional measures as required to obtain the required
protection. The CONTRACTOR shall include in his 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.
SUBMITTALS
A.
Construction schedule for Erosion Control per subsection 3.01
B.
Sequencing Plan per subsection 3.12
PART 2
2.01
GENERAL
PRODUCTS
MATERIALS
A.
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. All
materials shall be submitted for approval prior to installation.
B.
Temporary grass cover (if required) shall be a quick growing species suitable
to the area, which will provide temporary cover and will not later compete
with the grasses sown for permanent cover. All grass seed shall be
approved by the ENGINEER OWNER prior to installation.
C.
Fertilizer and soil conditioners shall be approved by the ENGINEER OWNER
prior to installation.
PART 3
3.02
EXECUTION
3.01
CONSTRUCTION REQUIREMENTS
A.
When so indicated in the Contract Documents, or when directed by the
ENGINEER OWNER, the CONTRACTOR shall prepare construction
schedules for accomplishing temporary erosion control work. These
schedules shall be applicable to clearing and grubbing, grading, structural
work, construction, etc. He shall also submit for acceptance his proposed
method of erosion control on haul roads and borrow pits and his plan for
disposal of waste material. Work shall not be started until the erosion control
schedules and methods of operations have been accepted.
B.
The CONTRACTOR will be required to incorporate all permanent erosion
control features into the project at the earliest practicable time as outlined in
his accepted schedule. Temporary erosion control measures will then be
used to correct conditions that develop during construction.
C.
The erosion control features installed by the CONTRACTOR shall be
adequately maintained by him until the project is accepted.
D.
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.
PERMITS AND COMPLIANCE
A.
If necessary, the CONTRACTOR must apply for and obtain a Construction
Dewatering Permit from the Colorado Department of Health. All costs for this
permit shall be the responsibility of the CONTRACTOR. This permit requires
that specific actions be performed at designated times. The CONTRACTOR
is legally obligated to comply with all terms and conditions of the permit
including testing for effluent limitations.
The CONTRACTOR shall also apply for and obtain a stormwater discharge permit
for construction activities, if applicable. The CONTRACTOR shall comply with and
pay for any and all requirements set forth in the permit.
The CONTRACTOR shall allow the Colorado Department of Health or other
representatives to enter the site to test for compliance with the permit. Non
compliance with the permit can result in stoppage of all work.
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 he has the ultimate responsibility for providing
adequate erosion control and water quality for the duration of the project.
3.03
STABILIZATION OF DISTURBED AREAS
A.
3.04
PROTECTION OF ADJACENT PROPERTIES
A.
3.05
Temporary sediment control measures shall be established within 5 days
from time of exposure/disturbance. Permanent erosion protection measures
shall be established within 5 days after final grading of areas.
Properties adjacent to the site of a land disturbance shall be protected from
sediment deposition. In addition to the erosion control measures required on
the Drawings, perimeter controls may be required if damage to adjacent
properties is likely. Perimeter controls include, but are not limited to, a
vegetated buffer strip around the lower perimeter of the land disturbance,
sediment barriers such as straw bales and silt fences; sediment basins; or a
combination of such measures. Vegetated buffer strips may be used only
where runoff in sheet flow is expected and should be at least 20 feet in width.
TIMING AND STABILIZATION OF SEDMENT AND EROSION CONTROL
MEASURES
A.
3.06
STABILIZATION OF WATERWAYS AND OUTLETS
A.
3.07
All on-site stormwater conveyance channels used by the CONTRACTOR for
temporary erosion control purposes shall be designed and constructed with
adequate capacity and protection to prevent erosion during storm and runoff
events. Stabilization adequate to prevent erosion shall also be provided at
the outlets of all pipes and channels.
STORM SEWER INLET PROTECTION
A.
3.08
Sediment barriers, perimeter dikes, and other measures intended to either
trap sediment or prevent runoff from flowing over disturbed areas must be
constructed as a first step in grading and be made functional before land
disturbance takes place. Earthen structures such as dams, dikes, and
diversions must be stabilized within 5 days of installation. Stormwater outlets
must also be stabilized prior to any upstream land disturbing activities.
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.
WORKING IN OR CROSSING WATERCOURSES AND WETLANDS
A.
Construction vehicles should be kept out of watercourses to the extent
possible. Where in-channel work is necessary, precautions must be taken to
stabilize the work area during construction to minimize erosion. The channel
(including bed and banks) must always be restabilized immediately after inchannel work is completed.
B.
3.09
CONSTRUCTION ACCESS ROUTES
A.
3.10
The CONTRACTOR shall submit a sequencing plan for approval for erosion
control in conformance with his overall Construction Plan for approval by the
OWNER. Changes to the Erosion Control Sequencing Plan may be
considered by the OWNER only if presented in writing by the
CONTRACTOR.
SUBSTANTIAL COMPLETION OF EROSION CONTROL MEASURES
A.
3.14
All temporary and permanent erosion and sediment control practices must be
maintained and repaired as needed to assure continued performance of their
intended function.
SEQUENCING
A.
3.13
All temporary erosion and sediment control measures shall be disposed of
within 30 days after final site stabilization is achieved or after the temporary
measures are no longer needed as determined by the OWNER. Trapped
sediment and other disturbed soil areas resulting from the disposition of
temporary measures shall be permanently stabilized to prevent further
erosion.
MAINTENANCE
A.
3.12
Wherever construction vehicles enter or leave a construction site, a
Stabilized Construction Entrance is required. Where sediment is transported
onto a public road surface, the roads shall be cleaned thoroughly at the end
of each day. Sediment shall be removed from roads by shoveling or
sweeping and be transported to a sediment controlled disposal area. Street
washing shall be allowed only after sediment is removed in this manner.
DISPOSITION OF TEMPORARY MEASURES
A.
3.11
Where a live (wet) watercourse must be crossed by construction vehicles
during construction, a Temporary Stream Crossing must be provided for this
purpose.
At the time specified in the Contract Documents, and subject to compliance
with specified materials and installation requirements, the CONTRACTOR
will receive a Substantial Completion Certificate for temporary erosion control
measures.
MAINTENANCE OF EROSION CONTROL MEASURES AFTER SUBSTANTIAL
COMPLETION
A.
3.15
The CONTRACTOR will be responsible for maintaining temporary erosion
control measures as specified in the Drawings and Contract Documents until
such time as the disturbed drainage area has stabilized as determined by the
ENGINEER and the OWNER.
FINAL COMPLETION AND ACCEPTANCE OF EROSION CONTROL
MEASURES
A.
After the ENGINEER OWNER has determined that the drainage area has
stabilized, the CONTRACTOR shall remove all remaining temporary erosion
control measures. Any damage to the site shall be repaired to the
satisfaction of the ENGINEER OWNER and at no cost to the OWNER.
END OF SECTION
SECTION 02710
AGGREGATE BASE COURSE
PART 1
1.01
SECTION INCLUDES
A.
1.02
Section 02315 – Excavation and Embankment
SUBMITTALS
A.
PART 2
2.01
The worked to be performed includes the preparation of the aggregate base
course foundation; the production, stockpiling, hauling, placing and
compacting aggregate base course.
RELATED SECTIONS
A.
1.04
GENERAL
The CONTRACTOR shall cooperate with the ENGINEER in obtaining and
providing samples of all specified materials. The CONTRACTOR shall
submit certified laboratory test certificates for all items required in this
section.
PRODUCTS
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 M 147 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:
Sieve
Designation
Percentage by Weight Passing Square Mesh Sieves
Class
1
-----
4 inch
3 inch
2 1/2 inch
2 inch
1 1/2 inch
100
95 100
---
1 inch
LL < 35
Class Class
2
3
100
--95 --100
-----------
---
---
---
---
3/4 inch
---
---
---
No. 4
---
---
No. 8
30 65
---
---
---
No. 200
3 - 15
3 - 15
Class
4
-----
LL < 30
Class Class
5
6
---------
-----
100
100
-----
-----
-----
90 100
---
100
---
---
95 100
---
---
100
100
---
30 65
25 55
3 - 12
---
50 90
30 50
---
30 70
---
20
3 - 12 3 - 15
max.
Note: Class 3 materials shall consist of bank or pit run material.
2.02
Class 7
20 - 85
5 – 15
EQUIPMENT
A.
General: Equipment shall be capable of legally 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
the ENGINEER the work fails to meet the requirements of this specification.
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.
PART 3
3.01
EXECUTION
PREPARATION OF FOUNDATION
A.
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.
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.
For aggregate base course roads and parking areas, the top six-inches of
topsoil shall be stripped within the area to be aggregate surfaced. Following
stripping of the topsoil, the upper 12 inches of the subgrade shall be scarified
and compacted to a minimum of 95% of the Maximum Standard Proctor
Density (ASTM D698). On-site material may be used as accepted by the
ENGINEER, for compacted fill for the aggregate base course. Fill shall be
placed within 2% of optimum moisture content and compacted to a minimum
of 95% of the Maximum Standard Proctor Density (ASTM D698).
Aggregate base course used as a foundation for pavements shall be placed
on the subgrade within two percent of optimum moisture and compacted to a
minimum of 95% of the Maximum Standard Proctor Density (ASTM D698).
The top six inches of topsoil shall be stripped within the area to be aggregate
surfaced. Following stripping of the topsoil, the upper 12 inches of the
subgrade shall be scarified and compacted to a minimum of 95% of the
Maximum Standard Proctor Density (ASTM D698). On-site material may be
used, as accepted by the ENGINEER, for compacted fill for the aggregate
base course. Fill shall be placed within 2% of optimum moisture content and
compacted to a minimum of 95% of the Maximum Standard Proctor Density
(ASTM D698). Deviations in aggregate base course under pavements of
more than 1/4 inch in 10 feet, measured with a 10-foot straight edge, shall be
corrected prior to pavement construction.
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.
After the specified compaction has been obtained, the subgrade under the
curb, gutter, sidewalk and pavement shall be proof-rolled with a heavily
loaded rubber tire roller, fully loaded water truck, or other approved
equipment. Those areas which produce a rut depth of over ½ inch or which
crack the subgrade after pumping and rebounding shall be ripped, scarified,
wetted or dried if necessary, and recompacted to the requirements for
density and moisture at the CONTRACTOR’S expense. Where unsuitable
material is encountered, the ENGINEER may require the CONTRACTOR to
remove the unsuitable materials and backfill to the finished grade with
approved material. The completed subgrade shall be proof-rolled again after
placement of approved material.
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.
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 and
reworked and compacted as necessary.
The ENGINEER shall direct the 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.
3.02
EARTH SUBGRADE
A.
3.03
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 inches in greatest dimension shall be
removed.
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 coarse
exceeds six inches, the base shall be constructed in two or more layers of
approximate equal thickness. The maximum compacted thickness of any
one layer shall not exceed six inches.
Each layer shall be constructed as far in advance of the succeeding layer
as the 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.
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 of Section
3.01 is reached. The surface of each layer shall be maintained during
compaction operations in such a manner that a uniform texture is produced
and aggregates firmly keyed.
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.
The surface of each layer shall be kept true and smooth at all times.
3.05
MIXING
A.
General: Unless otherwise specified, the 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 an 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 that 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. The CONTRACTOR will not be compensated for materials
not recovered as determined by the ENGINEER.
Materials shall not be deposited on the pavement or surfacing during placing
unless specifically permitted by the ENGINEER.
The base course material as placed shall be spread and compacted to the
required density in layers not exceeding six 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
SECTION 02740
ASPHALT PAVEMENT
PART 1
1.01
SECTION INCLUDES
A.
1.02
Section 02340 – Fly Ash Stabilization
QUALITY ASSURANCE
A.
Test samples will be taken in the field by the OWNER’s independent testing
service. Mix designs and material samples are to be submitted for review at
least 4 weeks prior to material placement. All sampling and testing shall be
done in accordance with the latest methods of AASHTO, unless otherwise
specified.
B.
When placing the asphalt trench patch, saw cutting of the existing asphalt
will not be permitted within the wheel path of a travel lane. All asphalt
patches shall conform to the specifications outlined in the City of Fort Collins
Design and Construction Standards for Streets of Public Right-of-way,
“Construction Details” section.
PART 2
2.01
This section covers paving of all new and existing asphalt surfaces. Existing
pavement is to be replaced with similar material as herein set forth.
RELATED SECTIONS
A.
1.03
GENERAL
PRODUCTS
MATERIALS
A.
Cationic Emulsified Asphalt: The cationic emulsified asphalt for the tack coat
shall be CSS-1h and shall meet the requirements of AASHTO M 208 (ASTM
C 2397).
B.
Aggregate for Hot Plant Mix Bituminous Pavement:
1.
Description – The asphaltic concrete surface shall consist of a
mineral aggregate, uniformly mixed with asphalt cement.
2.
Materials:
a.
Crushed Gravel: The crushed gravel shall consist of clean,
hard, durable particles which have been crushed to the
gradations shown in Table 1 (in accordance with the
Colorado Department of Transportation Standard
Specifications for Road and Bridge Construction).
Aggregates for hot plant mix bituminous pavement shall be of uniform quality,
composed of clean, hard, durable particles of crushed stone, crushed gravel,
natural gravel, or crushed slag. Excess of fine material shall be wasted
before crushing. For Gradings S, SX, and SG, a percentage of the
aggregate retained on the 4.75 mm. (No. 4) sieve shall have at least two
mechanically induced fractured faces when tested in accordance with
Colorado Procedure 45. This percentage will be provided by the ENGINEER
OWNER. The angularity of the fine aggregate shall be a minimum of 45.0%
when determined according to CP L-5113, Method A. Aggregate samples
representing each aggregate stockpile shall be non-plastic if the percent of
aggregate passing the Number 4 sieve is greater than or equal to 10 percent
by weight of the individual aggregate sample. Plasticity will be determined in
accordance with AASHTO 90.
Reclaimed material shall be of uniform quality. The maximum size of the
reclaimed asphalt pavement shall be 38 mm (1 1/2 inches) prior to
introduction into the mixer. The maximum aggregate size contained in the
combination of reclaimed asphalt pavement and new aggregate shall not
exceed the maximum specified in Table 1. The hot bituminous pavement
shall not contain more than 15 percent reclaimed asphalt pavement.
The material shall not contain clay balls, vegetable matter, or other
deleterious substances. The aggregate for Gradings S, SX, and SG shall
have a percentage of wear of 45 or less when tested in accordance with
AASHTO T 96.
TABLE 1
MASTER RANGE TABLE FOR
HOT BITUMINOUS PAVEMENT
Sieve Size
Percent by Weight Passing Square Mesh
Sieves
Grading S
Grading SG
Grading SX
100
100
90 – 100
90 – 100
100
*
*
90 – 100
*
*
*
*
*
*
23 – 49
19 – 45
28 – 58
37.5 mm (1 1/2”)
25.0 mm (1”)
19.0 mm (3/4”)
12.5 mm (1/2”)
9.5 mm (3/8”)
4.75 mm (#4)
2.36 mm (#8)
1.18 mm (#16)
*
*
*
600 m (#30)
300 m (#50)
150 m (#100)
2–8
1–7
2 –10
75 m (#200)
* These additional Form 43 Screens will initially be established for the
Contractor’s Quality Control Testing using values from the As Used
Gradation shown on the Design Mix.
The crushed gravel shall show no detrimental amount of stripping when
tested as follows:
A test sample consisting of the aggregate and bitumen to be used in the
paving mixture shall be mixed at the temperature specified herein. The
sample shall then be spread in a loose, thin layer and allowed to air-season
for 24 hours before testing. A portion of the sample, not over ½ of the
capacity of the
jar, shall be placed in a glass jar and completely covered with distilled water.
The jar shall be fitted with a tight screw cap and allowed to stand for a period
of 24 hours. The jar shall be vigorously shaken for a period of 15 minutes
and the sample of the mixture shall then be examined for stripping. If
stripping occurs, the aggregate shall be rejected or an approved method of
treating shall be specified to change the material from a hydrophilic to a
hydrophobic state as directed by the ENGINEER OWNER.
Superpave Performance Graded Binders. Superpave Performance Graded
Binders shall conform to the requirements listed in Table 2. The oil to be
used shall be Performance Graded Binder 64-22.
TABLE 2
SUPERPAVE PERFORMANCE GRADED BINDERS
5822
Requirement for PG Binder
585864647028
34
22
28
28
7628
AASHT
O
Test No.
230
230
230
230
230
230
230
T 28
3
3
3
3
3
3
3
TP 48
58
58
58
64
64
70
76
TP 5
Ductility, 4 °C (5 cm/min.),
cm minimum
-
-
-
-
50
-
-
T 51
Toughness, joules (inch-lbs)
-
-
-
-
-
-
*CP L2210
Tenacity, joules (inch-lbs)
-
-
-
-
-
-
*CP L2210
Property
Original Binder Properties
Flash Point Temp., °C,
minimum
Viscosity at 135 °C, Pa●s,
maximum
Dynamic Shear, Temp. °C,
where G*/Sin δ @ 10 rad/s ≥
1.00 kPa
12.4
(110
)
8.5
(75)
T 240
RTFO Residue Properties
Mass Loss, percent maximum
Dynamic Shear, Temp. °C,
where G*/Sin δ @ 10 rad/s ≥
2.20 kPa
Elastic Recovery, 25 °C,
percent min.
Ductility, 4 °C (5 cm/min.),
cm minimum
PAV Residue Properties,
Aging Temperature 100 °C
Dynamic Shear, Temp. °C,
1.00
1.00
1.00
1.00
1.00
1.00
1.00
T 240
58
58
58
64
64
70
76
TP 5
-
-
-
-
-
50
50
*CP L2211
Method
A
-
-
-
-
20***
-
-
T 51
PP 1
22
19
16
25
22
25
28
TP 5
where G*●Sin δ @ 10 rad/s ≤
5000 kPa
Creep Stiffness, @ 60 s, Test
Temperature in °C
S, maximum, MPa
m-value, minimum
-12
-18
-24
-12
-18
-18
-18
300
0.30
0
300
0.30
0
300
0.30
0
300
0.30
0
300
0.30
0
300
0.30
0
300
0.30
0
TP 1
TP 1
**Direct Tension, Temperature
in °C, @ 1 mm/min., where
-12
-18
-24
-12
-18
-18
-18
TP 3
failure strain ≥ 1.0 %
*Colorado Procedure
**Direct tension measurements are required when needed to show conformance to
AASHTO MP 1.
***If the PG 64-28 RTFO residue fails the ductility test, the binder will be accepted if the TFO
residue (AASHTO T 179) has a ductility of 25 cm or more.
2.02
PAVING PLANT REQUIREMENT
A.
General Requirements:
1.
Uniformity: The plants shall be so designed, coordinated and operated as to
produce a mixture within the job mix tolerances as covered in paragraph
2.03C under “Preparation and Composition of the Mixture.”
2.
Equipment for Preparation of Asphalt: Tanks for storage of asphalt shall be
capable of heating the material, under effective and positive control at all
times, to temperature requirements set forth in the Specifications. Heating
shall be accomplished by steam coils, electricity, or other means such that no
flame shall come in contact with the heating tank. A circulating system for
the asphalt shall be provided of adequate size to ensure the property and
continuous circulation between storage tank and mixer during the entire
operating period. All pipelines and fittings shall be steam jacketed or other
properly insulated to prevent heat loss. Storage tank capacity shall be
sufficient for at least one day’s run.
3.
Dryer: A rotary dryer of any satisfactory design for drying and heating the
mineral aggregates shall be provided. The dryer shall be capable of drying
and heating the mineral aggregate to the temperature requirements set forth
in the Specifications.
4.
Screens: Plant screens, capable of screening all aggregates to the size
required for proportioning, and having normal capacities slightly in excess of
the full capacity of the mixer, shall be provided. The mesh of the screens
shall be approved by the ENGINEER OWNER before paving operations.
5.
Bins: The plant shall include a minimum of 3 dry aggregate storage bins with
the total capacity of not less than 3 times the dead load capacity of the mixer.
Each bin shall be provided with an overflow pipe that shall be of such size
and at such locations as to prevent any backing up of material into other
bins. Each bin shall have a suitable convenient means for sampling. The
sampling openings shall be subject to the approval of the ENGINEER
OWNER.
B.
6.
Thermometric Equipment: An armored thermometer reading from 200F to
500F shall be fixed in the asphalt feed line at a suitable location from the
discharge valve at the mixer unit. The plant shall be further equipped with an
approved dial scale mercury actuated thermometer, an electric pyrometer, or
other approved thermometric instrument so placed at the discharge chute of
the dryer as to register automatically or indicate the temperature of the
heated aggregate.
7.
Dust Collectors: When plants are located in any vicinity where dust may be
objectionable, or when dust interferes with the efficient operation of the plant,
proper housing, mixer covers, dust collecting systems shall be installed.
Provision shall be made to waste the material so collected or to return it
uniformly to the mixture as the ENGINEER OWNER may direct.
8.
Safety Equipment: Adequate and safe stairways to the mixer platform and
guarded ladders to other plant units shall be placed at all points required for
accessibility to all plant operations. All gears, pulleys, chains, sprockets, and
other dangerous moving parts shall be thoroughly guarded and protected.
Ample and unobstructed passage shall be maintained at all times in and
around the truck loading space. This space shall be kept free from drippings
from the mixing platform.
Special Requirements of Batch Plants:
1.
Plant Scale: Scales for any weight box or hopper may be either of the beam
or springless dial type and shall be a standard make and design, sensitive to
½ of 1% of the maximum load that may be required. When of the beam type,
there shall be a separate beam with telltale indicator for each size aggregate
and a tare beam for balancing the hopper.
2.
Control of Mixing Time: The plant shall be equipped with an approved
means to govern the time of mixing and to maintain it.
3.
Weight Box or Hopper: The equipment shall include a means for accurately
weighing each bin size to hold a full batch without hand raking or running
over. The weight box or hopper shall be supported on fulcrums and knife
edges so constructed that they will not be easily thrown out of alignment or
adjustment. Gates on both bins and hopper shall be so constructed as to
prevent leakage when they are closed.
4.
Asphalt Bucket: The asphalt bucket which is used for weighing the asphalt
cement shall have sufficient capacity to hold not less than 10% of the weight
of aggregate required for one batch. It shall be steam jacketed or equipped
with properly insulated electric heat units and shall be suspended on dial
scales or beam scales equipped with a telltale indicator so that the tare
weight of asphalt cement can be measured accurately to within 2% above or
below the weight required. The bucket shall be so arranged that it will deliver
the molten asphalt cement in a thin uniform sheet or in multiple streams the
full width of the mixer.
5.
Mixer Unit: The plant shall include a batch mixer of an approved twin pugmill
type or rotary drum type and shall be capable of producing a uniform mixture
within the job mix tolerances fixed by these Specifications. It shall have a
batch capacity of not less than 2,000 pounds.
If of the pugmill type, worn or improper pugmill paddles will not be permitted.
A mechanical batch counter shall be installed and shall be so designed as to
register upon only the actuation of the asphalt bucket release and to
preclude the register of any material through the operation of pulling bins.
C.
Special Requirements for Continuous Mixing Plants:
1.
Gradation Control Unit: The plant shall include a means of accurately
proportioning each bin size of aggregate either by weighing or by volumetric
measurement. When gradation control is by volume, the unit shall have an
accurately controlled individual gate to form an orifice for volumetrically
measuring the material drawn from each respective bin compartment.
Indicators shall be provided on each gate to show the gate opening in
inches.
2.
Weight Calibration or Aggregate Feed: The plant shall include a means for
calibration of gate openings by means of weight test samples. The materials
fed out of the bins through individual orifices shall be bypassed to a suitable
test box, each compartment material confined in a separate box section.
The plant shall be equipped to handle conveniently such test samples
weighting up to 800 pounds and to weigh them on accurate scales.
3.
Synchronization of Aggregate and Asphalt Feed: Satisfactory means shall
be provided to afford positive interlocking control between the flow of
aggregate from the bins and the flow of asphalt from the meter or other
proportioning sources. This control shall be accomplished by interlocking
mechanical means or any positive method under the control of the
ENGINEER OWNER.
4.
Mixer Unit for Continuous Method: The plant shall include a continuous
mixer of an approved twin pugmill type, and shall be capable of producing a
uniform mixture within the job mix tolerance fixed by these Specifications.
The paddles shall be of a type adjustable for angular position on the shafts
and reversible to retard the flow of the mix. The mixer shall carry a
manufacturer’s plate giving the net volumetric contents of the mixer at the
several heights inscribed on a permanent gauge and also giving the rate of
feed of aggregate per minute at plant operating speed.
Unless otherwise required, determination of mixing time shall be by weight
methods under the following formula. The weights shall be determined for
the job by tests made by the ENGINEER OWNER.
Mixing time in seconds = Pugmill dead capacity in pounds
Pugmill output in pounds/seconds
The mixing time shall be approved by the ENGINEER OWNER.
2.03
PREPARATION OF MATERIAL
A.
Preparation of Asphalt Cement: The asphalt cement shall be heated at the paving
plant to a temperature not exceeding 325F. The penetration of the asphalt cement
shall be maintained within the limits of penetration specified through the period of
use.
B.
Preparation of Mineral Aggregates: The mineral aggregates shall be dried and
heated at the paving plant so that when delivered to the mixer, they shall be at as
low a temperature as is consistent with proper mixing and laying, and in no case to
exceed 350F. They may be fed simultaneously into the same drier but in all cases,
immediately after heating, they shall be screened into three or more bins. The
screen sizes shall be approved by the ENGINEER OWNER prior to the start of
construction.
C.
Preparation and Composition of the Mixture: Each size of hot aggregate, the mineral
filler and the asphalt cement shall be measured separately and accurately to the
proportions in which they are to be mixed. After the hot aggregate and mineral filler
have been charged into the mixer and thoroughly mixed as directed by the
ENGINEER OWNER, the asphalt cement shall be added and the mixing continued
for a period of at least 20 seconds, or longer if necessary, to produce a
homogeneous mixture, in which all particles of the mineral aggregates are coated
uniformly.
The constituents of the surface course shall be combined in such proportions to produce a
mixture conforming to the gradations shown in Table 1.
All mix furnished for the project shall conform to within the range of tolerances shown in
Table 3.
TABLE 3
MIX TOLERANCES
Bitumen Content
Asphalt Recycling Agent
Temperature of Mixture W hen Discharged from Mixer
0.3%
0.2%
10°C
1Hot
Bituminous Pavement
the 9.5 mm (3/8 inch) and larger sievers
6%
2Passing the 4.75 mm (No. 4 and 2.36 mm (No. 8 sieves)
5%
2Passing the 600 m (No. 30) sieve
4%
2Passing the 75 m (No. 200) sieve
2%
1 When 100% passing is designated, there shall be no tolerance. When 90-100%
passing is designated, 90% shall be the minimum; no tolerance shall be
used.
2 These tolerances apply to the Contractor’s Quality Control Testing.
2Passing
Superpave Performance Graded Binders shall conform to the requirements listed in
Table 4 at 75 gyrations.
TABLE 4
MIX DESIGN CRITERIA AT OPTIMUM OIL
Property
Specification
Asphalt Content (%)
+/-0.3%
Voids @ N (INI)
11 Min.
Voids @ N (DES)
3%-5%
Voids @ N (MAX)
2 Min.
V.M.A. (%)
14 Min.
% Voids Filled
D.
Tensile Strength Retention
80 Min.
Dry Tensile Strength (psi)
30 Min.
Mixing Temperature
325 Deg. F
Compaction Temperature
300 Deg. F
Paving Plant Inspection: For the verification of weights or proportions and character
of materials and determination of temperatures used in the preparation of the
mixture, the ENGINEER OWNER or his authorized representative shall have access
at any time to all parts of the paving plant.
PART 3
3.01
3.02
65%-78%
EXECUTION
SURFACE PREPARATION
A.
All final pavement cuts shall be made in straight lines using saw cut.
pavement cuts may be made using wheel cut or other suitable method.
Initial
B.
Prior to placing the prime coat, the base course shall be thoroughly cleaned. Loose
material shall be removed from the existing surface as directed by the ENGINEER
OWNER.
PRIME COAT
A.
All previously prepared bases or existing surface shall be primed with a cationic
emulsified asphalt in accordance with the requirements of these Specifications, and
at the locations that are shown on the Plans or as directed by the ENGINEER
OWNER. The prime coat shall be placed by means of an approved pressure
distributor. Before application, the asphaltic oil shall be heated as directed by the
ENGINEER OWNER. However, it shall not be heated to more than 180F. In
general, the rate of application shall be from 0.25 to 0.35 gallons per square yard as
directed by the ENGINEER OWNER. The prime coat shall be carefully applied,
particularly around curbs and sidewalks. If excessive amounts of curb, sidewalks, or
other structures are sprayed with asphaltic oil, they shall be cleaned as directed by
the ENGINEER OWNER at the CONTRACTOR’s expense. All vertical contact faces
shall be primed by painting with cationic emulsified asphaltic oil.
3.03
ASPHALTIC CONCRETE SURFACE
A.
Transportation of Mixture: The mixture shall be transported from the paving plant to
the work in vehicles equipped with tight metal compartments previously cleaned of all
foreign materials. When directed by the ENGINEER OWNER, the compartments
shall be sufficiently insulated and each load shall be covered with canvas or other
suitable materials of sufficient size to protect it from weather conditions. The inside
surface of all vehicle compartments used for hauling mixture must be lightly
lubricated with a tin oil or soap solution just before loading, but excess lubricant will
not be permitted. No load shall be sent out so late in the day as to interfere with
spreading and compacting the mixture during daylight unless artificial light,
satisfactory to the ENGINEER, is provided.
B.
General Conditions: The mixture shall be laid only when the base is dry and only
when weather conditions are suitable. The mixture shall be laid when atmospheric
temperatures are consistent with the placement temperature limitations as outlined in
Table 5. Asphalt shall not be placed when frost exists in the subgrade. Any material
laid shall be rolled with pneumatic rollers in addition to the specified rolling, as
directed by the ENGINEER OWNER.
C.
Placing Asphalt Mixture: If traffic is allowed to use the prepared subgrade or subbase, the subgrade or sub-base shall be checked and corrected as needed
immediately ahead of placing bituminous materials. Prior to placement of the
bituminous surface, the base shall be cleaned of all dirt or other foreign matter.
When the new pavement abuts the old pavement, the Contractor shall cut the old
pavement as directed by the Engineer and paint the edge of the pavement with a
tack coat.
TABLE 5
PLACEMENT TEMPERATURE LIMITATIONS
Compacted
Layer
Thickness,
in mm
(inches)
Minimum Air and Surface Temperature, °C(°F)
Top Layer of Payment
Layers Below Top Layer
Note (1)
Note (2)
Note (1)
Note (2)
25(1) or less
15 (60)
20 (70)
10 (50)
15 (60)
>25 to 75
10 (50)
15 (60)
5 (40)
10 (50)
(1 to 3)
>75 (3)
--0 (30)
5 (40)
Notes: Air Temperature is taken in the shade. Surface is defined as the existing base
on which the new pavement is to be placed.
(1)
Temperatures to be used when mix contains unmodified asphalt cement (PG 5828, PG 58-22, PG 64-22). Temperatures to be used with PG 76-28, PG 70-34,
PG 64-28 and Pg 58-40.
(2)
Temperature to be used when mix contains AC-20R [AC-20 (Rubberized)].
The asphaltic pavement shall be placed only when the base is stable and weather
conditions are suitable. The asphaltic pavement shall have a density of ninety-two
percent (92%) to ninety-six percent (96%) of the maximum theoretical density,
determined according to Colorado Procedure 51. Field density determinations will
be made in accordance with Colorado Procedure 44 or 81.
While the surface is being compacted and finished, the Contractor shall carefully trim
the outside edges of the pavement to the proper alignment.
Unless otherwise permitted by the ENGINEER OWNER, the mixture shall be
spread by means of a mechanical self-powered paver, capable of spreading the
mixture true to the line, grade, and crown set by the ENGINEER OWNER.
Pavers shall be equipped with hoppers and distributing screws of the reversing type
to place the mixture evenly in front of adjustable screeds. The mixture shall be
dumped in the center of the hoppers and care exercised to avoid overloading and
spilling over of the mixture upon the base. Pavers shall operate when laying
mixtures at such speed between 10 feet and 20 feet per minute, as may be decided
by the ENGINEER OWNER.
Pavers shall be equipped with a quick and efficient steering device and shall have
forward and reverse speeds of not less than 100 feet per minute.
Unless operating on fixed side forms, pavers shall employ mechanical devices such
as equalizing runners, straightedge runners, evener arms, or other compensating
devices to adjust the grade and confine the edges of the mixture to true lines within
the use of stationary side forms. The pavers shall be capable of spreading the
mixtures, without segregation, in thickness of from ½ inch to 3 inches, to a maximum
width of 10 feet in increments of 1 foot or less and to a minimum width of 8 feet.
They shall be equipped with blending or joint leveling devices for smoothing and
adjusting all longitudinal joints between adjacent strips of courses of the same
thickness.
When asphalt concrete pavement thickness in excess of 2 inches is called for, they
shall be laid in separate courses of not less than 1 inch or more than 2 inches or as
directed by the ENGINEER OWNER.
The term “screed” includes a “strike-off” device operating by cutting, crawling, or
other practical action which is effective on the mixture at a workable temperature
without tearing, shoving, or gouging and which produces a finished surface of the
evenness and texture specified. The screed shall be adjustable as to level and shall
have an indicating level attached. Longitudinal and transverse joints shall be made
in a careful manner. Well bonded and sealed joints are required. If necessary to
obtain this result, joints shall be painted with cationic emulsified asphaltic cement.
In making the joint along any adjoining edges such as curb, gutter, or an adjoining
pavement and after the hot mixture is placed by the finished machine, just enough of
the hot material shall be carried back to fill any space left open. This joint shall be
properly “set” up with the back of rake at proper height and level to receive the
maximum compression under rolling. The work of “setting up” this joint shall be
performed always by competent workmen who are capable of making correct, clean,
and neat joints.
Immediately after any course is screeded, and before roller compaction is started,
the surface shall be checked, any inequalities adjusted, all fat, sandy accumulations
from the screed removed by a rake or hoe, and all fat spots in any course removed
and replaced with satisfactory material. Irregularities in alignment and grade along
the outside edge shall also be corrected by the addition or removal of mixture before
the edge is rolled.
In narrow, deep, or irregular sections, intersections, turnouts, or driveways where it is
impractical to spread and finish the mixtures by machine methods, the
CONTRACTOR may used approved spreading equipment or acceptable hand
methods as directed by the ENGINEER OWNER.
When the mixture is to be spread by hand, upon arrival on the work it shall be
dumped upon a steel dump board outside the area on which it is to be spread.
Immediately thereafter it shall be distributed into place by means of hot shovels and
spread with hot rakes in a loose layer of uniform density and correct depth. Tines of
the rakes shall not be less than ½ inch longer than the loose depth of the mixture,
and spaces between tines shall not be less than the maximum diameter of
aggregate particle except that in no case should the spaces be less than 1 inch.
Loads shall not be dumped any faster than can be properly handled by the
shovelers.
The shovelers shall not distribute the dumped load faster than it can be properly
handled by the rakers.
The rakers will not be permitted to stand in the hot mixture while raking it, except
where necessary to correct errors in the first raking. The raking must be carefully
and skillfully done in such a manner that after the first passage of the roller over the
raked mixture, a minimum amount of back patching will be required.
Placing mixtures shall be as continuous as possible and the roller shall pass over the
unprotected edge of the freshly laid mixture only when the laying of this course is to
be discontinued for such intervals of time as to permit the mixture to become chilled.
D.
Joints: Joints between old and new pavements, or between successive days’ work,
shall be carefully made in such a manner as to insure a thorough and continuous
bond between the old and new surfaces. The edge of the previously laid course
shall be cut back to its full depth so as to expose a fresh surface, after which the hot
surface mixture shall be placed in contact with it and raked to a proper depth and
grade. Hot smoothers or tampers shall be carefully used in such a manner as to
heat up the old pavement sufficiently (without burning it) to insure a proper bond.
Before placing mixture against them, all contact surfaces of curbs, gutters, headers,
manholes, etc., shall be painted with a thin uniform coating of cationic emulsified
asphaltic cement.
E.
Compaction of the Mixture: After spreading, the mixture shall be thoroughly and
uniformly compressed by a power-driven roller or rollers, weighing not less than 8
tons, as soon after being spread as it will bear the roller without undue displacement.
Delays in rolling freshly spread mixture will not be tolerated. Rolling shall start
longitudinally at the sides and shall proceed toward the center of the pavement
overlapping on successive trips by at least ½ the width of a rear wheel. Alternate
trips of the roller shall be of slightly different lengths. If the width of the pavement
permits, it shall, in addition, be rolled at right angles to the center line.
The speed of the roller shall not exceed 3 miles per hour and shall, at all times, be
slow enough to avoid displacements of the hot mixture, and any displacement
occurring as a result of reversing the direction of the roller, or from any other cause,
shall at once be corrected by the use of rakes and of fresh mixture where required.
Rolling shall proceed continuously until all roller marks are eliminated. To prevent
adhesion of the mixture to the roller, the wheels shall be kept properly moistened, but
excess water will not be permitted.
The rollers shall be in good condition, capable of reversing without back-lash and
shall weight not less than 200 pounds to the inch of tread. They shall be operated by
competent and experienced rollermen and must be kept in continuous operation as
nearly as practicable in such a manner that all parts of the pavements shall receive
substantially equal compression.
Along curbs, headers, manholes, and similar structures, and all places not
accessible to the roller, thorough compactions must be secured by means of hot
tampers and at all contacts of this character, the joints between these structures and
the surface mixture must be effectively sealed.
The course, after final compaction, shall conform to the following requirements:
It shall be smooth and true to the established crown and grade. It shall have the
average thickness specified and shall at no point vary more than ¼ inch from the
thickness shown on the typical cross-section in the Plans. Any low or defective
places shall immediately be remedied by cutting out the course at such spots and
replacing it with fresh, hot mixture which shall be immediately compacted to conform
with the surrounding area and shall be free from depressions exceeding ¼-inch as
measured with a 10-foot straightedge paralleling the centerline of the roadway.
After final compaction, the finished surface course shall at no point have a density
less than 92% of the maximum density possible to be obtained in a voidless
pavement composed of the same materials in like proportions. Density shall be
determined from specimens cut from the finished pavement as directed by the
ENGINEER OWNER.
3.04
TEMPORARY ASPHALT COLD-PATCH
In the event the CONTRACTOR cannot install hot bituminous pavement, for whatever
reason, pursuant to the requirements of these documents, he shall install a temporary
asphalt cold-patch pursuant to said requirement and subsequently remove said cold-patch
and replace with hot bituminous pavement at the earliest possible date.
3.05
A.
Place suitably prepared base course.
B.
Minimum thickness: 2 inches on 6-1/2 inches of aggregate base course.
C.
The CONTRACTOR is responsible for maintaining cold-patch.
MANHOLE FRAMES AND VALVE BOXES
A.
Manhole frames and water valve vaults can be completed after paving operation by
using “plates.”
B.
Foreign matter which is introduced into manholes and valve vaults shall be removed
immediately to provide free access to the facilities.
C.
Valve vaults and manhole rings shall be straight and properly aligned. Adjustments
to be made with concrete rings and mortar only (maximum tolerance is ¼”).
Valve boxes shall be inspected by placing a valve key on the operating nut to assure
a proper alignment.
END OF SECTION
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 02770
SIDEWALK, CURB AND GUTTER, AND MISCELLANEOUS CONCRETE
PART 1
1.01
SECTION INCLUDES
A.
1.02
Section 02315 – Excavation and Embankment
SUBMITTALS
A.
1.04
Concrete work shall consist of air entrained Portland Cement concrete constructed on
a prepared subgrade in accordance with these Specifications. The completed work
shall conform to the thicknesses and typical cross-sections shown on the Drawings.
The completed work shall conform to the lines and grades shown on the Drawings or
to those established by the ENGINEER OWNER at the job site.
RELATED SECTIONS
A.
1.03
GENERAL
The CONTRACTOR shall cooperate with the ENGINEER OWNER in obtaining and
providing samples of all specified materials. The CONTRACTOR shall submit
certified laboratory test certificates for all items required in this section, including a
mix design for concrete.
PROJECT REQUIREMENTS
The CONTRACTOR shall submit batch tickets for each load of concrete. Tickets shall show
weight of all materials and additives used in each batch.
PART 2
2.01
PRODUCTS
MATERIALS
A.
Concrete shall conform to the following requirements (Larimer County Urban Area
Street Standards, non-structural concrete:
28-Day Field Compressive Strength
4000 psi
Cement/Fly Ash
6 sack / cu. yd.
Max. Water/Cement Ratio
0.45
Air Content % Range
5-8
Maximum Slump
4"
Fi
This material shall consist of a mixture of coarse and fine aggregates, Portland
cement, water and other materials or admixtures as required. The type of cement shall
be Type I, II, or I/II unless sulfate conditions dictate otherwise. If sulfate conditions
exist, Type V cement shall be used.
B.
Concrete Aggregates:
The grading and composition requirements for coarse and fine aggregates for concrete
shall conform to the following tables.
COARSE AGGREGATES FOR PORTLAND CEMENT CONCRETE
Sieve Size or
Test Procedure
% Passing or
Test Requirement
1 Inch
¾ Inch
3
8 Inch
No. 4 Wear
Clay Lumps * Friable Particles, %
Coal & Lignites, %
Sodium Sulfate Soundness %
100
90-100
20-55
45, Max.
2.0, Max.
0.5, Max.
12, Max.
FINE AGGREGATES FOR PORTLAND CEMENT CONCRETE
Sieve Size or
Test Procedure
3
8
Percent Passing or
Test Requirement
Inch
No. 4
No. 16
No. 50
No. 100
No. 200
Friable Particles, %
Coal & Lignite, %
Deleterious Material (AASHTO T 112),%
Sand Equivalent (AASHTO T 176),%
Fineness Modules
Sodium Sulfate Soundness, %
C.
100
95 - 100
45 - 80
10 - 30
2 - 10
3, Max.
1.0, Max.
1.0, Max.
3, Max.
80, Min.
2.50 - 3.50
20.0, Max.
Coarse Aggregate for Concrete:
Coarse aggregates shall conform to the requirements of AASHTO M 80, except that
the percentage of wear shall not exceed 45 when tested in accordance with AASHTO
T 96. Coarse aggregate shall conform to the grading in above table.
D.
Fine Aggregate for Concrete:
Fine aggregates shall meet Colorado Department of Highways Section 703.01
requirements and gradation as shown above. Fine aggregate for concrete shall
conform to the requirements of AASHTO M 6. The amount of deleterious substances
removable by elutriation shall not exceed 3% by dry weight of fine aggregate when
tested in accordance with AASHTO T 11, unless otherwise specified. The minimum
Sand Equivalent, as tested in accordance with AASHTO T 176 shall be 80, unless
otherwise specified. The Fineness Modules shall not be less than 2.50 nor greater
than 3.50, unless otherwise approved.
E.
Fly Ash and Water:
Upon approval based on a satisfactory trail mix, the CONTRACTOR shall have the
option of substituting approved fly ash for portland cement, up to a maximum of 20
percent by weight. The total weight of cement and fly ash shall not be less than the
specified mix design.
1.
Fly ash for concrete shall conform to the requirements of ASTM C 618,
Class C or Class F. All chemical requirements of ASTM C 618 Table 1-A shall
apply with the exception of footnote A.
Class C fly ash will not be permitted where sulfate resistant cement is
required.
The CONTRACTOR shall submit certified laboratory test results
for the fly ash. Test results that do not meet the physical and chemical
requirements may result in the suspension of the use of fly ash until the
corrections necessary have been taken to insure that the material meets
the specifications.
2.
F.
Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali,
sugar, vegetable, or other substance injurious to the finished product. Water
will be tested in accordance with, and shall meet the suggested requirements
of AASHTO T 26. Water known to be of potable quality may be used without
test. Where the source of water is relatively shallow, the intake shall be so
enclosed as to exclude silt, mud, grass, or other foreign materials.
Concrete Curing Materials and Admixtures
1.
Curing Materials: Curing Materials shall conform to the following requirements
as specified:
Burlap Cloth made from Jute or Kenaf: AASHTO M 182
Liquid Membrane-Forming Compounds Curing Concrete: AASHTO M
Sheet Materials for Curing Concrete: AASHTO M 171
Straw shall not be used for curing unless approved by the ENGINEER
OWNER.
2.
Air-Entraining Admixture: Air-entraining admixtures shall conform to the
requirements of AASHTO M 154. Admixtures which have been frozen will be
rejected. No chloride containing additives shall be permitted.
3.
Chemical Admixtures: Chemical admixtures for concrete shall conform to the
requirements of AASHTO M 194. Admixtures which have been frozen will be
rejected.
4.
PART 3
3.01
Joint Fillers: The joint fillers shall meet the requirements of one or more of the
references listed in paragraph 1.03.
EXECUTION
SUBGRADE PREPARATION
A.
The subgrade shall be excavated or filled to the required grades and lines. All soft,
yielding, or otherwise unsuitable material shall be removed and replaced with suitable
material with the ENGINEER's OWNER's approval. Filled sections shall be
compacted and compaction shall extend a minimum of six inches outside the form
lines.
The moisture content of the subgrade shall be brought within +/- 2% of optimum
moisture content and compacted to 95% of the maximum standard Proctor density
(ASTM D698) for subgrade materials classified as A-4 through A-7 or 95% of modified
proctor density for materials classified as A-1 through A-3.
3.02
CONCRETE PLACEMENT
A.
Concrete transported in truck mixers or truck agitators shall be delivered to the site of
the work and completely discharged within a period of ninety (90) minutes after the cement
comes in contact with the mixing water or with the combined aggregates containing free
moisture in excess of 2% by weight. The concrete shall be placed either by an approved slip
form/extrusion machine, by the formed method, or by a combination of these methods. The
subgrade shall be conditioned to provide a uniformly moist surface when concrete is placed.
3.03
MACHINE PLACEMENT
A.
The slip form/extrusion machine shall be so designed to place, spread, consolidate,
screed, and finish the concrete in one complete pass in such a manner that a minimum of
hand finishing will be necessary to provide a dense and homogenous concrete section. The
machine shall shape, vibrate, and/or extrude the concrete for the full width and depth of the
concrete section being placed. It shall be operated with as nearly a continuous forward
movement as possible. All operations of mixing, delivery, and spreading concrete shall be so
coordinated as to provide uniform progress, with stopping and starting of the machine held to a
minimum.
3.04
FORMED METHOD
A.
The vertical face of previously sawed and adjacent asphalt pavement may NOT be
used as a forming surface. The CONTRACTOR shall use forms on front and back of
all curb and gutter, sidewalks and crosspans.
The forms shall be of metal or other suitable material that is straight and free from
warp, having sufficient strength to resist the pressure of the concrete without
displacement and sufficient tightness to prevent the leakage of mortar. Flexible or rigid
forms of proper curvature may be used for curves having a radius of 100 feet or less.
Division plates shall be metal. Where directed by the ENGINEER OWNER the
CONTRACTOR shall use a thin metal back form to preserve landscaping, sprinklers,
etc. Form must be straight and rigid and must be approved by the ENGINEER
OWNER prior to use on project.
The front and back forms shall extend for the full depth of the concrete. All of the
forms shall be braced and staked so that they remain in both horizontal and vertical
alignment until their removal. No wooden stakes will be allowed. They shall be
cleaned and coated with an approved form-release agent before concrete is placed
against them. The concrete shall be deposited into the forms without segregation and
then it shall be tamped and spaded or mechanically vibrated for thorough
consolidation. Low roll or mountable curbs may be formed without the use of a face
form by using a straight edge and template to form the curb face. When used, face
forms shall be removed as soon as possible to permit finishing. Front and back forms
shall be removed without damage to the concrete after it has set.
Should the removal of adjacent asphalt pavement be required beyond that shown in
the asphalt patch detail to properly correct failed concrete sections, the
CONTRACTOR shall remove and replace said asphalt pavement to such an extent as
to provide a smooth repair. The ENGINEER OWNER shall be notified prior to
commencing any additional asphalt removal.
3.05
FINISHING
A.
3.06
The plastic concrete shall be finished smooth by means of a wood float and then it
shall be given final surface texture using a light broom or burlap drag. Concrete that is
adjacent to forms and formed joints shall be edged with a suitable edging tool to the
dimensions shown on the Drawings.
JOINTING
A.
Contraction Joints: Transverse weakened-plane contraction joints shall be constructed
at right angles to the curb line at intervals not exceeding 10 feet for curb and gutter or
5 feet for sidewalk. Joint depth shall average at least one-fourth of the cross-section of
the concrete.
Contraction joints may be sawed, hand-formed, or made by 1/8 inch thick division
plates in the form work. Sawing shall be done early after the concrete has set to
prevent the formation of uncontrolled cracking. The joints may be hand-formed either
by (1) using a narrow or triangular jointing tool or a thin metal blade to impress a plane
of weakness into the plastic concrete, or (2) inserting 1/8 inch thick steel strips into the
plastic concrete temporarily. Steel strips shall be withdrawn before final finishing of the
concrete. Where division plates are used to make contraction joints, the plates shall
be removed after the concrete has set and while the forms are still in place.
B.
Expansion Joints: Expansion joints shall be constructed at right angles to the curb line
at immovable structures and at points of curvature for short radius curves. Filler
material for expansion joints shall conform to requirements of one or more of the
references defined in Section 1.03 and shall be furnished in a single 1/2 inch thick
piece for the full depth and width of the joint.
Expansion joints in a slip formed curb or curb-and-gutter shall be constructed with an
appropriate hand tool by raking or sawing through partially set concrete for the full
depth and width of the section. The cut shall be only wide enough to permit a snug fit
for the joint filler. After the filler is placed, open areas adjacent to the filler shall be filled
with concrete and then troweled and edged. The CONTRACTOR may choose to
place the filler and pour the concrete around it.
Alternately, an expansion joint may be installed by removing a short section of freshly
extruded curb-and-gutter immediately, installing temporary holding forms, placing the
expansion joint filler, and replacing and reconsolidating the concrete that was removed.
Contaminated concrete shall be discarded.
Construction joints may be either butt or expansion-type joints. Curbs or combined
curbs and gutters constructed adjacent to existing concrete shall have the same type
of joints as in the existing concrete, with similar spacing; however, contraction joint
spacing shall not exceed 10 feet.
3.07
PROTECTION
A.
The CONTRACTOR shall always have materials available to protect the surface of the
plastic concrete against rain. These materials shall consist of waterproof paper or
plastic sheeting. For slip form construction, materials such as wood planks or forms to
protect the edges shall also be required. Concrete damaged by rain shall be required
to be removed and replaced at the CONTRACTOR’s expense.
Concrete being placed in cold weather during which the temperature may be expected
to drop below 35 degrees F., shall be suitably protected to keep the concrete from
freezing until it is at least 10 days old. Concrete injured by frost action shall be required
to be removed and replaced at the CONTRACTOR’s expense.
The CONTRACTOR will be responsible for correcting any vandalism or defacement
(graffiti) that occurs on the concrete prior to final acceptance.
3.08
CURING
A.
Concrete shall be cured for at least 7 days after placement to protect against loss of
moisture, rapid temperature change, and mechanical injury prior to any overlay or
reconstruction work. Moist burlap, waterproof paper, white polyethylene sheeting, white liquid
membrane compound, or a combination thereof may be used as the curing material.
Membrane curing shall not be permitted in frost-affected areas when the concrete will be
exposed to deicing chemicals within 30 days after completion of the curing period.
3.09
BACKFILLING
A.
3.10
The spaces in front and back of curbs shall be refilled with suitable material to the
required elevations after the concrete has set sufficiently. The fill material shall be
thoroughly tamped in layers.
SEALING
A.
Where required, concrete shall be sealed with a mixture of 1/2 linseed oil and 1/2
diesel fuel, unless otherwise specified by ENGINEER OWNER.
3.11
TOLERANCE
A.
Forms shall not deviate from true line by more than ¼-inch at any point.
B.
Mixed concrete shall be not less than 50°F, nor more than 80°F at the time of placing it
in forms unless otherwise directed.
C.
If air temperature is 35°F or less at the time of placing, the ENGINEER OWNER will
require water and/or aggregate heated to not less than 70°F, or more than 150°F.
D.
Finished joints shall not deviate more than ¼-inch in the horizontal alignment from a
straight line.
E.
Any localized humps and or depressions greater than ¼-inch will require removal and
replacement of the work in question.
F.
No ponding of water greater than 3/8-inch shall be allowed.
G.
Combination curb, gutter and walk and/or vertical curb and gutter flowline depth shall
not vary from adopted standards by more than +1/2-inch, measured vertically from the
top of curb to the gutter invert.
H.
Pedestrian walks shall have a minimum of 2.0% and a maximum of 2.5% slope toward
the roadway.
I.
Contraction and construction joints shall be placed at the standard spacing of 10 feet in
curb, gutter, sidewalks, crosspans, trickle channel, etc. A minimum spacing of 5 feet
will be allowed for repairs.
J.
Heave or settlement of sidewalk, relative to separate curb pour, greater than ½-inch
shall be cause for corrective action. This provision shall not apply to transverse
sidewalk joints.
K.
At the time of final acceptance inspection, the repair of all cracks will be completed.
1.
Cracks that are less than ¼-inch wide, exhibit no horizontal or vertical shifting,
and do not meet the conditions in 2, 3, and 4 below may, at the discretion of
the OWNER, be sealed by routing approximately ¾-inch to 1-inch deep by ¼inch wide and filling with Sikaflex 1-A or equivalent.
2.
Any crack that extends through a joint shall require removal and replacement
of the entire cracked area.
3.
Any longitudinal cracked section of concrete will require complete removal and
replacement of that section between joints.
4.
Repair action for hairline cracks as determined in 1 above may be waived at
the discretion of the OWNER. For the purpose of this section, a hairline crack
is one that is reasonably immeasurable and without separation as determined
by the ENGINEER OWNER.
3.12
QUALITY CONTROL
A.
Concrete testing and testing laboratory services required shall conform to the following unless
otherwise determined by the ENGINEER OWNER.
SectionType of Test
GRADATION
SIDEWALKS
(CONCRETE)
Project Acceptance
Frequency
Sidewalks: 1/1000 sq yds
or fraction thereof for
each size aggregate of
concrete placed
Procedures
Test
Project
Sampling
Testing
CP 30
CURBING
(CONCRETE)
Curbing: 1/2000 lineal feet or
fraction thereof for each
size aggregate of concrete
placed
MOISTURE
CONTENT
(FINE AGGREGATE)
1 per day and as often
as needed for quality
control
CP 31
CP 30
CP 60
MOISTURE
CONTENT
(COARSE
AGGREGATE)
1 per day min. where
CP 30
moisture content is greater
than +0.5% from SSD condition
CP 60
SLUMP
The slump, air content and
unit weight tests shall be
carried out on the first
truck of concrete for the
daily placement and thereafter in conformance with
the following table:
T 141
T 119
AIR CONTENT
1 set of tests for every
T 141
1000 square yards or fraction T 199
thereof of concrete placed
T 152
YIELD AND
CEMENT
4 tests for every 2000
lineal feet or fraction thereof
or nomograph of curb and
gutter graph placed
T 121
COMPRESSIVE
Sidewalks: 1 set (4) of
T 141
cylinders per 1000 square yards
T 141
T 22
T 23
or fraction thereof or
concrete placed per day
Curbing: 1 set (4) of
cylinders per 2000 lineal
feet or fraction thereof
of concrete placed per day
Point of Acceptance: Gradation - Stockpile, belt, or bin
Air Content - Mixer Discharge
Prior to backfilling and after forms are removed, honeycombed, defective or damaged areas of
concrete shall be repaired. Repairs shall be made within 7 days after the forms are removed.
3.13
CLEAN-UP
A.
The surface of the concrete shall be thoroughly cleaned upon completion of the work
and prior to the substantial completion walk through, and the site left in a neat and
orderly condition.
END OF SECTION
THIS PAGE INTENTIONALLY LEFT BLANK.
APPENDIX A
SUBSURFACE EXPLORATION REPORT
PROPOSED PAVEMENT IMPROVEMENTS
JOHNSON ELEMENTARY SCHOOL – 4101 SENECA STREET
FORT COLLINS, COLORADO
EARTH ENGINEERING CONSULTANTS
Download