Top Banner
Project Manual for State Highway 66 Waterline Phase III (MUW-42) Contract Documents Prepared by: City of Longmont Public Works and Water Utilities Department 1100 South Sherman Street Longmont, CO 80501 Technical Specifications Prepared by: Burns & McDonnell 9785 Maroon Circle, Suite 400 Centennial, CO 80112 July 2008 City Bid No. IFB-TK-8022 / Project No. 350150 Burns & McDonnell Project No. 48510
302

Project Manual for State Highway 66 Waterline Phase III ...

May 08, 2022

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Project Manual for State Highway 66 Waterline Phase III ...

Project Manual

for

State Highway 66 Waterline

Phase III (MUW-42)

Contract Documents Prepared by:

City of Longmont Public Works and Water Utilities Department

1100 South Sherman Street Longmont, CO 80501

Technical Specifications Prepared by:

Burns & McDonnell

9785 Maroon Circle, Suite 400 Centennial, CO 80112

July 2008

City Bid No. IFB-TK-8022 / Project No. 350150

Burns & McDonnell Project No. 48510

Page 2: Project Manual for State Highway 66 Waterline Phase III ...
Page 3: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT, COLORADO

INVITATION FOR BIDS #IFB-TK-8022 PROJECT: STATE HIGHWAY 66 WATERLINE PHASE III

The City of Longmont, Colorado will receive sealed Bids for Project: STATE HIGHWAY 66 WATERLINE PHASE III until 10:00 a.m., Thursday, August 21, 2008, at:

PURCHASING AND CONTRACTS DIVISION CITY OF LONGMONT SERVICE CENTER 1100 SOUTH SHERMAN STREET LONGMONT, COLORADO 80501

At that time and place, Bids will be opened and publicly read aloud. Bids must be received prior to the above stated time and date. Any Bids received after this time and date will be returned, unopened. Clearly mark your Bid Envelope showing the Project Name, the Bid Opening date and YOUR COMPANY NAME. In the Case of No Bid, please return your Bidding Documents indicating No Bid on the form and on the outside of the return envelope. If any information/material is to accompany the Bid, please attach it to the Bid Forms. SCOPE: This project consists of construction of approximately 3,820 linear feet of 36-inch waterline, 120 linear feet of 18-inch waterline and 25 linear feet of 8-inch waterline, with all valves, appurtenances and connections to existing piping, approximately 100 feet of 50-inch bored casing and 80 feet of 30-inch bored casing, and site restoration. The project is located within the City of Longmont along State Highway 66 right-of-way. City of Longmont bid documents are available solely on the Rocky Mountain E-Purchasing System (www.rockymountainbidsystem.com). Interested bidders are responsible for verifying receipt of all applicable documentation, including any associated addenda. A PRE-BID CONFERENCE will be held at 10:00 a.m., Tuesday, August 12, 2008, at the Service Center (address above). The last day for questions is August 18, 2008. If needed, the last addendum will be issued August 19, 2008. Direct all questions on project in writing to Tracy S. Kline, CPPB via email at [email protected] A Bid Guarantee in an amount equal to 5% of the total Bid amount is required at the time of the Bid Opening. The Guarantee must be a certified check payable to the City of Longmont or a satisfactory Bid Bond executed by the Bidder. The successful Bidder shall provide the City with a Certificate of Insurance naming the City of Longmont as an additional insured for all policies required in the General and Special Conditions, a Statement of Liability and Indemnity, and with proof of Workers' Compensation coverage. If awarded the Bid, a Performance Bond and a Labor and Material Payment Bond are required within ten days of the date the written Notice of Award, each for the total amount of the Contract Price. No Bidder may withdraw a Bid for a period of thirty days after the date fixed for opening the Bids.

Page 4: Project Manual for State Highway 66 Waterline Phase III ...

The City of Longmont reserves the right to cancel this Invitation to Bid; reject any Bid, in whole or in part; to adjust the quantity of Work to be done as mandated by budgetary requirements; and to waive informalities or irregularities in the Bids received; when it is in the City's best interest to do so. IT IS UNLAWFUL AND UNETHICAL FOR ANY PERSON TO OFFER, GIVE OR AGREE TO GIVE ANY CITY EMPLOYEE, CITY OFFICIAL OR FORMER CITY EMPLOYEE, OR FOR ANY CITY EMPLOYEE, CITY OFFICIAL OR FORMER CITY EMPLOYEE TO SOLICIT, DEMAND, ACCEPT OR AGREE TO ACCEPT FROM ANOTHER PERSON, A GRATUITY OR AN OFFER OF EMPLOYMENT IN CONNECTION WITH ANY DECISION, APPROVAL, DISAPPROVAL, RECOMMENDATION OR PREPARATION OF ANY PART OF A PROGRAM REQUIREMENT OR A PURCHASE REQUEST, INFLUENCING THE CONTENT OF ANY SPECIFICATION OR PROCUREMENT STANDARD, RENDERING OF ADVICE, INVESTIGATION, AUDITING OR IN ANY OTHER ADVISORY CAPACITY IN ANY PROCEEDING OR APPLICATION, REQUEST FOR RULING, DETERMINATION, CLAIM OR CONTROVERSY, OR OTHER PARTICULAR MATTER, PERTAINING TO ANY PROGRAM REQUIREMENT OR A CONTRACT OR SUBCONTRACT, OR TO ANY SOLICITATION OR PROPOSAL THEREFORE. IT IS UNLAWFUL AND UNETHICAL FOR ANY PAYMENT, GRATUITY OR OFFER OF EMPLOYMENT TO BE MADE BY OR ON BEHALF OF A SUBCONTRACTOR UNDER A CONTRACT TO THE PRIME CONTRACTOR OR HIGHER TIER SUBCONTRACTOR OF ANY PERSON ASSOCIATED THEREWITH, AS AN INDUCEMENT FOR THE AWARD OF A SUBCONTRACT OR ORDER. CITY OF LONGMONT Tracy S. Kline, CPPB Procurement Specialist NOTE: This form can be provided in alternative formats for disabled citizens. Contact Human Resources at 303-651-8609 for information.

2

Page 5: Project Manual for State Highway 66 Waterline Phase III ...

TABLE OF CONTENTS

INVITATION TO BID #..................................................................................................................................1 INFORMATION AND INSTRUCTIONS TO BIDDERS ................................................................................4 CONSTRUCTION CONTRACT GENERAL CONDITIONS .......................................................................11 Article 1--DEFINITIONS AND ABBREVIATIONS.....................................................................................11 Article 2--PRELIMINARY MATTERS ........................................................................................................14 Article 3--DRAWINGS AND SPECIFICATIONS .......................................................................................15 Article 4--AVAILABILITY OF RIGHT-OF-WAY.........................................................................................17 Article 5--BONDS AND INSURANCE .......................................................................................................18 Article 6--INDEMNIFICATION ...................................................................................................................20 Article 7--CONTRACTOR'S RESPONSIBILITIES ....................................................................................20 Article 8--OTHER WORK...........................................................................................................................28 Article 9--CITY'S RESPONSIBILITIES......................................................................................................28 Article 10--PROJECT MANAGER'SRESPONSIBILITIES........................................................................28 Article 11—CHANGES ..............................................................................................................................30 Article 12--CONTRACT TIME....................................................................................................................33 Article 13--WARRANTY AND GUARANTEE: SAMPLES AND TESTING; DEFECTIVE WORK AND MATERIALS ...............................................................................................................................................34 Article 14--PAYMENTS TO CONTRACTOR AND COMPLETION...........................................................35 Article 15--CONTRACT TERMINATION ...................................................................................................39 Article 16--EQUAL OPPORTUNITY..........................................................................................................39 Article 17--AUDIT.......................................................................................................................................40 Article 18--MISCELLANEOUS ..................................................................................................................40 CONSTRUCTION CONTRACT..................................................................................................................41 NOTICE OF AWARD..................................................................................................................................44 PERFORMANCE BOND (available in electronic format) .......................................................................45 LABOR AND MATERIAL PAYMENT BOND.............................................................................................47 NOTICE TO PROCEED..............................................................................................................................48 REQUEST FOR PAYMENT........................................................................................................................49 CHANGE ORDER NO.___ .........................................................................................................................50 NOTICE OF SUBSTANTIAL COMPLETION.............................................................................................51 CONTRACTOR'S CERTIFICATE AND RELEASE ...................................................................................52 NOTICE OF CONSTRUCTION ACCEPTANCE ........................................................................................53 NOTICE OF WARRANTY WORK ..............................................................................................................54 CITY PROJECT FINAL ACCEPTANCE ....................................................................................................55 PUBLIC WORKS DEVELOPMENT PERMIT APPLICATION……………………………………………….. 56 DIVISION 1………………………………………………………………………………………………………….58

3

Page 6: Project Manual for State Highway 66 Waterline Phase III ...

INFORMATION AND INSTRUCTIONS TO BIDDERS 1 BID PROCESS SUBJECT TO PURCHASING CODE 1.1 Bidding shall be conducted subject to the Purchasing Code, Chapter 4.12 of the Longmont Municipal

Code, (LMC). 2 DATE OF RECEIVING BIDS 2.1 Sealed Bids called for by the Invitation to Bid will be received as directed in the Invitation to Bid and then

will be publicly opened and read. Bidders are requested to be present at the time the Bids are opened. Bids received after the time specified shall be returned unopened.

3 BID FORMS 3.1 The City of Longmont shall publish on the Rocky Mountain E-Purchasing System (RMEPS) the Bid

Documents which will state the location and description of the proposed Work and will show the estimate of the various quantities of work to be performed and materials to be furnished, the time in which the work must be completed, the amount of the "Bid Guarantee" (which must accompany the Bid) and the date and time of the opening of the Bids. The Bid Documents will also state any special provisions or requirements, which vary from or are not contained in the Standard Specifications. All forms bound with or attached to the Bid Forms are a necessary part thereof and must not be detached. Bids must be in ink or printed. No Bid alterations or interlineations will be permitted, unless made before submission and initialed and dated. If initialed, the City may require the Bidder to identify the alteration so initialed. No partial sets of Contract Documents and Specifications will be issued.

3.2 Each Bid must contain the full name(s) and post office address of the Bidder(s), and any person signing

any Bid as agent of another, or of a firm, must furnish legal evidence of authority to do so. 3.3 A person who submits a Bid and affixes "President," "Secretary," "Agent," or other designation to his or

her signature, without disclosing the principal, may be personally held to the Bid. 3.4 The City will not consider more than one Bid from an individual, firm, partnership, or corporation under

the same or different names. Evidence that any Bidder is interested in more than one Bid for the same work will be cause for rejection of all such Bids. Collusion between the Bidders will be considered sufficient cause for the rejection of all affected Bids. A party quoting prices to a Bidder is not thereby disqualified from quoting prices to other Bidders or from submitting a direct Bid on the Bidder's own behalf.

3.5 Discrepancies: In the event of a difference between extended price and unit price of the Proposal, the

unit price governs. 3.6 Modifications: Modifications to Bids already submitted will be allowed if received prior to the time

specified in the Invitation to Bid. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised Bids. The modifications shall be in writing and shall be signed in the same manner and by the same person(s) who signed the Proposal.

3.7 Withdrawal of Proposal: A Bidder may withdraw a Bid at any time prior to the time Bids are to be

opened, by written request of the Bidder. Any such request shall be signed in the same manner as, and by the same person(s) who signed the Bid Proposal.

3.8 Alternate Bids: Whenever Alternate Bids are called for specifying the use of several different classes of

materials or types of improvements for the same work, all Bidders are requested to submit prices for use of each of the several classes of materials or types of improvements as specified. The material to be used or the type of improvement to be adopted will be selected by the City after the Bids have been opened and read. Unless otherwise specifically provided in the specifications for the improvement,

4

Page 7: Project Manual for State Highway 66 Waterline Phase III ...

Bids shall be made upon each and every item shown on the blank Bid Schedule. 3.9 Variation in Estimated Quantities: The Contractor must reasonably expect a variation in the estimated

quantities from the actual quantities and no claims will be allowed for anticipated profits, for loss of profits or for damage of any sort because of a difference between the estimate of any item and the amount of the item actually required. The City reserves the right to eliminate items from the Bid Schedule when the City deems it in its best interest.

4 FAMILIARIZATION WITH THE WORK AND SITE CONDITIONS 4.1 Before submitting Bids, prospective Bidders shall familiarize themselves with the work, the site where

the work is to be performed, local labor conditions and all laws, regulations and other factors affecting performance of the work. Bidders shall carefully correlate their observations with requirements of the Contract and otherwise satisfy themselves as to the expense and difficulties attending performance of the work. The submission of a Bid constitutes a representation of compliance by the Bidder. There will be no subsequent financial adjustment for lack of such familiarization.

4.2 Site Conditions: Bidders shall visit the site of the work and completely inform themselves relative to

construction hazards and procedures, the availability of lands, the character and quantity of surface and sub-surface materials, and utilities to be encountered, the arrangement and condition of existing structures and facilities, the procedures necessary for maintenance of uninterrupted operation of existing sewers and other utilities, the character of construction equipment and facilities needed for performance of the work, and facilities for transportation, handling, and storage of materials and equipment. All such factors shall be properly investigated and considered in the preparation of Bids.

5 REQUESTS FOR EXPLANATION 5.1 Bidders should notify the City of any discrepancies in or omissions from the Drawings or Specifications.

Any Bidder may submit a written request for an explanation or correction of any part of the Contract, to the Project Manager a minimum of seven days prior to the Bid Opening. The person submitting the request shall be responsible for its prompt delivery.

6 ADDENDA 6.1 Any explanations or corrections shall be made as Addenda to the documents and shall be published on

the Rocky Mountain E-Purchasing System (RMEPS) for all Bidders. Bidders shall acknowledge receipt of all Addenda in the appropriate spaces provided in the Proposal Form. Oral explanations and interpretations made prior to the Bid Opening will not be binding. No telephone Addenda will be made within the four days just prior to the Bid Opening, unless the Bid Opening is postponed or canceled.

7 BID GUARANTEE 7.1 Each Bid shall be accompanied by cash, a certified check or Bid Bond payable to the City of Longmont

in an amount not less than five percent of the total amount of the Bid as a Bid Guarantee, when required in the Invitation to Bid. No Bid will be considered unless accompanied by the Bid Guarantee. No personal or business checks will be accepted as Bid Guarantees.

7.2 When Alternate Bids are called for, providing for the use of several different classes of materials or types

of improvements for the same work, one Bid Guarantee in the amount of five percent of the total amount of the highest Bid will be sufficient for all Bids.

7.3 The Bid Guarantee of the Bidder(s) to whom a contract award is made may be returned when the

successful Bidder executes a contract and files a Labor and Material Payment Bond, and a Performance Bond. The Bid Guarantee of the next lowest responsible Bidder may be retained for a period not to exceed 45 days and may be returned after the execution of the contract and bonds by the successful Bidder. The Bid Guarantee of all other Bidders may be returned after the contract is awarded. However, surety forms provided with the Bid will not be returned unless specifically requested by the Bidder. Certified Checks or cash (used as Bid Guarantees) will be returned

5

Page 8: Project Manual for State Highway 66 Waterline Phase III ...

immediately following the Bid Opening, at the discretion of the Purchasing and Contracts Manager, to those who are not apparent low Bidders. However, Certified Checks or the cash Bid Guarantee of the low three Bidders may be retained until award of contract is made.

7.4 If the Successful Bidder fails to enter into a contract according to the Bidder's accepted Bid or fails to

furnish the required bonds within ten days from Notice of Award, the Bid Guarantee shall be forfeited to the City of Longmont as liquidated damages.

7.5 The next best Bid shall then be considered the successful Bid and, at the discretion of the City, the

contract may be awarded to the Bidder submitting that Bid. 8 BONDS 8.1 Bonds shall be executed on the forms included in the Contract Documents (or a form acceptable to the

City) by a corporate bonding company licensed to do business in the State of Colorado and acceptable as Surety to the City. The forms must be countersigned by the Colorado agent.

8.2 A "Power of Attorney" authorizing the attorney-in-fact to bind the surety company and certified to include

the date of the bond shall accompany the bond. 8.3 The Performance Bond and Labor and Material Payment Bond must remain in full force and effect

during the entire period of the guarantee. 8.4 The successful Bidder shall give a Performance Bond equal to the amount of the Contract Price. The

Performance Bond shall guarantee: (a) the faithful performance and completion of the work in strict accordance with the terms of the Contract, and each and every covenant, condition and part thereof, according to the true intent and meaning of the Contract Documents, as defined in the Contract and (b) the repair or replacement where required, or the cost thereof, for a period of one year after the issuance of the Certificate of Acceptance or until all warranty work is completed, whichever occurs last, of all work performed under the Contract. A separate Labor and Material Payment Bond equal to the amount of the Contract Price is required to ensure the payments of laborers, materialmen, suppliers, and subcontractors in connection with the work performed under the Contract and to satisfy the requirements of §38-26-105 and 38-26-106, C.R.S., as amended. WHEN BONDS ARE REQUIRED, THE NEED AND THE NATURE OF THE BONDS SHALL BE STATED IN THE ADVERTISEMENT FOR BIDS.

8.5 The City of Longmont reserves the right to waive bond requirements if the Total Bid amount does not

exceed $50,000, pursuant to §4.12.320, LMC. In the event the Performance or Payment Bonds are waived, cost of the bonds shall be reflected as a deduction from the total Bid Price, when so indicated on the Bid Form. There will be a Unit Price deduction for the waiver indicated on the Bid Schedule, when necessary.

9 SUBMISSION OF BONDS 9.1 One copy of the completed Bid Forms and the Bid Guarantee must be submitted in the Bidder's own

envelope. The second copy of the Bid Forms contained in the Bidding Documents are for the Bidder's records.

9.2 All copies of the Bid Forms, the Bid Guarantee and any other documents required to be submitted with

the Bid shall be enclosed in a sealed, opaque envelope bearing the following address and information:

a) PURCHASING AND CONTRACTS DIVISION CITY OF LONGMONT SERVICE CENTER

1100 SOUTH SHERMAN LONGMONT, COLORADO 80501

b) PROJECT, BIDDER, OPENING DATE & TIME

6

Page 9: Project Manual for State Highway 66 Waterline Phase III ...

9.3 If the Bid is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope, having proper postage for delivery, and clearly marked "BID ENCLOSED FOR (PROJECT NAME)" on the outside of the envelope. Send Bids early enough to be received prior to the time and date established for the Bid Opening. Bids with insufficient postage will not be accepted.

It is the Bidders' responsibility to insure mailed Bids are received prior to the time and date of advertised opening.

9.4 Bidders may bring Bids to the City Purchasing and Contracts Division before the time and date for

receipt of Bids in the Invitation to Bid. Bids received after the time and date for receipt of Bids will not be accepted. Once Bids are submitted, they may not be withdrawn except as stipulated below.

Timely delivery of Bids is the Bidder's responsibility.

9.5 Oral, telephone or fax Bids are invalid and will not receive consideration. On occasion, an exception to

this procedure may be made. The Purchasing and Contracts Manager may make an exception under extreme circumstances, in the Manager's sole discretion.

10 TAXES 10.1 Pursuant to § 39-26-114, C.R.S. and §§ 4.04.090 and 4.04.290, Longmont Municipal Code as amended,

the City of Longmont is exempt from paying sales or use taxes. Materials and equipment purchased solely for City projects, that will become a permanent part of the final project, are tax exempt. Contractors and all subcontractors must obtain their own tax exempt number and certificate of exemption from the Colorado State Department of Revenue for each project. The contractor must furnish a copy of such certificate to the City before purchasing any materials or beginning any construction work. The City will furnish its tax exempt numbers for the Contractor to reference when applying for its own tax exempt number.

11 BID PRICING 11.1 Unit Price Bid Schedule: When the City requests Unit Prices, the Bidder shall fully complete the

schedule of unit prices included in the Bid Proposal Form. 11.2 When the City includes an additional amount on the bid schedule for minor contract revisions and the

City has estimated bid quantities on the schedule. Bidders shall include that add amount in the total Bid price.

11.3 The total of all the unit prices bid multiplied by the estimated quantity of each item shall be the total Bid

price. The City will pay for the final measured, used, or delivered quantities at unit prices in the Bid. 12 BIDS 12.1 Opening of Bids: The sealed Bids will be opened publicly and read aloud at the time, date, and place

set in the Invitation to Bid. Bidders or their authorized agents are invited to be present and examine any Bid after opening.

12.2 Irregular Bids: Bids may be rejected if they show any omission, alteration of form, additions not called

for, conditional Alternate Bids, or irregularities of any kind which, in the opinion of the City, tend to make the Bid indefinite or ambiguous. The City will reject Bid Proposals with prices which are obviously unbalanced as determined by the Purchasing and Contracts Manager. Contracts will be awarded only to responsible Bidders capable of performing the class of work contemplated. The Bidder shall furnish a complete statement of the Bidder's experience and of the amount of capital and equipment available for the proposed work on the Bidder's Qualification and Data form provided in the Bid Forms.

7

Page 10: Project Manual for State Highway 66 Waterline Phase III ...

12.3 Collusion: Bids will be rejected if there is reason for believing that collusion exists among the Bidders. Participants in such collusion are subject to suspension and debarment pursuant to the Purchasing Code.

12.4 Qualification of Bidders: For certain projects, the City may require potential bidders to submit

information regarding the bidders' qualifications in addition to the Qualification Application for Contractors and Professional Services. The requirement for such information will be identified in the Invitation to Bid or elsewhere in the Bid Documents. Any information requested by or on file with the City may be used to qualify or disqualify potential bidders.

13 AWARD OF CONTRACTS 13.1 Any or all Bids may be rejected or informalities in bids may be waived at the option of the City. 13.2 The award of the Contract is contingent upon securing an acceptable Bid which will fall within the

amount of funds available for construction of the project, or the acquisition of contracted services. 13.3 Lowest Responsible Bidder: In determining Lowest Responsible Bidder, in addition to price, the

factors listed in 12.4 through 12.12 herein will be considered. A bidder may be rejected if, in the judgment of the City, the bidder does not comply with or meet the criteria defined in one or more of these factors.

13.4 The ability, capacity and skill of the Bidder to perform the Contract or provide the services required. 13.5 The ability of the Bidder to perform the Contract or provide the service promptly or within the time

specified, without delay or interference. 13.6 The character, integrity, reputation, judgment, experience and efficiency of the Bidder, to be

determined at the sole and absolute discretion of the City. 13.7 The quality of performance on previous City Contracts or services. Failure on the part of any Bidder to

carry out a previous contract satisfactorily shall be deemed sufficient cause for disqualification. 13.8 The experience of the Bidder and the availability of equipment necessary to complete the current

project. Sufficient cause for disqualification of the Bidder will exist if, in the City's opinion, the Bidder does not have adequate experience or equipment to properly perform the Work under the Contract.

13.9 The sufficiency of the financial resources and ability of the Bidder to perform the Contract or provide

the service. 13.10 The quality, availability, and adaptability of the supplies or contractual services to the particular use

required. 13.11 The ability of the Bidder to provide future maintenance and service for the use of the subject of the

contract. 13.12 Debarment or suspension pursuant to Sections 4.12.360 through, and including 4.12.390, LMC. 14 ACCEPTANCY OF BIDS AND ITS EFFECT 14.1 The City will act upon the Bids with reasonable promptness after the opening of the Bids. The

acceptance of a Bid will be a written Notice of Award signed by the duly authorized representative of the City. No other act of the City shall be necessary to constitute acceptance of a Bid. The acceptance of a Bid binds the successful Bidder to execute the required Agreement for Construction Contract and take all action necessary to fulfill the Contract.

8

Page 11: Project Manual for State Highway 66 Waterline Phase III ...

15 TIME FOR EXECUTING CONTRACT AND DAMAGES FOR FAILURE TO EXECUTE 15.1 Any Bidder whose Bid is accepted will be required to execute the Contract and furnish the Contractor's

Bonds required under Section 6, Bid Guarantee, within ten days after written notice that the Contract has been awarded to the Bidder, or by such time as modified by Special Conditions. Failure to do so shall constitute a breach of the Contract affected by the acceptance of the Bid.

15.2 The damages to the City for such breach will include loss from interference with the construction

program and other items whose accurate amount will be difficult or impossible to compute. The amount of the Bid Guarantee accompanying the Bid shall be retained by the City as reasonable liquidated damages and not as a penalty for such breach.

15.3 The City is authorized, the same as if the Bid Guarantee or Bid contained an expressed stipulation to

that effect, to cause such work to be done, or complete the work in-house, or contract with some other Contractor to do so, and/or compute the difference between actual cost to the City of such improvements and the sum which it would cost if the defaulting Bidder complied with the Bid.

16 POST-BID INFORMATION 16.1 Unless previously requested or unless waived by the Purchasing and Contracts Manager, the Bidder

shall, within ten days of receiving the Notice of Award, submit the following information to the City’s Project Manager:

16.1.1 A designation of the work to be performed by the Bidder with the Bidder's own forces; 16.1.2 The proprietary names and the suppliers of principal items or systems of material and equipment

proposed for the work; 16.1.3 A proposed schedule of construction and estimated monthly payments; 16.1.4 The Bidder will be required to establish to the satisfaction of the City, the reliability and responsibility of

the proposed Subcontractors to furnish and perform the Work described in the Sections of the Specifications pertaining to such proposed Subcontractor's respective trade;

16.1.5 Prior to the Award of Contract, the City will notify the Bidder in writing if the City, after due

investigation, has reasonable objection to any person or organization on subcontractors list. If the City, in its sole discretion, has a reasonable objection to any person or organization on such list, and refuses in writing to accept such person or organization, the Bidder shall submit an acceptable substitute Subcontractor, at no additional cost to the City.

17 EXAMINATION OF BIDS 17.1 All Bids submitted shall be made available for examination by interested parties within a reasonable

time following the Bid Opening. All information in the Bid Documents will be available for public scrutiny, unless the Bidder specifically requests confidential treatment of some or all of its commercial data. Requests for confidentiality shall be in writing, and the portions of the commercial data for which confidentiality is requested shall be clearly identified.

Procurement information shall be a public record to the extent provided by Article 24.72, C.R.S., as amended, and shall be available to the public as provided in the statute.

17.2 The Final Bid Price and the means by which that price was determined are not commercial data and

may not be included in any request for confidentiality. 18 REJECTION OF BIDS

9

Page 12: Project Manual for State Highway 66 Waterline Phase III ...

18.1 City of Longmont reserves the right to cancel this Invitation to Bid; reject any Bid, in whole or in part; to adjust the quantity of Work to be done as mandated by budgetary requirements; and to waive informalities or irregularities in the Bids received; when it is in the City's best interest to do so.

18.2 The City of Longmont reserves the right to accept the Bid which in the opinion of the City will best suit

the City's purpose. 19 RIGHT TO INSPECT 19.1 The City may, at reasonable times, inspect the part of the plant, place of business or worksite of the

Bidder or the Bidder's subcontractors at any tier which is pertinent to the performance of the award of the Contract.

20 LAWS TO BE OBEYED 20.1 Bidders shall familiarize themselves with the provisions of the laws of the State of Colorado and the

Federal Government, and with all local laws and all regulations made which are pertinent to the proposed work and shall comply with the same.

21 EQUAL OPPORTUNITY 21.1 The Contractor will not discriminate against any employee or applicant for employment because of race,

color, religion, age, sex, or national origin, or other reason prohibited by applicable federal, state or local law, ordinance or regulation. The Contractor shall abide by all federal laws in effect during the Contract period which govern Equal Opportunity Employment.

22 LOCAL LABOR AND MATERIALS 22.1 Preference shall be given to employment of Colorado labor pursuant to §8-17-101 and 102, C.R.S., as

amended. 22.2 Pursuant to statutory authority, preference shall be given to materials, supplies, and provisions

produced, manufactured, or grown in Colorado, quality being equal to articles offered by competitor outside the state (§8-18-101 through 103, C.R.S., as amended).

23 TIME OF COMPLETION 23.1 TIME IS OF THE ESSENCE and the Bidder agrees to comply with all partial completion dates and to

substantially complete the Project within the stated time beginning on the date of Notice to Proceed.

10

Page 13: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT

CONSTRUCTION CONTRACT GENERAL CONDITIONS SCOPE: Since the General Conditions are general, some conditions may not apply to a particular Project.

Article 1--DEFINITIONS AND ABBREVIATIONS 1.1 Definitions: Whenever used in the Bidding Documents and Contract Documents, the following terms shall have the following meanings, applicable to both the singular and plural:

1.1.1 Addenda: Written changes to the Bidding Documents issued at least two days before the Opening of Bids which modify or interpret the Contract or changes the date set for the Opening of Bids. 1.1.2 Alternate Bid: An Alternate Bid is an amount stated in the Bid added to or deducted from the base amount of the Bid when the City accepts a corresponding change in project scope, materials or method of construction described in the Contract. 1.1.3 Bid: The proposal the Bidder submits on the prescribed Bid Forms stating the prices for the Work to be performed. 1.1.4 Bid Forms: The Bid Proposal, Bid Bond, Bid Schedule, Bidder's Qualifications and Data, Bidder's Officials Data, Non-Collusion Affidavit of Prime Bidder, and Subcontractors and Related Data. 1.1.5 Bidder: The person, partnership, or corporation submitting a Proposal for the performance of the Work covered by the Contract. 1.1.6 Bidding Documents: The Invitation to Bid, Bid Forms, Information and Instructions to Bidders, Specifications, Drawings, Sample Forms, Special and General Conditions and Addenda (if any). 1.1.7 Bonds: Bid Bonds, Performance, and Labor and Material Payment Bonds or other instruments of security, furnished by the Contractor and its Surety according to the Contract. 1.1.8 Change Order: A written modification of the Contract, issued after award to the Contractor, authorizing an addition, deletion or revision in the Work within the general scope of the Contract or authorizing an adjustment in the Contract Price or Contract Time, mutually agreed upon between the City and the Contractor. 1.1.9 City: The City of Longmont, in the State of Colorado, acting by and through its Mayor, City Council, City Manager, or other authorized representative. 1.1.10 Completion Date: The date the Contract specifies the Work is to be completed. 1.1.11 Contract: The Construction Contract consisting of the Agreement for a Construction Contract and the incorporated Contract Documents. 1.1.12 Contract Coordinator: The authorized representative of the City designated to act for the City in processing the Award of Contracts, maintaining centralized official Contract documentation, providing administrative liaison/coordination, legal liaison/coordination via City Attorney, and processing of Contract Payment authorizations as approved by the Project Manager. 1.1.13 Contract Documents: All the documents expressly incorporated into the Contract by the Agreement for Construction Contract, including but not limited to Addenda, Bid Forms, Change Orders, City Project Final Acceptance, Drawings, General Conditions, Information and Instruction to Bidders,

11

Page 14: Project Manual for State Highway 66 Waterline Phase III ...

Insurance Certificates, Invitation to Bid, Notice of Award, Notice of Construction Acceptance, Notice to Proceed, Notice of Substantial Completion, Performance and Labor and Material Payment Bonds, Special Conditions, Supplemental Drawings and Schedules, and Technical Specifications. 1.1.14 Contract Price: The total monies payable to the Contractor under the terms and conditions of the Contract. 1.1.15 Contract Time: The number of days stated in the Contract for the completion of the Project. 1.1.16 Contractor: The person, company, firm or corporation contracting with the City to construct, erect, alter, install or repair any work or construction project. 1.1.17 Drawings: The part of the Contract prepared or approved by the Project Manager showing the characteristics and scope of the Work to be performed. 1.1.18 Date of Contract: The execution date in the Agreement for a Construction Contract. 1.1.19 Day: A calendar day of twenty-four hours each. 1.1.20 Field Order: A written order directing a change in the Project issued by the Project Manager to the Contractor during construction. 1.1.21 Inspector: The City's authorized representative assigned to make detailed inspection of the Work performed by the Contractor. 1.1.22 Notice of Award: The written notice of the acceptance of the Bid from the City to the successful Bidder. 1.1.23 Notice of Construction Acceptance: The written acknowledgment that construction is complete which starts the warranty period. 1.1.24 Notice of Final Acceptance: The written acceptance of Work performed under the Contract, following satisfactory conclusion of the warranty period. 1.1.25 Notice to Proceed: The written notice by the City to the Contractor authorizing it to proceed with the Work which establishes the Contract commencement and Contract Coordinators. 1.1.26 Notice of Substantial Completion: The written notice of the date, as certified by the Project Manager, when the Project or a specified part is sufficiently completed, according to the Contract, so the Project or specified part can be used for the intended purposes. 1.1.27 Owner: The City; see 1.1.9. 1.1.28 Project: The undertaking to be performed as provided in the Contract. 1.1.29 Project Manager: The authorized representative of the City, known as the Project Manager, assigned to the Project to ensure that all Work is performed according to the terms and conditions of the Contract. Also see Article 10, "Project Manager's Responsibilities." 1.1.30 Shop Drawings: All Drawings, diagrams, illustrations, brochures, schedules, and other data prepared by the Contractor, a Subcontractor, manufacturer, Supplier or distributor which illustrate how specific portions of the Work will be fabricated or installed. 1.1.31 Special Conditions: Additions to the General Conditions containing instructions and conditions peculiar to an individual Project.

12

Page 15: Project Manual for State Highway 66 Waterline Phase III ...

1.1.32 Specifications: A part of the Contract Documents consisting of written technical description of materials, equipment, construction systems, standards, and workmanship. 1.1.33 Subcontractor: Any person, company, firm or corporation, having a subcontract with the Contractor to furnish and perform on-site labor, with or without furnishing materials for the project. 1.1.34 Supplier: Any person or organization who supplies materials or equipment for the Work, including that fabricated to a special design, but who does not perform labor at the site. 1.1.35 Surety: The entity which is bound with and for the Contractor for the Performance of the Work and for the Labor and Material Bond. 1.1.36 Unit Price: An amount stated in the Bid as a price per unit of measurement for materials or services as described in the Contract. 1.1.37 Work: The construction and services required by the Contract, whether completed or partially completed, including all other labor, materials, equipment and services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may be the whole or a part of the Project. 1.2 Abbreviations: When the following abbreviations appear in the documents, they are defined as

follows:

AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AISC American Institute of Steel Construction ANSI American National Standards Institute ASA American Standards Association ASCE American Society of Civil Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWS American Welding Society AWWA American Water Works Association CDOT Colorado Department of Transportation EPA Environmental Protection Agency MUTCD Manual on Uniform Traffic Control Devices OSHA Occupational Safety & Health Administration WW-P Federal Specifications Prefix

13

Page 16: Project Manual for State Highway 66 Waterline Phase III ...

Article 2--PRELIMINARY MATTERS 2.1 Notice to Proceed 2.1.1 Following the execution of the Contract by the Parties, the Project Manager will give the Contractor written Notice to Proceed with the Work. The Contractor shall begin and continue the Work regularly and without interruption (unless otherwise directed in writing by the Project Manager) with the force necessary to complete the Work within the time stated in the Contract. 2.2 Contractor's Understanding 2.2.1 The Contractor agrees that, by careful examination, it is satisfied as to the nature and location of the Work, the conformation of the ground, the character, quality, and quantity of the materials to be encountered, the character of equipment and facilities needed before beginning and for the Project, the general and local conditions, and all other matters, which can in any way affect the Work under the Contract. No oral agreement with any officer, agent or employee of the City either before or after the execution of the Contract shall affect or change any of the terms or obligations contained in the Contract. 2.3 Contractor's Warranty 2.3.1 The Contractor warrants that it has the knowledge, ability, experience, and expertise to perform the Work competently. The Contractor warrants the capacity of the Contractor's construction plant, personnel, and its ability to complete the Project within the allotted time. 2.4 Contractor's License and Permits 2.4.1 The Contractor will obtain all licenses and permits required to do the Work. Whenever necessary, the Contractor will have a Contractor's License with the City by the time of Notice of Award. It will have all permits required by the City, as well as those required by County, State and Federal agencies. The City will not charge for City permits, although a charge may apply for Contractor's License or for use fees. Subcontractors shall also have a City of Longmont Contractor's License and the proper permits. The City will not charge for the Subcontractor's permits. 2.5 Schedules, Reports, and Records 2.5.1 Before beginning construction, the Contractor shall submit to the Project Manager a Construction Progress Schedule, on a form approved by the Project Manager, showing all Work the Contractor and all Subcontractors will perform. The Project Manager may require the Contractor to substitute a Critical Path Method schedule (CPM), or bar graph type schedule. The Special Conditions will state when a CPM network schedule is required. 2.5.2 The schedule shall be in enough detail for the Project Manager to readily determine the Work to be performed each day. When requested by the Project Manager, the Contractor shall update the schedule. 2.5.3 Before beginning construction, the Contractor shall give the Project Manager the dates it expects to submit Shop Drawings, manufacturers' details, catalog cuts or other required special detail Drawings and also the dates of beginning manufacture, testing, delivery and installation of special equipment and materials. 2.6 Contractor's Address 2.6.1 The address in the Bid Proposal is designated as the place to which all communications to the Contractor will be delivered or mailed. The delivery at the listed address, in person or by certified mail, of any notice, letter or other communication to the Contractor, is adequate service upon the Contractor, and the date of the service is the date of delivery.

14

Page 17: Project Manual for State Highway 66 Waterline Phase III ...

2.7 Notification of Utility Owners 2.7.1 The Contractor shall cooperate with Utility Owners to mitigate damage whenever the Contractor's work affects their utilities. 2.7.2 The Contractor shall not excavate without first notifying the owners, operators or association of owners and operators having underground facilities in the area of such excavation. Notice may be given in person, by telephone or in writing. Notice to an association is notice to each member of the association. 2.7.3 Contractor shall give notice of the commencement, extent, and duration of the excavation work at least two business days before beginning Work. 2.7.4 If the Project affects fences, landscaping, mailboxes, driveways and other improvements, the Contractor shall notify the affected property owners or occupants IN WRITING at least two business days before beginning Work. The Contractor shall cooperate with the owners or occupants to reduce inconvenience where reasonably possible. 2.8 Department of Revenue Forms 2.8.1 It is the responsibility of the Contractor to apply for a Colorado State Sales and Use Tax Exemption Certificate from the State Dept. of Revenue and to use it when purchasing materials or supplies in connection with the Project. 2.8.2 The City's Tax Exemption Numbers are to be used only when obtaining the Contractor's own Tax Exemption Certificate for each specific City project:

a. Federal Tax Exemption Number: 84-600-608 b. State of Colorado Tax Exemption Number: L98-03477

Article 3--DRAWINGS AND SPECIFICATIONS 3.1 Intent of Drawings and Specifications 3.1.1 In the Drawings and Specifications, the City intends that the Contractor furnish all superintendence, labor, materials, tools, equipment, supplies, machinery and transportation necessary for the proper execution of the Work unless specifically noted otherwise. The Contractor shall do all the Work shown on the Drawings and described in the Specifications and all incidental Work reasonably necessary to complete the Project in a substantial and acceptable manner, and to complete fully the Work, ready for use, by the City. 3.1.2 The Contractor shall complete all Work according to the Specifications and Plans, and in compliance with applicable laws of Colorado and ordinances of the City. 3.1.3 In interpreting the Contract, words describing materials or work having a well-known technical or trade meaning, unless otherwise specifically defined, will be construed according to well-known meanings as recognized by engineers, architects, and the trades. 3.1.4 When the Contract refers to a provision of the General Conditions or another Contract Document, the Contract means the provision as amended or supplemented by other provisions of the Contract. 3.1.5 When the Specifications state the words "as directed," or "as required," or "as permitted," or words of like meaning, it is understood that the direction, requirement or permission of the Project Manager is intended. Similarly, the words approved, acceptable or satisfactory shall refer to approval by the Project Manager.

15

Page 18: Project Manual for State Highway 66 Waterline Phase III ...

3.1.6 The Contract Documents are intended to be complementary, and Work called for on any Drawing and not mentioned in the Specifications, or Work described in the Specifications and not shown on any Drawing, is included under the Contract as if set forth in both the Specifications and Drawings. 3.2 Copies of Drawings and Specifications Furnished 3.2.1 The Project Manager will furnish to the Contractor, free of charge, four copies of Drawings and Specifications of the Work. All additional copies will be furnished at reproduction costs. 3.3 Discrepancies in Drawings 3.3.1 Contractor shall immediately report any discrepancies found between the Drawings and Specifications and site conditions or any errors or omissions in the Drawings or Specifications to the Project Manager, who shall promptly correct such error or omission IN WRITING. Any affected Work done by the Contractor after discovery of such discrepancies, errors or omissions and affected by those is done at the Contractor's risk. In all cases, the Project Manager shall decide the intent of the Drawings and Specifications. The decision is final. 3.4 Dimensions 3.4.1 Figured dimensions shall govern over scaled dimensions. 3.5 Drawings and Specifications at Job Site 3.5.1 The Contractor shall keep one complete set of all Drawings and Specifications at the job-site, available to the Project Manager or the Manager's representative at all times. 3.6 Shop Drawings 3.6.1 The Contractor shall provide Shop Drawings, settings, schedules, and such other Drawings as may be necessary for the prosecution of the Work in the shop and in the field as required by the Drawings, Specifications or Project Manager's instructions. 3.6.2 The Contractor shall submit for approval four reproducible copies of all Shop Drawings and descriptive data as applicable showing all features not fully detailed on the Contract Plans but essential for a completely coordinated installation. 3.6.3 The City's approval of Shop Drawings indicates only that the type and kind of equipment, general method of construction or detailing are satisfactory, but the Contractor may not construe the approval as a complete check. The Contractor has the responsibility for incorporating into the Work satisfactory materials and equipment meeting the requirements of the Contract Plans and Specifications, the proper dimensions, and the detailing of connections. 3.6.4 The review of Shop Drawings is only to check for compliance with the design concept of the Project and general compliance with the Contract Documents. Approval does not indicate the waiver of any contract requirement. Changes in the Work are authorized only by separate written Change Order.

16

Page 19: Project Manual for State Highway 66 Waterline Phase III ...

3.7 Record Documents 3.7.1 The Contractor shall keep one record copy of all Addenda, Change Orders, Drawings, Field Orders, Modifications, and Shop Drawings and Specifications in good order. The Contractor shall record any changes made during construction on the record copies. The Contractor shall make a set of "Record Drawings" by marking this set of prints with all changes from the original Drawings as bid, including all Change Orders, alignment changes, depth changes of underground pipes and utilities, and all other items that are not the same as originally drawn. The Contractor shall keep the Record Drawings up to date as the Project progresses. The Project Manager may require, as a condition of the approval of the monthly progress payment, periodic inspection of the Record Drawings. The Contractor will deliver the Record Drawings to the Project Manager upon completion of the Project before Final Payment. 3.8 Differing Site Conditions 3.8.1 The Contractor shall promptly, before such conditions are further disturbed, notify the Project Manager in writing of: 3.8.1.1 Subsurface or latent physical conditions at the job-site differing materially from those indicated in the Contract; or 3.8.1.2 Unknown physical conditions at the job-site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in Work of the character provided for in the Contract. 3.8.2 Upon receipt of written notification from the Contractor of alleged differing site conditions, the Project Manager shall promptly investigate the conditions and if it finds the conditions materially differ, and so cause an increase or decrease in the Contractor's cost of or the time required for performance of any part of the Work under the Contract, an equitable adjustment will be made and the Contract modified in writing as provided for in Article 11 of these General Conditions. 3.8.3 No claim will be allowed under this Article unless the Contractor has given the written notice required in Article 3.8.1. 3.8.4 No claim will be allowed under this Article if Final Payment has been made. 3.9 Surveys 3.9.1 The Project Manager has the option to develop and arrange for detail surveys through a separate contract if deemed desirable or necessary and if specifically noted as such in the Special Conditions, otherwise the Contractor shall provide all survey required to construct the Project according to the Project documents. The Contractor assumes full responsibility for construction according to the proposed lines and grades. 3.9.2 The Contractor shall carefully protect all monuments and property markers from disturbance or damage.

Article 4--AVAILABILITY OF RIGHT-OF-WAY 4.1 Acquisition of Right-of-Way 4.1.1 Before issuance of Notice to Proceed, the City shall obtain all land and right-of-way necessary for carrying out and completion of the Work to be performed pursuant to the Contract, unless otherwise mutually agreed.

17

Page 20: Project Manual for State Highway 66 Waterline Phase III ...

4.1.2 The City shall provide to the Contractor information which delineates and describes the lands owned and rights-of-way acquired, when necessary. The Contractor shall confine its operations within the areas designated by the Project Manager. 4.2 Access to Right-of-Way 4.2.1 The City will provide right of access to all places necessary for the performance of the Work. Nothing contained in the Contract shall give the Contractor exclusive occupancy of the area provided by the City. The City, other Contractors of the City and utility companies may enter upon or occupy portions of the land furnished by the City for any purpose, but without unreasonably interfering with the completion of the Project. Joint occupancy or use of the territory shall not be the basis of any claim for delay or damages. 4.3 State Highway Right-of-Way 4.3.1 If any part of the Project is within the right-of-way of a roadway under the jurisdiction of the Colorado Division of Transportation (CDOT) the City shall obtain the necessary permits from CDOT to perform such Work. The Contractor shall conform to all the requirements and restrictions indicated on the permit. The Contractor shall restore the area to its original condition, including reseeding if necessary, at the completion of the Project. 4.4 Temporary Storage Facilities 4.4.1 The Contractor may secure at its own expense, and without liability to the City, use of any additional land that the Contractor may desire for temporary construction activities, and facilities, or storage of materials.

Article 5--BONDS AND INSURANCE 5.1 Performance Bond and Labor and Material Payment Bond 5.1.1 The Contractor shall, within ten days after receipt of the Notice of Award, and before the commencement of any operations hereunder execute the Contract and furnish the City with separate Performance, and Labor and Material Payment Bonds each in a penal sum equal to the amount of the Contract Price, conditioned upon the Contractor's performance of all undertakings, covenants, terms, conditions, and agreements of the Contract, and upon the Contractor's prompt payment to all persons supplying labor and materials in the prosecution of the Work provided by the Contract. The Contractor and a corporate Bonding company, licensed to transact such business in the State of Colorado and acceptable to the City, shall execute the Bonds. The Contractor bears the expense of these Bonds. If at any time the Surety on such Bonds becomes irresponsible or loses its right to do business in the State of Colorado, the City may require another Surety, which the Contractor shall furnish within ten days after receipt of written notice to do so. Evidence of authority of an attorney-in-fact acting for the corporate Surety shall be provided in the form of a certificate as to its power of attorney and to the effect that it is not terminated and remains in full force and effect on the date of the Bonds. The form of the Bonds is subject to the City's approval. 5.2 Insurance 5.2.1 The insurance requirements contained in the Contract shall not limit or redefine the obligations of the Contractor as provided elsewhere in the Contract. 5.2.2 Only insurance companies with authority to issue policies in Colorado may provide insurance coverage under the Contract.

18

Page 21: Project Manual for State Highway 66 Waterline Phase III ...

19

5.3 Insurance Requirements 5.3.1 The Contractor shall purchase and maintain, for the full period of the Contract, including any warranty period, at the Contractor's or Subcontractor's sole expense, insurance policies providing coverage as follows: 5.3.1.1 Comprehensive Auto Liability: Comprehensive form, including owned, hired and non-owned automobiles. The limits of coverage shall be at least the City's maximum liability under the Colorado Governmental Immunity Act (§24-10-110, C.R.S., as amended). 5.3.1.2 Comprehensive General Liability: Commercial general liability insurance covering personal injury, bodily injury and property damage; Explosion & Collapse; Underground Hazard; Products/Completed Operations; Contractual Liability; Broad Form Property Damage; and City's & Contractor's Protective. The limits shall be at least the City's liability limits under the Colorado Governmental Immunity Act (§24-10-110, C.R.S., as amended). All policies shall be of the occurrence form. Any deviation from the occurrence form shall be approved by the City of Longmont Risk Manager. A copy of each policy and endorsement must be submitted to the Risk Manager with each certificate of insurance when a deviation is requested. 5.3.1.3 Workers' Compensation and Employer's Liability: as statutorily required for persons performing work under the Contract. Any Subcontractor hired by the Contractor shall also carry Workers' Compensation and Employers' Liability coverage. Employer's liability insurance shall have a minimum coverage of $1,000,000 per occurrence. 5.3.1.4 Builder's Risk: a Builder's Risk Policy is required for contracts in excess of $100,000 that involve the construction of a new building and for contacts in excess of $50,000 that involve the renovation of an existing building. The Contractor shall cause its insurance provider to name the City as an additional insured. 5.3.1.5 Installation Floater: an Installation Floater Policy is required for contracts involving the installation of unique or customized equipment and for contracts involving installations that in the judgment of the City threaten to damage existing structures. The Contractor shall cause its insurance provider to name the City as an additional insured. 5.3.2 Additional Insured Clause: The insurance coverage required for the performance of the Contract must be endorsed to name the City of Longmont, Colorado, a municipal corporation, its council members, officers, agents, employees and volunteers, as additional insured with respect to the activities performed under the Contract and shall contain a notice provision requiring 30 days written notice before cancellation, alteration or non-renewal. 5.3.3 Primary Insurance Endorsement: Pursuant to an endorsement submitted to and approved by the City's Risk Manager, all coverage must specifically state the insurance coverage for the Project. In no event shall an additional endorsement in the form of GL20.09 (1973-01 ed.) or any similar form be submitted or accepted. 5.3.4 Certificate of Insurance: As evidence of the insurance coverage required by the Contract, the Contractor shall furnish a certificate of insurance to:

Purchasing and Contracts Division 1100 South Sherman Street Longmont, CO 80501

The certificate will specify parties who are additional insured. If the Contractor is self-insured under the laws of the State of Colorado, Contractor shall provide appropriate declarations of coverage. 5.3.5 Continuance of Insurance: For the term of the Contract, which includes any warranty periods, the Contractor shall not cancel, materially change or fail to renew the insurance coverage, and agrees to notify the City of Longmont's Purchasing and Contracts Division of any material reduction or exhaustion of

Page 22: Project Manual for State Highway 66 Waterline Phase III ...

20

aggregate policy limits. If the Contractor fails to purchase or maintain the insurance coverage set forth in these General Conditions, the City shall have the right, but not the obligation, to procure such insurance coverage at the Contractor's expense.

Article 6--INDEMNIFICATION 6.1 Responsibility for Damage Claims: The Contractor shall indemnify, save harmless, and defend the City, its officers and employees, from and in all suits, actions or claims of any character brought because of: any injuries or damage received or sustained by any person, persons or property because of operations for the City under the Contract; the Contractor's failure to comply with the provisions of the Contract; the Contractor's neglect of materials while constructing the Work; because of any act or omission, neglect or misconduct of the Contractor; because of any claims or amounts recovered from any infringements of patent, trademark, or copyright, unless the design, device, materials or process involved are specifically required by Contract; from any claims or amount arising or recovered under the "Workers' Compensation Act," by reason of the Contractor's failure to comply with the act; pollution or environmental liability; or any failure of the Contractor to comply with any other law, ordinance, order or decree. The City may retain so much of the money due the Contractor under the Contract, as the City considers necessary for such purpose, for the City's use. If no money is due, the Contractor's Surety may be held until such suits, actions, claims for injuries or damages have been settled. Money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that it and the City are adequately protected by commercial general liability and property damage insurance. 6.1.1 The Contractor also agrees to pay the City all expenses incurred to enforce this "Responsibility for Damage Claim" agreement and if the insurer of the Contractor fails to provide or pay for the defense of the City of Longmont, its officers and employees, as additional insured, the Contractor agrees to pay for the cost of that defense. 6.1.2 Nothing in the INSURANCE PROVISIONS shall limit the Contractor's responsibility for payment of claims, liabilities, damages, fines, penalties, and costs resulting from its performance or nonperformance under the Contract.

Article 7--CONTRACTOR'S RESPONSIBILITIES 7.1 Control of the Work 7.1.1 When the Contractor is not present on the Project it shall have a Superintendent or other representative acceptable to the City present who shall, during the absence of the Contractor, be its representative and have immediate charge of the Project. The Superintendent or representative shall have the Contractor's authority to act in its absence. 7.1.2 Any person employed on the Project who fails, refuses or neglects to obey the Superintendent or Contractor's other designated representative, shall, upon the order of the Project Manager, be at once removed from the Project and not again employed on any part of the Project. 7.2 General Use of Subcontractors 7.2.1 The Contractor may utilize the services of specialty Subcontractors on those parts of the Work which, under normal contracting practices, are performed by specialty Subcontractors. 7.2.2 The Contractor shall not sublet or subcontract any portion of the Work to be done under the Contract until approval of such action has been obtained from the City. 7.2.3 The Contractor is fully responsible to the City for the acts and omissions of its Subcontractors, and of persons either directly or indirectly employed by them.

Page 23: Project Manual for State Highway 66 Waterline Phase III ...

21

7.2.4 Nothing contained in the Contract creates any contractual relationship between any Subcontractor and the City. 7.2.5 The Contractor shall put appropriate provisions in all Subcontracts relative to the Work to bind Subcontractors to the terms of the Contract insofar as applicable to the Work of Subcontractors, and to give the Contractor the same power to terminate any Subcontractor that the City may exercise over the Contractor. 7.2.6 The Contractor shall make available to each proposed Subcontractor, before the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub-Subcontractors. 7.3 Materials and Equipment Furnished by the Contractor 7.3.1 The Contractor shall furnish and pay the cost of all of the necessary materials not furnished by the City, all the superintendence, labor, tools, equipment, installation, maintenance, dismantling and removal of materials, supplies, temporary facilities, machinery and transportation. The Contractor shall perform all the work required for the construction of all structures listed and itemized under the Bid Schedule of the Bid in strict accordance with the plans, Specifications and requirements and any amendments thereto and supplemental plans and Specifications hereafter approved. 7.3.2 Unless otherwise provided for in the Specifications, all workmanship, equipment, materials, and articles incorporated in the Project are to be the best of their respective kinds, new and undamaged. 7.3.3 Materials, supplies or equipment to be incorporated into the Project shall not be purchased by the Contractor or any Subcontractor subject to chattel mortgage or under a conditional sales contract or other agreement by which an interest is retained by the seller. 7.3.4 The Contractor shall furnish the Project Manager, for the Manager's approval, the name of the manufacturer of machinery and other equipment for materials the Contractor contemplates incorporating in the Project. The Contractor shall also furnish information on capacities, efficiencies, sizes, etc., and other information as may be required by the Project Manager. The Contractor shall submit samples for approval when requested. Machinery, equipment, materials, and articles installed or used without the Project Manager's approval are at the risk of subsequent rejection. 7.3.5 The Contractor shall give the Project Manager three copies of all shop manuals, operating manuals, parts lists, classifications, catalog cuts, Specifications, warranties and guarantees for all equipment and machinery installed. 7.3.6 Consideration of a product as an "equal" by the Project Manager may require that the manufacturer of such product furnish guarantees that extend beyond the usual product warranty time. The refusal of a manufacturer to provide such guarantees is sufficient reason for rejecting the product. 7.4 Patents and Copyrights 7.4.1 The Contractor shall provide a suitable legal agreement with the patentee giving the Contractor the right to use any design, device, material, or process covered by letters patent or copyright, in the construction of the Project when the use has not been specified or required by the Drawings and Specifications. The Contractor shall file a copy of this agreement with the City, if requested. The Contractor and the Surety shall indemnify, defend and save harmless the City from all claims for infringements on patented design, devices, material, process or any trademark or copyright during the prosecution or after the completion of the Project. 7.4.2 If any design, device, material, process or product of a particular manufacturer covered by letters patent or copyright is specified for use by the Drawings and Specifications, the City is responsible for any

Page 24: Project Manual for State Highway 66 Waterline Phase III ...

22

claims for infringement by reason of the use of such design, device, material, process or product of a particular manufacturer; but the Contractor shall pay any royalties or license fees required. 7.5 Existing Utilities 7.5.1 The City has collected and shown on the Drawings available information on the location of existing underground, surface and overhead structures and utilities. However, the City does not guarantee the results of the investigations are accurate or complete. It is the Contractor's responsibility to verify all locations of existing structures and utilities shown on the Drawings and to ascertain whether any other structures and utilities exist. 7.5.2 The Contractor shall support, and protect from injury, existing power lines, telephone lines, water mains, gas mains, sewers, cables, conduits, ditches, curbs, walks, pavements, driveways, and other structures in the vicinity of the Project which are not authorized to be removed until completion of the Project. 7.6 Coordination with Utilities Departments 7.6.1 The Contractor shall always coordinate its Work with the City of Longmont Water/Wastewater Utilities Department. If it becomes necessary to close portions of any water or sewer system due to construction operations, a minimum of 48 hours notification shall be given the Utilities Department and whenever possible one week's notice should be given. It is the Contractor's responsibility to ensure continuity of the utilities. 7.6.2 If City owned electrical utilities are involved, the Contractor shall coordinate its Work with the City of Longmont Electric Utility Department. Contractors should make every effort to give the Electric Department one week's notice of upcoming construction involving the electric services; a minimum of 48 hours notification shall be given to the Electric Utility Department. 7.6.3 All electrical power and water from City owned utilities required for the Project will be provided at the Contractor's expense. 7.7 Laws and Ordinances 7.7.1 The Contractor shall perform all obligations under the Contract in strict compliance with all federal, state, and municipal laws, rules, statues, charter provisions, ordinances, and regulations, applicable to the performance of the Contractor under the Contract. 7.7.2 The Contractor shall obtain all other permits and licenses required in the prosecution of the Work. 7.7.3 IT IS UNLAWFUL AND UNETHICAL FOR ANY PERSON TO OFFER, GIVE OR AGREE TO GIVE ANY CITY EMPLOYEE, CITY OFFICIAL OR FORMER CITY EMPLOYEE, OR FOR ANY CITY EMPLOYEE, CITY OFFICIAL OR FORMER CITY EMPLOYEE TO SOLICIT, DEMAND, ACCEPT OR AGREE TO ACCEPT FROM ANOTHER PERSON, A GRATUITY OR AN OFFER OF EMPLOYMENT IN CONNECTION WITH ANY DECISION, APPROVAL, DISAPPROVAL, RECOMMENDATION OR PREPARATION OF ANY PART OF A PROGRAM REQUIREMENT OR A PURCHASE REQUEST, INFLUENCING THE CONTENT OF ANY SPECIFICATION OR PROCUREMENT STANDARD, RENDERING OF ADVICE, INVESTIGATION, AUDITING OR IN ANY OTHER ADVISORY CAPACITY IN ANY PROCEEDING OR APPLICATION, REQUEST FOR RULING, DETERMINATION, CLAIM OR CONTROVERSY, OR OTHER PARTICULAR MATTER, PERTAINING TO ANY PROGRAM REQUIREMENT OR A CONTRACT OR SUBCONTRACT, OR TO ANY SOLICITATION OR PROPOSAL THEREFOR. 7.7.4 IT IS UNLAWFUL AND UNETHICAL FOR ANY PAYMENT, GRATUITY OR OFFER OF EMPLOYMENT TO BE MADE BY OR ON BEHALF OF A SUBCONTRACTOR UNDER A CONTRACT TO THE PRIME CONTRACTOR OR HIGHER TIER SUBCONTRACTOR OF ANY PERSON ASSOCIATED THEREWITH, AS AN INDUCEMENT FOR THE AWARD OF A SUBCONTRACT OR ORDER.

Page 25: Project Manual for State Highway 66 Waterline Phase III ...

23

7.8 Protection of Persons 7.8.1 It is a condition of the Contract, and the Contractor shall make a condition of each Subcontract entered into pursuant to the Contract, that the Contractor and any Subcontractor shall not require any laborer, mechanic or other person employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous to health or safety. The Contractor shall comply with all applicable safety rules and regulations adopted by the United States Department of Labor Occupational Safety and Health Administration (OSHA), the Industrial Commission of the State of Colorado or the City of Longmont, whichever is most restrictive. The City assumes no duty to insure that the Contractor follows the safety regulations issued by OSHA or the State of Colorado. 7.8.2 For operations involving trenching, excavation or any other underground construction, the Contractor's attention is specially directed to and its Work shall conform to the Construction Safety and Health Regulations, Part P Subparagraph 1926.650-653 by OSHA, latest revision. 7.8.3 The Contractor shall always, whether or not so specifically directed by the Project Manager, take necessary precautions to ensure the protection of the public. The Contractor shall furnish, erect, and maintain at its own expense all necessary precautions for the protection of the Work and safety of the public through and around its construction operations. 7.9 Protection of Property 7.9.1 The Contractor shall continuously and adequately protect the Work from damage, injury or loss arising in connection with the Contract. It shall repair or replace at its expense any such damage, injury or loss, except such as may be directly due to error in the Contract or caused by agents or employees of the City. It shall provide and maintain at its expense all passageways, barricades, guard fences, lights, and other protection facilities required by public authority or local conditions. 7.9.2 The Contractor is responsible for protection of all public and private property on and adjacent to the site of the Work. It shall use every precaution necessary to prevent damage to curbs, sidewalks, driveways, trees, shrubs, sod, mailboxes, fences, and other private and public improvements. It shall protect carefully from disturbance or damage all land monuments and property markers until an authorized agent has witnessed or otherwise referenced their locations, and shall not remove them until directed. 7.10 Protection of Historical Sites 7.10.1 When the Contractor's excavating operations encounter remains of prehistoric people's dwelling sites or artifacts of historical or archeological significance, the Contractor shall temporarily discontinue the operations, and immediately advise the Project Manager. The Project Manager will contact archeological authorities to determine the disposition of the items in question. When directed, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and remove them for delivery to the custody of the proper authorities. Such excavation is considered, and paid for, as extra Work. 7.11 Responsibility to Repair 7.11.1 Should any existing property be damaged, the Contractor shall immediately notify the owner of such property. Unless authorized in writing by the owner of the property or directed by the Project Manager, the Contractor shall not attempt to make repairs. Written authorization from the owner to make repairs must be so worded as to save the City harmless from any responsibility whatsoever relative to the sufficiency of the repairs. The Contractor shall give the Project Manager a copy of the written authorization to make repairs. 7.11.2 When any direct or indirect damage or injury is done to any public or private property or utility by or on account of any act, omission, neglect or misconduct in the execution of the Work, the Contractor shall restore the damaged property at its own expense to a condition equal to or better than that existing before such damage or injury.

Page 26: Project Manual for State Highway 66 Waterline Phase III ...

24

7.11.3 The Contractor shall replace any materials and equipment lost, stolen, damaged or otherwise rendered useless during the performance of Work on the Project. 7.12 Traffic Control 7.12.1 The Contractor shall arrange Work to disrupt traffic as little as possible. All traffic Control Devices used shall conform to the latest edition of the Manual of Uniform Traffic Control Devices, (MUTCD). Except as otherwise permitted, two way traffic shall be maintained at all times in public roadways. At least 72 hours before starting any Work in City right-of-way, the Contractor shall submit a detailed traffic control plan for review from the Public Works Division. The approval shall establish the requirements for closures related to the number of lanes and time of day lanes or streets may be closed. The Traffic Control Plan (TC Plan) shall include the name of the contractor, the name and phone number of the person responsible for the traffic control, the date for beginning and ending construction activity and hours of operation expected. The TC Plan should show the widths of streets involved, traffic lanes, the size and location of the Work area with distances from the curb, distance to the nearest intersection and the type and location of traffic control devices. No changes to the TC Plan shall be permitted without prior approval by the Public Works Division. 7.12.2 The Contractor shall furnish and maintain all necessary signs, barricades, lights, and flaggers necessary to control traffic and provide for safety of the public, all in compliance with the MUTCD with subsequent revisions and additions, and to the satisfaction of the Public Works Division. 7.12.3 Whenever a police officer is necessary for traffic control, the Contractor shall hire and pay a uniformed off-duty police officer with authority in the City to direct traffic. The police department will determine the rate of pay for the officers. 7.12.4 The Contractor shall make its Traffic Control plans in concurrence with the Traffic Control requirements specifically stated in the Special Conditions. 7.13 Sanitary Regulations 7.13.1 The Contractor is responsible for providing proper health and sanitation facilities for its employees, in compliance with any rules and regulations of the State Board of Health or any other bodies having jurisdiction. 7.13.2 The Contractor shall always provide an abundant supply of safe drinking water for its employees and shall give orders against the drinking of any water known to be unsafe in the vicinity of the Project. 7.13.3 At convenient places, the Contractor shall provide fly-proof outside toilets which are to be maintained in a sanitary condition. Toilets shall not be permitted in any reservoir area and shall not be permitted where they may pollute a water supply. 7.14 Pollution Control 7.14.1 The Contractor shall comply with all applicable Federal and State laws, orders, and regulations concerning the control, prevention, and abatement of water pollution and air pollution in all operations pertaining to the Contract whether on right-of-way provided by the City or elsewhere. 7.14.2 The Contractor shall use construction methods that prevent release, entrance or accidental spillage of solid matter, contaminants, debris, and other objectionable pollutants and wastes including, but not restricted to refuse, garbage, cement, concrete, sewage effluent, industrial waste, radioactive substances, oil and other petroleum products, aggregate processing tailings, mineral salts, and thermal pollution. Non-regulated solid wastes shall be disposed of by methods approved under applicable laws and regulations, including, the Resource Conservation and Recovery Act (RCRA), Subtitle D, as administered by Colorado and local Health Departments and the EPA. Contaminated and hazardous materials are regulated by RCRA, Subtitles C and D. The Contractor shall notify the Colorado Department of Health, local Health Departments, and City Fire Departments if suspect materials are encountered.

Page 27: Project Manual for State Highway 66 Waterline Phase III ...

25

7.14.3 The Contractor shall utilize methods and devices that are reasonably available to control, prevent, and otherwise minimize atmospheric emissions or discharges of air contaminants including dust in its construction activities and operation of equipment. 7.14.4 The Contractor shall not emit dust into the atmosphere during any operations, including but not limited to: grading; excavating; manufacturing, handling or storing of aggregates; trenching; or cement or pozzolans. The Contractor shall use the necessary methods and equipment to collect, deposit, and prevent dust from its operations from damaging crops, orchards, fields or dwellings or causing a nuisance to persons. The Contractor is liable for any damage resulting from dust. 7.14.5 The Contractor may not operate equipment and vehicles with excessive emission of exhaust gases due to improper mechanical adjustments, or other inefficient operating conditions, until repairs or adjustments are made. 7.14.6 Burning trash, rubbish, trees, brush or other combustible construction materials is permitted only when the Contractor has a valid "Burning Permit" issued by Boulder County Health Department or other authority having jurisdiction. Burning shall be conducted in strict conformance with the permit. 7.14.7 De-watering for structure foundations or earthwork operations adjacent to or encroaching on lakes, streams or water courses shall be done in a manner which prevents muddy water and eroded materials from entering the lakes, streams or water courses, by construction of intercepting ditches, bypass channels, barriers, settling ponds or by other approved means. Excavated materials may not be deposited or stored in or alongside lakes or water courses where they can be washed away by high water or storm runoff. 7.14.8 The Contractor may not allow waste water from aggregate processing, concrete batching or other construction operations to enter lakes, streams, water courses or other surface waters without turbidity control methods such as settling ponds, gravel-filter entrapment dikes, approved flocculation processes that are not harmful to fish, recirculation systems for washing of aggregates or other approved methods. Any waste waters discharged into surface waters shall conform to applicable discharge standards of the Colorado Department of Health and the Federal Government. 7.15 Stormwater Quality 7.15.1 The Contractor shall be responsible for the preservation and protection of storm water collection systems and other natural and developed drainage ways, which may be affected by Work done under the Contract. Any construction activity that disturbs one or more acres of land and any construction activity that disturbs less than one acre but is part of a larger common plan of development as determined by the City, must obtain a Development Permit from the City and a Stormwater Discharge Permit Associated with Construction Activity from the Colorado Department of Public Health and Environment (CDPHE). Contractor shall use the application form at the end of the General Conditions to apply for a Development Permit from the City. The Colorado Department of Public Health and Environment, Water Quality Control Division, can be reached at 303-692-3500 http://www.cdphe.state.co.us/wq/PermitsUnit/wqcdpmt.html ). Unless otherwise indicated, the Contractor is responsible for obtaining this permit from the Colorado Department of Public Health and the Environment. 7.15.2 The Contractor shall satisfy all environmental quality standards imposed by law and take reasonable steps to minimize the environmental impact of the work. In compliance with applicable City, state and federal law:

1. The Contractor shall not pollute the water of any pond, lake, stream, ditch, or other watercourse, as prohibited by Section 14.26 of the Longmont Municipal Code.

2. The Contractor will implement erosion control practices and stormwater best management practices in accordance with Section 14.26 of the Longmont Municipal Code.

3. The Contractor will comply with all appropriate groundwater discharge permits associated with this project.

7.15.3 All permit requirements must be met throughout the warranty period and until Final Stabilization is reached.

Page 28: Project Manual for State Highway 66 Waterline Phase III ...

26

7.15.4 For purposes of this Contract, the Project Manager is authorized to enforce Section 14.26.160 of the Longmont Municipal Code. As a result of enforcement of Section 14.26.160 of the Longmont Municipal Code, any direct costs, including assessed fines, will be charged to the Contractor and appropriate deduction will be made from the Contractor’s monthly payments.

7.15.5 This work consists of constructing, installing, maintaining, and removing when required, erosion control measures during the life of the Contract or length of the Stormwater Permit, whichever is open longer, to prevent or minimize erosion, sedimentation, and pollution of any state waters including wetlands as defined in the Colorado Department of Transportation Standard Specifications Section 208 or 107.25, or Urban Drainage and Flood Control District (UDFCD) Volume 3 Urban Storm Drainage Criteria Manual, or City design standards.

7.15.6 The Contractor shall coordinate the construction of temporary erosion control measures with the construction of permanent erosion control measures to assure economical, effective and continuous erosion control throughout the construction and warranty period.

7.15.7 The materials for erosion control measures shall conform to Section 208 of the Colorado Department of Transportation Standard Specifications or Urban Drainage and Flood Control District (UDFCD) Volume 3 Urban Storm Drainage Criteria Manual.

7.15.8 The Contractor is responsible for complying with the requirements of both the City Development Permit and the Stormwater Discharges Permit Associated with Construction Activity Permit from CDPHE until the permits have been formally inactivated. Contract requirements include:

• Develop a Stormwater Management Plan (SWMP) and submit to the City for review and approval.

• After City approval of the SWMP, submit a permit application to CDPHE at least 10 days prior to the start of construction activities.

• Submit proof of issuance of a City Development Permit and proof of issuance of a Stormwater Discharge Permit Associated with Construction Activity to the Project Manager.

During Construction • Keep a current copy of the SWMP on site at all times. • Document any plan changes on the approved SWMP. • Install Best Management Practices (BMPs) according to specifications outlined in the SWMP. • Perform visual inspection daily. • Perform written inspections of stormwater and erosion controls every 14 days and following each

significant storm event. • Maintain inspection records and maintenance records on-site with the SWMP at all times. • Provide SWMP and inspection records to City Inspector upon request. • Maintain and modify BMPs to reflect current conditions of the job site until Final Stabilization is

achieved. • In accordance with project schedule, implement phasing of grading and temporary vegetation

cover to properly manage site runoff during periods of construction inactivity. .

Post-Construction • Project Manager or Designee will determine when final stabilization is reached. Final

Stabilization, as defined by the State of Colorado, is reached when all soil disturbing activities at the site have been completed and a uniform vegetative cover has been established with a density of at least 70 percent or pre-disturbance levels or equivalent, permanent, physical erosion reduction methods have been employed.

• Remove all temporary BMP’s. • Inactivate City development Permit and the Stormwater Discharge Permit Associated with

Construction Activity through Inactivation Notice or Notice of Transfer or Reassignment as determined by the Project Manager.

Page 29: Project Manual for State Highway 66 Waterline Phase III ...

27

7.15.9 For more specific information about SWMP requirements and City Construction Permit application forms, refer to the City Design Standards and Construction Specifications. 7.15.10 Construction sites that discharge un-permitted stormwater are in violation of the Clean Water Act and local regulations, and may be subject to fines of up to $25,000 a day per violation and subject to additional civil penalties. 7.15.11 When included in the Special Conditions, the Contractor shall assign to the project an employee, or other person approved by the Project Manager to serve in the capacity of the Erosion Control Supervisor (ECS). The ECS shall be a person other than the Contractor’s superintendent, unless otherwise approved by the Project Manager. The ECS shall be experienced in all aspects of construction and have satisfactorily completed an ECS training program authorized by the City. Certified Erosion Control Training is required for contractors responsible for installing and maintaining the BMPs. Call (303) 441-1439 to inquire about the next training opportunity. Proof that this requirement has been met shall be submitted to the Project Manager prior to start of any earth disturbance work. 7.15.12 The ECS’s responsibilities shall be as follows:

• Ensure compliance with all water quality permits in effect during the construction work. • Directly supervise the installation, construction, and maintenance of all erosion control

measures specified in the Contract and coordinate the construction of erosion control measures with all other construction operations.

• Direct the implementation of suitable temporary erosion and sediment control features as necessary to correct unforeseen conditions or emergency situations. Direct the dismantling of those features when their purpose has been fulfilled unless the Project Manager directs that the features be left in place.

• Inspect all erosion control features implemented for the project. The written inspections shall take place at least once every 14 days and after each storm event that causes surface runoff and be available for review upon request. The appropriate form for this report will be supplied by the Project Manager. The inspections shall be made during the progress of the work, during work suspensions, and until final stabilization acceptance of the work. During project suspensions, inspections shall take place at least once every 14 days, or as directed.

• Attend all project scheduling meetings as required by Project Manager. • Upon the Project Manager or Inspector’s request, implement necessary actions to reduce

anticipated or presently existing water quality or erosion problems resulting from construction activities. The criteria by which the Project Manager or Inspector initiates this action may be based on water quality data derived from monitoring operations or by any anticipated conditions (e.g., predicted storms) which the Project Manager or Inspector believes could lead to unsuitable water quality situations.

7.15.13 All erosion control shall be performed in accordance with Sections 208 of the Colorado Department of Transportation’s Standard Specifications or Construction Best Management Practices of UDFCD Volume 3 Urban Storm Drainage Criteria Manual. 7.15.14 Unless listed in the Bid Document, all erosion control features, including the Erosion Control Supervisor will not be measured, but will be paid for on a lump sum basis. The lump sum price bid will be full compensation for all work required to complete the item.

7.15.15 Work to furnish, install, maintain, remove and dispose of erosion and sediment control features specified in the Bid document will be paid for at the contract unit price. Payment will be made under:

Pay Item Unit Price

Erosion Control Lump Sum Erosion Control Supervisor Lump Sum 7.15 Cleaning Up and Restoration

Page 30: Project Manual for State Highway 66 Waterline Phase III ...

28

7.15.1 The Contractor shall clean up all refuse or scrap materials so the site presents a neat, orderly, and workmanlike appearance at all times. 7.15.2 Upon completion of the Project, and before Final Inspection, the Contractor shall remove from the construction site and any occupied adjoining property all plants, buildings, refuse, unused materials, forming lumber, sanitary facilities, and any other materials and equipment that belong to the Contractor or its Subcontractors. 7.15.3 The City may clean up and restore the construction site satisfactorily when the Contractor fails to do so. Any costs the City incurs will be deducted from the Final Payment due the Contractor.

Article 8--OTHER WORK 8.1 The City reserves the right to award other Contracts in connection with the Project. The Contractor shall cooperate with and afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Work, and shall coordinate its Work with theirs.

Article 9--CITY'S RESPONSIBILITIES 9.1 The City will furnish the data required by the Contract and will make payments to the Contractor as provided by these General Conditions.

Article 10--PROJECT MANAGER'S RESPONSIBILITIES 10.1 The Project Manager [Project Manager is a defined term meaning the City’s authorized representative] shall maintain Owner's authority over the Contractor relating to field direction and project administration, but does not assume liability for the Contractor's work, nor control scheduling whenever such performance is located in or upon the City's property. The Project Manager will furnish or coordinate all explanations from consultants, field directions, horizontal and vertical control and inspections necessary to assure compliance with the Project documents, except as otherwise stated in the Project documents. 10.2 Lines and Grades 10.2.1 The Contractor shall survey and stake as specified in the Special Conditions. 10.2.2 If the Special Conditions indicate the Project Manager is responsible for appointment and payment of a surveyor for construction staking. The Contractor shall give assistance, as required by the Surveyor, to aid in the staking, including clearing, improving access, exploratory excavations, and suspending operations to permit the surveyor to perform its work. 10.2.3 If the Project Manager appoints a Surveyor, the Contractor shall give notice to the Surveyor at least five working days before initial lines and grades are needed. Thereafter, the Contractor shall give the Surveyor notice at least three working days before additional line and grade stakes are needed. The Project Manager is not responsible for providing lines and grades until the Contractor meets the notice requirements of this Article. 10.2.4 If the Project Manager appoints a surveyor, the Contractor shall preserve all stakes, benchmarks, and any other survey points. If the Contractor damages them, the Contractor shall pay for their replacement. Contractor shall preserve, reset or reestablish all bench marks, monuments and other established control points as the Project warrants. 10.3 Inspection

Page 31: Project Manual for State Highway 66 Waterline Phase III ...

29

10.3.1 The Project Manager shall appoint Inspectors to inspect the Project. Inspection may extend to all or any part of the Project. The Inspectors are not authorized to alter the provisions of the Drawings or Specifications, or to delay the fulfillment of the Contract by failure to inspect materials and Work with reasonable promptness. 10.3.2 An Inspector has authority to reject defective materials and to suspend any Work that is being done improperly subject to the final decision of the Project Manager. 10.3.3 The Contractor shall give the Project Manager due and timely notice of readiness when the Project is to be inspected, tested or approved by someone other than the Inspector. The Contractor shall give the Project Manager required certificates of inspection, testing or approval. Inspection, tests or approvals by the Project Manager or others does not relieve the Contractor from its obligations to perform the Work according to the requirements of the Contract. 10.3.4 If the Project Manager considers it necessary or advisable that previously completed or covered Work be inspected or tested, the Contractor shall uncover, expose or otherwise make the Work available to the Project Manager for inspection and testing. The Contractor shall furnish all tools, labor, material, and equipment necessary to make the Work available. If the Project Manager finds the Work defective, the Contractor shall pay for the cost of satisfactory reconstruction and making the Work available. However, if the Work is not found defective, the Contractor will be allowed an increase in the Contract Price and/or an extension of the Contract Time for costs and time directly attributable to making the Work available and for reconstruction. 10.3.5 If the Contractor's operations require inspecting, testing or surveying to be done outside normal working hours or on City holidays, it shall be at the Contractor's expense. 10.4 Stop Work Order 10.4.1 The Project Manager has the authority to suspend Work on the Project either in whole or in part, for as long as the Project Manager deems necessary due to:

Χ Unsuitable weather; Χ Faulty workmanship; Χ Improper superintendence; Χ Contractor's failure to carry out orders or to perform any provision of the Contract; Χ Conditions which may be considered unfavorable for the prosecution of Work on the

Project; or Χ Work being carried on in an unsafe manner.

10.4.2 If it is necessary to stop work for an indefinite period, the Contractor shall, if directed by the Project Manager, store all materials in such a manner that they will not become an obstruction or become damaged in any way. The Contractor shall take every precaution to prevent damage to or deterioration of the Work, providing suitable drainage and erecting temporary structures where necessary. 10.4.3 The Project Manager will put the Stop Work order in writing and the Contractor may not proceed with Work on the suspended portion of the Project until notified in writing by the Project Manager. 10.5 Disputes 10.5.1 If the Contractor considers any Work directed by the City to be outside the Contract requirements, or if it considers any ruling of the Project Manager to be unfair, it shall immediately ask for a written instruction or decision and shall perform the Work in conformance with the Project Manager's ruling. If the Contractor considers such instructions unsatisfactory, it shall file a written protest with the Project Manager within ten days after their receipt. 10.5.2 All claims, disputes and other matters in question arising out of or relating to the Contract shall be submitted to the Project Manager before the Contractor can begin litigation.

Page 32: Project Manual for State Highway 66 Waterline Phase III ...

30

Article 11—CHANGES 11.1 General 11.1.1 The City may make alterations to the Project without the consent of the Surety at any time during the Work. The Contractor shall perform the Work as changed, as if originally specified. The alterations do not invalidate the Contract in any way. 11.1.2 The Project Manager may, at any time, without notice to the Surety, by written notice to the Contractor, make any change in the Work to be performed within the general scope of the Contract, including but not limited to changes:

In the Specifications (including Drawings and designs); In the method or manner of the performance of the Work; In facilities, equipment, materials, services or site furnished by the City; or Directing acceleration in the performance of the Work.

11.1.3 Any written order (which terms as used in this Article shall include direction, instruction, interpretation or determination) from the Project Manager, which may warrant a time extension or increased or decreased costs) will be treated as a Change Order under this Article provided that the Contractor gives the Project Manager written notice within seven (7) calendar days of that condition, stating the date, circumstances, and source of the order and that the Contractor regards the order as a Change Order. However, the City will not authorize a change in the Contract Price for work done before approving a Change Order authorizing the additional work. If the City and the Contractor do not agree to the terms of a Change Order, including the amount of additional compensation, the Contractor shall proceed with the work under the terms of the Contract and shall maintain accurate records of the costs as described in the General Conditions, Article 11. 11.1.4 The Contractor may not treat any order, statement or conduct of the Project Manager as a change under this Article nor become entitled to an equitable adjustment in the Contract Price or Performance Time, except as provided in this Article. 11.1.5 If any change under this clause causes an increase or decrease in the Contractor's cost or the time required for the performance of any part of the Work under the Contract, whether or not changed by any order, an equitable adjustment will be made and the Contract modified in writing accordingly. In no case will the price adjustment change the original Contract Price by more than 10% or $25,000 (whichever is greater), without City Council approval, per Section 4.12.070.C, LMC. Change Orders of $100,000 or more shall also receive council approval, per Section 4.12.070.C, LMC. 11.1.6 Claims for changes in the Contract Price or Contract Time of Performance will not be considered after the Final Payment has been made. 11.2 Compliance with §24-91-103.6 11.2.1 Notwithstanding any other language in this contract, the issuance of any Change Order or other form of order or directive by the City requiring additional compensable work to be performed which will cause the Contract Price to exceed the amount appropriated for the Work is prohibited unless the Contractor is given written assurance by the City that lawful appropriations to cover the costs of the additional work have been made or unless the Contract contains a remedy granting provision.

Page 33: Project Manual for State Highway 66 Waterline Phase III ...

31

11.3 Field Orders 11.3.1 The Project Manager may make changes in the details of the Project at any time, by issuing a Field Order. The Contractor shall proceed with the performance of any changes in the Project ordered by the Project Manager. If the Contractor believes that such Field Order entitles it to a change in Contract Price or Time, or both, it shall give the Project Manager written notice within ten days after the receipt of the Field Order. Thereafter, the Contractor shall document the basis for the change in Contract Price or Time within thirty days. 11.4 Change Orders 11.4.1 Changes in the Contract Price are authorized only by Change Orders. Changes in contract time may be made by a Change Order or by other appropriate written authorization. Any requests for extension of time due to conditions outside of the Contractor's control shall be made in writing within seven (7) calendar days of that condition. 11.4.2 Any difference in cost from Change Orders shall be added to or deducted from the amount of the Contract, as the case may be. Adjustments in the amounts to be paid to the Contractor on account of changed Work will be determined by one of the following methods in the order listed:

Χ Unit Prices submitted in the Bid Schedule; Χ Negotiated Unit Prices; and Χ Negotiated lump sum.

11.5 Extras and Force Account Work 11.5.1 The Contractor shall perform any Work and furnish materials and equipment necessary or desirable for proper completion of the Contract if the Project Manager believes it necessary to order Work or materials or equipment which, in the Project Manager's opinion, are not susceptible to classification under the Unit Price items named in the Bid Schedule, and are not included in any lump sum bid item. The Project Manager will order such labor, material and equipment in writing before the extra Work is started. The labor, material and equipment will be classed as extra Work. The City will not pay for extra Work unless the City orders in extra work in writing. All claims for extra Work shall be submitted to the Project Manager, supplemented by any data the Project Manager requires. 11.5.2 Extra Work and Work involving a combination of increases and decreases in the Work will ordinarily be paid for at a lump sum or Unit Price agreed upon in writing by the Project Manager and Contractor before the extra Work Order is issued. In the negotiation of lump sum or Unit Prices, the agreed estimated cost of the Work plus an allowance for overhead and profit, not to exceed the allowances stated in Section 11.5.3, shall be used. 11.5.3 The allowance for overhead and profit will include full compensation for superintendence, bonds and insurance premiums, taxes (other than sales or use taxes included in the cost of materials), office expense, and all other items of expense or cost not included in the cost of labor, materials, or equipment provided under Sections 11.5.4, 11.5.5 and 11.5.6. The allowance for overhead and profit will be according to the following schedule:

ACTUAL NECESSARY COST ALLOWANCE: Labor 20 percent Materials 15 percent Equipment 10 percent

The Actual Necessary Cost for labor, materials, or equipment will be computed according to Sections 11.5.4, 11.5.5 and 11.5.6. Superintendence, bond and insurance premiums, taxes (other than sales or use taxes inclusive in the cost of materials), and other general expense will not be included in the computation of actual necessary cost. When all or any part of the extra Work is performed by a Subcontractor or specialty firm, the prime

Page 34: Project Manual for State Highway 66 Waterline Phase III ...

32

Contractor may add five percent of the Subcontractor's total cost for the extra Work. The Contractor shall give the Project Manager daily report sheets covering the direct cost of labor and materials and charges for equipment. The daily report sheets shall provide names or identifications and classifications of workers and hours worked, as well as size, type and identification number of equipment and hours operated. Material charges shall be substantiated by valid copies of vendors' invoices. The Project Manager will make any necessary adjustments and compile the costs of cost-plus Work. When these reports are agreed upon and signed by both parties, they become the basis of payment for the Work performed. 11.5.4 Labor: The cost of labor used in performing the Work by the Contractor, a Subcontractor, or other forces will be the sum of the actual wages paid plus any employer payments to, or on behalf of, workers for fringe benefits including health and welfare, pension, vacation, and similar purposes; all payments imposed by State and Federal laws including, but not limited to, compensation insurance, and social security payments; and the amount paid for subsistence and travel required in accordance with the regular practice of the employer. At the beginning of the contract or as later requested by the Project Manager, the Contractor shall furnish the Project Manager proof of labor compensation rates being paid or already paid. 11.5.5 Materials: The cost of materials used in performing the Work, including transportation charges for delivery (exclusive of machinery rentals), will be the cost to the purchaser, whether Contractor, Subcontractor or other forces, from the Supplier thereof, inclusive of sales or use taxes, except if, in the opinion of the Project Manager, the cost of materials is excessive, or the Contractor does not furnish satisfactory evidence of the cost of such material. If the Project Manager finds the cost excessive or the Contractor has not furnished evidence of the cost, then the cost will be deemed to be the lowest current wholesale price for the quantity concerned delivered to the job-site less cash or trade discounts. The City reserves the right to furnish materials for the Work and the Contractor may not claim costs and profit on materials furnished by the City. The City reserves the right to purchase from the Contractor any materials previously purchased for a project and not used. Payment for the materials will be based on the actual material cost as shown on the Supplier's invoice, any transportation charges incurred, plus a fifteen percent handling fee. 11.5.6 Equipment: The Contractor will be paid according to the rental rates agreed upon in writing before extra or force account Work is begun, for any machinery or special equipment (other than small tools) authorized by the Project Manager. The Contractor may furnish cost data to assist the Project Manager in the establishment of the rental rate. The rental rates paid, as provided above, shall include the cost of fuel, oil, lubrication supplies, small tools, necessary attachments, repairs and maintenance of all kinds, depreciation, storage, insurance, and all incidentals. Operator wages will be paid separately, as provided in Section 11.5.4. Individual pieces of equipment or tools having a replacement value of $100.00 or less, whether or not consumed by use, are considered small tools and no payment will be made for them. Rental time will not be allowed while equipment is inoperative due to breakdowns or storage on-site. 11.5.7 Equipment on the Work: The rental time to be paid for equipment on the Work is the time the equipment is in productive operation on the extra Work being performed. 11.5.8 Eliminating Items: The Project Manager shall notify the Contractor in writing to eliminate any items contained in the proposal unnecessary for the proper completion of the Work. Such action will not invalidate the contract. The Contractor, by Change Order, will be reimbursed for actual work done and all cost incurred, including mobilization of materials and equipment before the elimination of such items.

Page 35: Project Manual for State Highway 66 Waterline Phase III ...

33

Article 12--CONTRACT TIME 12.1 General 12.1.1 Time is of the essence in the performance of all Work contemplated in the Contract. Therefore, the Work shall be commenced no later than ten days from and including the date of Notice to Proceed and shall be fully completed in a satisfactory and acceptable manner within the time stated in the Contract. 12.1.2 The capacity of the Contractor's construction plant and force shall be sufficient as to insure completion of the Project within the allotted time. The Contractor shall use multiple crews if necessary to complete the Project within the allotted time. 12.2 Delays 12.2.1 Delay claims fall into three categories: non-excusable, excusable, or compensable. Any payment for delays or the granting of time extensions require a properly executed Change Order per Article 11. 12.2.1.1 Non-excusable delay is one caused by factors within the Contractor's reasonable control. The delay is the Contractor's fault; no additional time or additional compensation is allowed. Typical types of non-excusable delays are:

Χ Late submittal of Shop Drawings; Χ Late procurement of materials or equipment; Χ Insufficient personnel; Χ Unqualified personnel; Χ Inadequate coordination of Subcontractors or other contractors; Χ Subcontractor delays; Χ Late response to City and Project Manager inquiries; or Χ Construction not conforming to contract requirements making repeated re-

working necessary.

12.2.1.2 Excusable delay is caused by factors beyond the Contractor's reasonable control, but is not the result of the City's actions or failure to act. An excusable delay entitles the Contractor to an extension of time but no additional compensation for the cost of the delay. 12.2.1.3 Compensable delay is one where the City has failed to meet an obligation stated or implied in the construction contract. If the Project Manager considers a delay as compensable, the City will grant a time extension and reimburse the Contractor for the increased cost caused by the delay. Typical types of City-caused delays are:

Χ Late approval of Shop Drawings and samples; Χ Delays in answers to field inquiries by the Contractor; Χ Interference with the Contractor during construction; Χ City-caused schedule changes; Χ Design changes; or Χ Interference by other contractor's or the City's forces.

12.3 Failure to Complete Work on Time--Liquidated Damages 12.3.1 The City may permit the Contractor to proceed if the Contractor fails to substantially complete the Work on or before the original date set forth for Substantial Completion in the Contract, or on or before the corrected date of Substantial Completion. In such case, the City will deduct the sum specified in the Contract for each day that the Work remains uncompleted. This sum shall not be a penalty but is liquidated damages. 12.3.2 The parties agree that, under all of the circumstances, the daily basis and the amount set forth as liquidated damages is reasonable and equitable. The City expends additional personnel effort in

Page 36: Project Manual for State Highway 66 Waterline Phase III ...

34

administrating the Contract or portions of it that are not completed on time, and such efforts and the costs thereof are impossible to accurately compute. In addition, some, if not all, citizens of Longmont incur personal inconvenience and lose confidence in their government as a result of public projects or parts of them not being completed on time, and the impact and damages, certainly serious in monetary as well as other terms, are impossible to measure. 12.3.3 The Contractor shall perform with due diligence, regardless of meeting the various scheduled deadlines. If, in the opinion of the City's Project Manager, or other authorized agent of the City, the Contractor is not prosecuting the Work under the Contract, written notice will be given and the Contractor shall have seven days to resume the Work with due diligence. Failing a cure, liquidated damages will be charged until there is resumption of prosecution with due diligence. 12.3.4 Permitting the Contractor to continue and finish the Work, or any part of it, after the time fixed for its completion, or after the date to which the time of completion may have been extended, shall not operate as a waiver on the part of the City of liquidated damages or any of its rights under the Contract. Article 13--WARRANTY AND GUARANTEE; SAMPLES AND TESTING; DEFECTIVE WORK AND MATERIALS 13.1 Warranty and Guarantees 13.1.1 The Contractor and its Surety are jointly and severally responsible for the condition of all completed Work, maintenance (unless the City is required by the Special Conditions to assume responsibility for maintenance) and satisfactory operation of Work performed under the Contract for a period of one year following the Notice of Construction Acceptance or for one year after warranty work is fully satisfied. A notice of warranty work that requires repair or replacement under the warranty will be submitted to the Contractor on a Notice of Warranty Work. The Contractor and Surety are jointly and severally responsible for the satisfactory repair or replacement of any Work, materials or equipment which are found defective during this period, provided any failure results directly or indirectly from faulty workmanship or negligence by the Contractor, from faulty manufacturing or from faulty erection or improper handling of materials or equipment furnished or installed by the Contractor. Neither the Contractor nor Surety is liable for any failure resulting from the City's neglect or improper operation of facilities or the acts of third parties. 13.2 Samples and Testing 13.2.1 All materials and equipment used in the Project will be subject to sampling and testing according to generally accepted standards and as required in the Contract Documents. In the absence of direct references, the sampling and testing of materials will be done according to current Specifications of the American Society for Testing and Materials or the American Water Works Association. The Contractor shall cooperate with the Project Manager in collecting and forwarding required samples. 13.2.2 The Contractor shall not incorporate any materials into the Project or cover any part of the Work until it has been inspected and approved according to the Contract Documents. 13.2.3 The Contractor shall furnish all samples without charge. The Contractor will cooperate with the Project Manager in collecting, handling, storing, and forwarding required samples including the furnishing of manpower and equipment when necessary. 13.2.4 The City will pay the cost of the initial test except when the Contract states otherwise. The City will charge the Contractor for repeated tests due to failure of the initial test. 13.3 Access to Work 13.3.1 The Project Manager and the Manager's representatives shall have access to the Project at any time for purposes of inspection, sampling, and testing. Access shall extend to authorized representatives of participating federal or state agencies and to other public authorities having jurisdiction established by law. The Contractor shall provide proper facilities for access to the Project.

Page 37: Project Manual for State Highway 66 Waterline Phase III ...

35

13.3.2 Access to the Project shall mean wherever and whenever it is in manufacture, preparation or progress. It shall include access to payrolls, records of personnel, invoices of materials, terms and conditions of sale of materials and equipment to be incorporated in the Project, files, records, books, correspondence, instructions, Drawings, receipts, subcontracts, purchase orders, vouchers, memoranda and any other relevant data and records relating to the Contract. 13.3.3 The City may, at reasonable times, inspect the part of the plant, place of business or worksite of the Contractor or Subcontractor at any tier which is pertinent to the performance of the Contract. 13.4 Defective Work and Materials 13.4.1 Material and workmanship not conforming to the requirements of the Contract are deemed defective. Defective Work or material shall be removed immediately from the Project site and replaced with acceptable Work and material at the Contractor's expense. 13.4.2 If the Contractor fails to replace rejected materials or Work within ten days after receipt of written notice, the City may replace or correct them and charge the cost to the Contractor and may terminate the right of the Contractor to proceed. Failure to detect previously installed defective materials or workmanship shall not impair the City's right to receive a completed project which is free of defects and meets all of the requirements of the Contract Documents.

Article 14--PAYMENTS TO CONTRACTOR AND COMPLETION 14.1 General 14.1.1 Unless expressly provided otherwise, the prices shown in the Bid Schedule include the cost of all labor, materials, equipment, tools, forms, services, utilities, royalties, fees, and any other thing or expense necessary to complete the Project. Items not shown on the Plans, Specifications or Special Provisions but which are necessary to construct the Project will be considered a part of the Project whether specified or not and no separate payment will be made for these items. 14.1.2 Unless expressly provided otherwise in the Contract, the amount to be paid for the Work includes all labor, materials, forms, tools, scaffolding, plants, equipment, service, utilities, royalties, fees, and everything, whether temporary or permanent, necessary to complete the Project. 14.2 Determination of Amounts and Quantities 14.2.1 The Project Manager shall verify determinations of amounts and quantities of Work performed. The Project Manager shall have access to the records as stated in Article 13.3. The method of measurement of the Contract Bid Items will be as specified in the Special Conditions. 14.3 Variations in Estimated Quantities 14.3.1 Where the quantity of a pay item in the Contract is an estimated quantity and where the actual quantity of such pay item varies more than twenty-five percent below the estimated quantity stated in the Contract, the Contractor shall make an equitable adjustment in the Contract Price, upon demand of the City. The Contract Price adjustment will be based upon any decrease in costs due solely to the variation below seventy-five percent of the estimated quantity. Where the quantity of a pay item in the Contract is an estimated quantity and the actual quantity of such pay item is more than twenty-five percent above the estimated quantity in the Contract, the City may elect to terminate the Contract or issue a Change Order to adjust the Contract Price. In no case will the price adjustment change the original Contract Price by more than 10% or $25,000 (whichever is greater), without City Council approval, per Section 4.12.070.C, LMC. Change Orders of $100,000 or more shall also receive City Council approval, per Section 4.12.070.C, LMC.

Page 38: Project Manual for State Highway 66 Waterline Phase III ...

36

14.4 Monthly Estimates--Partial Payments 14.4.1 The Contractor shall prepare monthly partial estimates (monthly estimates) for all Work completed up to that time. The authorized City representative(s) shall approve the monthly estimates before progress payments will be made. The format of the monthly estimates will be related to the format of the Bid Proposal. 14.4.2 In making such progress payments, subject to the exceptions in this Article, the City will retain ten percent of the total amount earned as indicated in the monthly estimate until Final Payment, provided, however, that at any time after the value of the completed Work equals or exceeds fifty percent of the face value of the Contract, the City shall, if it finds that satisfactory progress is being made, retain the amount previously withheld but make the remaining partial payments in full. At no time may the amount retained exceed ten percent of the total Contract Price. 14.4.3 On Contract amounts of less than $200,000, ten percent may be withheld until Final Payment. 14.4.4 If the City finds that satisfactory progress is being made in all phases of the Contract, it may, upon written request by the Contractor, authorize payment from the withheld percentage. Before such payment is made, the City shall determine that satisfactory and substantial reasons exist for the payment and shall require written approval from any Surety furnishing Bonds for the Contract. The Contractor shall make partial payments of the amount due to each of its Subcontractors in the same manner as the City is required to pay the Contractor under this Article, providing that the Subcontractor is satisfactorily performing under its Contract with the Contractor. 14.4.5 Monthly estimates may include the value of acceptable materials required in the construction which have been delivered on the site of the Work or to adjacent railway siding and for which acceptable provisions have been made for preservation and storage, providing the Contractor submits with its monthly estimate, paid invoices in duplicate for the material for which payment is being requested. Material paid for by the City becomes the property of the City and, in the event of the default on the part of the Contractor, the City may use or cause to be used such materials in construction of the Work provided for in the Contract. 14.4.6 The City may withhold, in addition to retained percentages from Contractor payments, such an amount or amounts as may be necessary to cover: 14.4.6.1 Claims for labor or materials furnished the Contractor or Subcontractor(s) or reasonable evidence indicating probable filing of such claims; 14.4.6.2 Failure of the Contractor to make proper payment to Subcontractors or for material or labor furnished by others; 14.4.6.3 A reasonable doubt that the Contract can be completed for the balance then unpaid;

Χ Evidence of damage to another Contractor or private property; Χ Uncorrected defective Work or guarantees that have not been met; Χ Failure of the Contractor to submit cost breakdowns, schedules, reports and

other information required under the Contract; Χ Persistent failure to carry out the Work according to the Contract; or Χ Reasonable evidence that the Work will not be completed within the Contract

Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay.

14.4.7 The City may disburse and has the right to act as agent for the Contractor in disbursing funds, withheld pursuant to this paragraph, to the party or parties who are entitled to payment therefrom, but the City assumes no obligation to make such disbursement. The City will render to the Contractor a proper accounting of all funds disbursed under this paragraph.

Page 39: Project Manual for State Highway 66 Waterline Phase III ...

37

14.5 Escrow Contract in Lieu of Retainage 14.5.1 When sums are withheld to assure satisfactory performance of any contract exceeding fifty thousand dollars, the Contractor may withdraw the whole or any portion of the withheld sums if the Contractor deposits acceptable securities with the Director of Finance to negotiate the acceptable securities and to receive the payments due the City pursuant to law or the terms of the Contract. To the extent there are excess funds resulting from negotiation, the balance shall be returned to the Contractor. Acceptable securities which are deposited shall have a market value at least equal in value to the amount withdrawn at all times. If at any time the City determines that the market value of the acceptable securities deposited has fallen below the amount withdrawn, the Director of Finance shall give notice to the Contractor, who shall deposit additional acceptable securities in an amount sufficient to re-establish a total deposit of securities equal in value to the amount withdrawn. 14.5.2 The City may enter into an escrow contract or agreement with any national bank, state bank, trust company or savings and loan association located in this state and designated by the Contractor, after notice to the Surety, to provide an escrow agent for the custodial care and servicing of any obligations deposited with it pursuant to §24-91-106, C.R.S., as amended. Such services shall include the safekeeping of the obligations and the rendering of all services required to effectuate the purpose of §24-91-106 and §38-26-107, C.R.S., as amended. 14.5.3 The City or any national bank, state bank, trust company or savings and loan association located in the state and designated by the Contractor to serve as custodian for the obligations pursuant to §24-91-106, C.R.S., as amended, shall collect all interest and income when due on the obligations deposited and shall pay them, when and as collected, to the Contractor who deposited the obligations. If the deposit is in the form of coupon Bonds the escrow agent shall deliver each coupon, as it matures, to the Contractor. The Contractor may not charge any expense incurred for this service to the City. 14.5.4 Any amount deducted by the City, pursuant to law or the terms of a Contract, from the retained payments otherwise due to the Contractor, will be deducted first from that portion of the retained payments for which no obligation has been substituted and then from the proceeds of any deposited obligation, in which case, the Contractor is entitled to receive the interest, coupons or income only from those obligations which remain on deposit after such amount has been deducted. 14.5.5 Provided that the Subcontractor has performed under its Contract with the Contractor, the Contractor shall disburse to each Subcontractor all retained payments and interest disbursed to the Contractor by the City, in proportion to the respective amounts of retained payments, if any, which the Contractor has withheld from its Subcontractors. 14.5.6 The provisions of this Article do not apply if a part of the Contract Price is to be paid with funds from the federal government or from some other source and if the federal government or such other source has inconsistent requirements concerning retention or payment of funds applicable to the Contract. 14.5.7 If it becomes necessary for the City to take over the completion of any Contract, all of the amount owed the Contractor, including the withheld percentage, shall first be applied toward the cost of completion of the Contract and any liquidated damages. Any balance remaining in the retained percentage shall be payable to the Contractor or the Contractor's creditors. Such retained percentage, as may be due any Contractor, shall be due and payable at the expiration of thirty days from the date of the City Project Final Acceptance. 14.6 City's Right to Accept Portion of the Project 14.6.1 The City reserves the right to accept and make use of any completed section of the Project without invalidating the Contract or obligating the City to accept the remainder of the Project. 14.7 Substantial Completion 14.7.1 When the Contractor considers the entire work ready for its intended use and has obtained either a “Certificate of Occupancy” or a “Copy of the Final Inspection Approval Memo” from Building Inspections

Page 40: Project Manual for State Highway 66 Waterline Phase III ...

38

for required structures, the Contractor shall notify the Project Manager in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that the Project Manager issue a Notice of Substantial Completion. Within a reasonable time, the Contractor, Project Manager and any other appropriate City representatives shall make an inspection of the Work to determine the status of completion. If the Project Manager does not consider the Work substantially complete or the Contractor has not submitted either a “Certificate of Occupancy” or a “Copy of the Final Inspection Approval Memo” from Building Inspections to the Project Manager, the Project Manager will notify the Contractor in writing giving the reasons for denial of the Notice of Substantial Completion. If the Project Manager considers the Work substantially complete, the Project Manager will prepare and deliver to the contractor a Notice of Substantial Completion which shall fix the date of Substantial Completion. The Project Manager shall attach to the certificate a tentative list ("punch list") of items to be completed or corrected before Final Payment. Warranties required by the Contract shall commence on the date set in the Notice of Construction Acceptance for the Project, or the date set in the Notice of Construction Acceptance for a designated portion of the Project, unless otherwise provided in the notice of Substantial Completion. 14.8 Construction Acceptance 14.8.1 When the Work specified in the Contract is completed and the final cleanup has been performed, the Contractor shall notify the Project Manager that all Work under the Contract has been completed and the Project Manager shall, within fourteen calendar days of receipt of such notice, make the final inspection. If the Project Manager finds that the Project has been completed according to the requirements set forth in the Contract, the City, upon the recommendation of the Project Manager, shall issue a Notice of Construction Acceptance. Notices of Construction Acceptance issued orally or without proper City authorization are void. City will not make the final payment under the Contract before it issues a Construction Acceptance. 14.9 Claims Against the Contractor 14.9.1 Before Final Payment, the Contractor shall sign the Contractor's Certificate and Release form provided by the City. 14.9.2 As provided by Colorado law, persons or businesses, including Subcontractors, who have not been promptly paid by the Contractor and who have provided materials, services and labor of any kind, or labor and material incidental to the completion of the Project, may file claims and the City may withhold from the Contractor an amount sufficient to cover such claims. 14.10 Final Payment--Pursuant to Section 38-26-107, C.R.S., as Amended 14.10.1 After the Notice of Construction Acceptance is issued by the City, a Notice of Final Settlement shall be advertised at least twice, not less than ten days before the date of Final Settlement, in a newspaper of general circulation in the county where the Work was done. If no claims are filed before the expiration of ten days from the date of the last publication of the Notice of Final Settlement, the Final Payment, including retainages, may be made. 14.10.2 If any Subcontractor or Supplier files a claim before the expiration of ten days from the date of the last publication of the Notice of Final Settlement, for Work done or material furnished that has not been paid for by the Contractor, the City shall withhold from Final Payment to the Contractor sufficient funds to insure the payment of the claims. The funds shall not be withheld longer than ninety days from the date of Final Settlement unless a legal action is started within that time to enforce payment of the claims. 14.10.3 At the end of ninety days, or any time before, if the person filing the claim acknowledges receipt of payment for the claim, or otherwise releases the claim in writing, the City shall pay the Contractor the monies not subject to suit or lis pendens notices. 14.10.4 Monies that are the subject of a suit will be withheld until a judgment is rendered in the suit.

Page 41: Project Manual for State Highway 66 Waterline Phase III ...

39

Article 15--CONTRACT TERMINATION 15.1 City's Right to Terminate Contract for Convenience 15.1.1 The City shall, at any time, have the right to terminate the Contract, for convenience, upon giving written notice to the Contractor. The Contractor shall be entitled to the full amount of the approved estimate for the Work satisfactorily completed under the Contract up to the time of such termination, including the retained percentage. The City shall reimburse the Contractor for such expenditures as, in the judgment of the Project Manager, are not otherwise compensated for, together with the cost of moving to and from the Project and a reasonable profit on the Work deleted by reason of the annulment of the Contract, in order that an equitable settlement is made with the Contractor. 15.2 City's Right to Terminate Contract for Default 15.2.1 The Project Manager, with the approval of the Purchasing and Contracts Manager and acting on behalf of the City, may serve notice upon the Contractor and its Surety of the intention to terminate the Contract if the performance of the Work set forth under the Contract is unnecessarily or unreasonably delayed by the Contractor, or if any of the provisions of the Contract are being violated by the Contractor or its Subcontractors. The Contract is terminated unless, in the opinion of the Project Manager, the Contractor corrects the violation within five days after the notice is served. In the event of such termination, the Project Manager, acting on behalf of the City, shall immediately serve notice of the termination and the Surety's right to complete the Contract upon the Surety and the Contractor. The Surety shall have the right to take over and perform the Work called for in the Contract. The Surety is then bound by all the provisions of the Contract. If the Surety does not commence performance of the Work within ten days from the date of the notice, the City may take over the Project and, without prejudice to any other remedies, complete the Project and the Contractor and its Surety are liable to the City for any excess costs incurred by the City. 15.3 Contractor's Right to Terminate Contract 15.3.1 The Contractor may terminate the Contract if the Work is stopped for a period of three months under any order of any court or other public authority through no act or fault of the Contractor or of anyone employed by it. The Contractor may suspend Work if City fails to make payments at the times provided in the Contract and the Contractor has given the City written notice seven days before suspending Work. The Contractor may terminate the Contract, at its option, if the City continues to be in default thirty days after the date of the written notice. Failure by the City to make payments at the times provided is a bar to any claim by the City against the Contractor for delay in completion of the Project if the Contractor suspended Work for that reason. If the Contractor terminates the Contract, it may recover the price of all Work done and materials provided and all damages sustained.

Article 16--EQUAL OPPORTUNITY 16.1 General: During the performance of the Contract, the Contractor agrees as follows: 16.1.1 The Contractor shall not discriminate against any employee or applicant for employment because of race, color, age, disability, religion, sex, national origin, or as otherwise prohibited by law. 16.1.2 The Contractor shall ensure that all Subcontractors shall not discriminate against any employee or applicant for employment because of race, color, age, disability, religion, sex, national origin, or as otherwise prohibited by law.

Page 42: Project Manual for State Highway 66 Waterline Phase III ...

40

Article 17--AUDIT 17.1 Records and Reports 17.1.1 The Contractor shall keep and preserve full and detailed accounts relating to the Contract for a period of three years from the date of final payment under the Contract in which the Work is completed. 17.1.2 The Subcontractor shall keep and preserve full and detailed accounts relating to the Contract for a period of three years from the date of final payment under the subcontract. 17.2 Access 17.2.1 The Contractor shall permit the City and the City's accountants to have access as stated in Article 13.3 and to the records kept per Article 17.2 for the purpose of making such financial audits, or verifications as the City deems necessary or appropriate concerning the Contractor's performance under the Contract.

Article 18--MISCELLANEOUS 18.1 Reservation of Right to Bar Persons from the Work and Site: The City reserves the right to bar any person, including employees of the Contractor and Subcontractors, from the City's Work site. This shall not be treated as a request for the employee's termination but a request that the employee not be assigned to work on the City Work site. No increase in contract time or price is authorized. 18.2 Provisions Construed as to Fair Meaning: The provisions of the Contract shall be construed as to their fair meaning, and not for or against any party based upon any attributes to such party of the source of the language in question. 18.3 Headings for Convenience: All headings, captions and titles are for convenience and reference only and of no meaning in the interpretation or effect of the Contract. 18.4 No Implied Representations: No representations, agreements, covenants, warranties, or certifications, express or implied, exist as between the parties, except as specifically set forth in the Contract. 18.5 Financial Obligations of City: All financial obligations of the City under the Contract are contingent upon appropriation, budgeting, and availability of specific funds to discharge such obligations. Nothing in the Contract shall be deemed a pledge of the City's credit, or a payment guarantee by the City to the Contractor. 18.6 Assignment/transference: The Contractor may not assign or transfer any interest in the Contract, including any money due or to become due, without the prior written consent of the City. 18.7 Amendments: The parties shall only amend the Contract in writing with the proper official signatures and, if required elsewhere in this Contract, on the proper forms. 18.8 Waiver: No waiver of a breach or default under the Contract is a waiver of any other or subsequent breach or default. 18.9 Governing Law: The Contract is governed and to be construed according to the laws of the State of Colorado. Venue and jurisdiction for any court action filed regarding this agreement shall be in either Boulder County Colorado or the United States District Court for Colorado. 18.10 Binding Contract: The Contract is binding upon the parties hereto and their respective heirs, executors, administrators, successors and assigns.

Page 43: Project Manual for State Highway 66 Waterline Phase III ...

41

CITY OF LONGMONT, COLORADO CONSTRUCTION CONTRACT BID # THIS CONTRACT is made at the City of Longmont, Colorado, by and between the City of Longmont, Colorado (City), a municipal corporation, and [Type name of contractor, then press f11 to proceed] (Contractor), a [Type type of corporation, then press f11 to proceed] corporation, whose address is [Type address, then press f11 to proceed]. In consideration of these mutual covenants and conditions, the City and Contractor agree as follows: SCOPE OF WORK. The Contractor shall execute the entire Work described in the Contract. CONTRACT DOCUMENTS. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, written or oral representations and agreements. The Contract incorporates the following Contract Documents. In resolving inconsistencies among two or more of the Contract Documents, precedence will be given in the same order as enumerated. LIST OF CONTRACT DOCUMENTS. The Contract Documents, except for Modifications issued after execution of this Agreement, are: 1. Change Orders; 2. Agreement for Construction Contract; 3. The following addenda, if any:

Number Date Page(s) 4. The following Special Conditions of the Contract:

Document Title Page(s) 5. City of Longmont Construction Contract General Conditions; 6. The following Specifications:

Document Title Page(s) 7. The following Drawings:

Number Title Date 8. Notice to Proceed; 9. Notice of Award; 10. Invitation to Bid; 11. Bid Bond; 12. Proposal; 13. Information and Instructions to Bidders; 14. Performance Bond and Payment Bond; 15. Insurance Certificates; and 16. Work Schedule. CONTRACT PRICE. The City shall pay the Contractor for performing the Work and the completion of the Project according to the Contract, subject to change orders as approved in writing by the City, under the guidelines in the General Conditions. The City will pay the base sum of [Type amount of contract price, then press f11 to proceed] DOLLARS (Contract Price), to the Contractor, subject to full and satisfactory performance of the terms and conditions of the Contract. The City has appropriated sufficient money for this work. COMPLETION OF WORK. The Contractor must begin work covered by the Contract within [Type number of calendar days to begin work, then press f11 to proceed] calendar days, and must complete work within [Type number of calendar days to complete work, then press f11 to proceed]calendar days from and including the date of Notice to Proceed, according to the General Conditions. LIQUIDATED DAMAGES. If the Contractor fails to substantially complete the Work by the date set for substantial completion in the Contract, or if the completion date is extended by a change order, by the date set in the change order, the City may permit the Contractor to proceed, and in such case, may deduct the sum of $[Type dollar amount, then press f11 to proceed] for each calendar day that the Work shall remain uncompleted from monies due or that may become due the Contractor. This sum is not a penalty but is the cost of field and office engineering, inspecting, interest on financing and liquidated damages. The parties agree that, under all of the circumstances, the daily basis and the amount set for liquidated damages is a reasonable and equitable estimate of all the City's actual damages for delay. The City expends additional personnel

Page 44: Project Manual for State Highway 66 Waterline Phase III ...

42

effort in administrating the Contract or portions of it that are not completed on time, and such efforts and the costs thereof are impossible to accurately compute. In addition, some, if not all, citizens of Longmont incur personal inconvenience and lose confidence in their government as a result of public projects or parts of them not being completed on time, and the impact and damages, certainly serious in monetary as well as other terms are impossible to measure. SERVICE OF NOTICES. Notices to the City are given if sent by registered or certified mail, postage prepaid, to the following address:

CITY OF LONGMONT [Type Department or Division, then press f11 to proceed] [Type street address, then press f11 to proceed] Street Longmont, CO 80501

INSURANCE PROVISIONS. The Contractor must not begin any work until the Contractor obtains, at the Contractor's own expense, all required insurance as specified in the General Conditions. Such insurance must have the approval of the City of Longmont as to limits, form and amount. RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify, save harmless, and defend the City, its officers and employees, from and in all suits, actions or claims of any character brought because of: any injuries or damage received or sustained by any person, persons or property because of operations for the City under the Contract; the Contractor's failure to comply with the provisions of the Contract; the Contractor's neglect of materials while constructing the Work; because of any act or omission, neglect or misconduct of the Contractor; because of any claims or amounts recovered from any infringements of patent, trademark, or copyright, unless the design, device, materials or process involved are specifically required by Contract; from any claims or amount arising or recovered under the "Workers' Compensation Act," by reason of the Contractor's failure to comply with the act; pollution or environmental liability; or any failure of the Contractor to comply with any other law, ordinance, order or decree. The City may retain so much of the money due the Contractor under the Contract, as the City considers necessary for such purpose, for the City's use. If no money is due, the Contractor's Surety may be held until such suits, actions, claims for injuries or damages have been settled. Money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that the Contractor and the City are adequately protected by public liability and property damage insurance. The Contractor also agrees to pay the City all expenses incurred to enforce this "Responsibility for Damage Claim" agreement and if the Contractor's insurer fails to provide or pay for the defense of the City of Longmont, its officers and employees, as additional insureds, the Contractor agrees to pay for the cost of that defense. Nothing in the INSURANCE PROVISIONS of the General Conditions shall limit the Contractor's responsibility for payment of claims, liabilities, damages, fines, penalties, and costs resulting from its performance or nonperformance under the Contract. STATUS OF CONTRACTOR. The Contractor is performing all work under the Contract as an independent contractor and not as an agent or employee of the City. No employee or official of the City will supervise the Contractor nor will the Contractor exercise supervision over any employee or official of the City. The Contractor shall not represent that it is an employee or agent of the City in any capacity. The Contractor and its employees are not entitled to Workers' Compensation benefits and are obligated to pay federal and state income tax on money earned pursuant to the Contract. This is not an exclusive contract. THIRD PARTY BENEFICIARIES. None of the terms or conditions in the Contract shall give or allow any claim, benefit, or right of action by any third person not a party to the Contract. Any person except the City or the Contractor receiving services or benefits under the Contract shall be only an incidental beneficiary. INTEGRATION. The Contract is an integration of the entire understanding of the parties with respect to the matters set forth in it. DEFINITIONS. The Definitions in the General Conditions apply to the entire Contract unless modified within a Contract Document. EXECUTED this _____ day of _____________, [Type year, then press f11 to proceed].

Page 45: Project Manual for State Highway 66 Waterline Phase III ...

43

ATTEST: CITY OF LONGMONT By:

Procurement Specialist Title: APPROVED AS TO INSURANCE PROVISIONS APPROVED AS TO FORM: Risk Manager Assistant City Attorney CONTRACTOR By: Title: State of )

) ss: County of ) The foregoing instrument was acknowledged before me by , (Name of party signing) as of ,

(Title of party signing) (Name of corporation) a corporation, on behalf of the corporation, this

(State of incorporation)

day of , 2008. Witness my hand and official Seal. My Commission expires .

Notary Public

Page 46: Project Manual for State Highway 66 Waterline Phase III ...

44

NOTICE OF AWARD Project Name Bid Number Project No. Date of Notice of Award TO: The City of Longmont Purchasing and Contracts Manager has considered Bids for the above Project in response to its Invitation to Bidders. The City accepts your Bid for the Work in the amount of ____________________________ DOLLARS. You must sign the Agreement for a Construction Contract with the City of Longmont and furnish complying insurance evidence and applicable Performance and Labor and Material Payment Bonds within ten days from the date of delivery of this NOTICE to you. If you fail to sign the Agreement for a Construction Contract or furnish the bonds and insurance within ten days from the date of delivery of this NOTICE, the City may consider all your rights under the City's acceptance of your Proposal as abandoned. Your Bid Guarantee shall become the property of the City as liquidated damages, not as penalty, for any delay of construction. The City may award or re-advertise the Work, or act otherwise, at its discretion.

CITY OF LONGMONT

Purchasing & Contracts Manager ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged this day of _________________________, 2008.

CONTRACTOR

SIGNED:

BY ITS: Title

Page 47: Project Manual for State Highway 66 Waterline Phase III ...

45

PERFORMANCE BOND

We, [Type name of contractor, press f11 to proceed], contractor under City of Longmont contract

# [Type contractor number, press f11 to proceed] (hereafter “THE CITY CONTRACT”) as Principal and

[Type name of Surety, press f11 to proceed],as Surety, a corporation organized under the laws of the

State of [Type name of state, press f11 to proceed] and authorized to transact business in the State of

Colorado, with an office at [Type address, press f11 to proceed], hereby bind ourselves, our heirs,

successors, executors, administrators, and assigns, jointly and severally, to the City of Longmont,

Colorado, (City) as Obligee, in the amount of [Type dollar amount, press f11 to proceed] DOLLARS, in

United States currency, for the performance of THE CITY CONTRACT.

WHEREAS, the Principal (Contractor) entered into THE CITY CONTRACT with the City dated

[Type date, press f11 to proceed], 2008, for [Type full name, address and description of project, press f11

to proceed] according to the plans and specifications contained in THE CITY CONTRACT, a copy of

which is made a part hereof;

The conditions of this Performance Bond are that, if the Principal (Contractor) fully and faithfully:

a) completes the work strictly according to the terms of the Contract, and;

b) repairs or replaces where required, or pays the cost thereof, for a period of one year after

the issuance of the Notice of Project Construction Completion or until all warranty work is

completed, of all work performed under the terms of the Contract;

then this bond is null and void. Otherwise, upon written notification from City, the Surety shall take one of

the following actions at the Surety’s expense:

1. Arrange for the Principal (Contractor), with consent of the City, to perform and complete THE

CITY CONTRACT; or

2. Undertake to perform and complete THE CITY CONTRACT itself, through its agents or through

independent contractors. (The Surety is then bound by all of the provisions of THE CITY

CONTRACT); or

3. Obtain bids or negotiated proposals from qualified contractors acceptable to the City for a

contract for performance and completion of THE CITY CONTRACT, arrange for a contract to be

prepared for execution by the City and the contractor selected with the City’s concurrence, to be

secured with a performance bond and a labor and material bond executed by qualified sureties

Page 48: Project Manual for State Highway 66 Waterline Phase III ...

46

equivalent to the bonds issued on THE CITY CONTRACT, and pay to the City the amount of all

damages incurred by City due to the default of Principal (Contractor) including correction of

defective work (if any), additional legal, design professional and delay costs, and the cost of

completion of THE CITY CONTRACT subject to the amount of this bond. In addition to these

conditions, this bond includes, by reference, all applicable provisions stated in § 38-26-106,

C.R.S, as amended.

If the Surety does not commence performance of the Work or cause commencement of

performance of the work within ten days from the date of the written notification from City, the City

may take over the CITY CONTRACT and, without prejudice to any other remedies, complete the

CITY CONTRACT and the Principal and Surety are liable to the City for all damages incurred by

City due to the default of Principal (Contractor) including correction of defective work (if any),

additional legal, design professional and delay costs, and the cost of completion of THE CITY

CONTRACT subject to the amount of this bond.

THE SURETY, for value received, agrees that no extension of time, change in, addition to, or

other modification of the terms of THE CITY CONTRACT or Work to be performed shall in any way affect

its obligation on this bond and the Surety hereby waives notice of any such extension of time, change,

addition or modifications.

The City shall bring any action against the Surety on this bond no later than two years from the

published date of Final Settlement.

Executed this day of , 2008.

WITNESS PRINCIPAL

By its President

WITNESS SURETY

Title

BY:

Its Attorney-in-fact

Page 49: Project Manual for State Highway 66 Waterline Phase III ...

47

LABOR AND MATERIAL PAYMENT BOND We, , (insert the full name and address or legal title of the Contractor) as Principal, and, (insert the legal title of the Surety) as Surety, a corporation organized under the laws of the State of ___________________, and authorized to transact business in the State of Colorado, with a general office at , hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, to the City of Longmont, Colorado, (City) as Obligee, for payment in the amount of DOLLARS, in United States currency. WHEREAS, the Contractor entered into a written Contract with the City dated __________________, 2008, for (Project) (insert the full name, address and description of Project) according to the plans and specifications contained in the Contract, a copy of which is made a part hereof. The conditions of this Obligation are that the Contractor shall:

a. promptly pay all persons supplying or furnishing the Contractor or its Subcontractor(s) with labor, materials, or rental machinery tools, or equipment used or performed in the prosecution of the Work provided for in the Contract;

b. indemnify and save harmless the City for any payments the City may be required to make by law in connection with carrying out of the Contract by the Contractor and its Subcontractors.

The Surety shall make all payments lawfully due, in an amount not exceeding the sum specified in the bond together with interest at a rate of eight percent per annum, if the Contractor or subcontractor fails to promptly pay all persons listed in paragraph a or fails to indemnify and save harmless the City as specified in paragraph b. Subcontractors, materialmen, mechanics, suppliers or rental equipment, and others shall have a right of action for amounts lawfully due them from the Contractor or its Subcontractor(s) directly against the Principal and Surety of this bond. Any person who has furnished labor or material to a subcontractor for the Work of this Contract, but has no express contract with the Contractor signing this bond, shall first give written notice to the contractor within 90 days from the date on which the person performed the last of the labor or supplied the material. The notice shall state the amount claimed and the name of the party to whom material was supplied or for whom the labor was performed. The notice must be served either personally or by certified or registered mail in an envelope addressed to the contractor at any place the contractor maintains an office or conducts business. Any suit(s) on this bond shall be brought in a court of competent jurisdiction in the county or district in which the Work was performed. Any suit on this bond shall be brought no later than six months from completion of the Work. In addition to these conditions, this bond includes, by reference, all provisions stated in §38-26-105 and 38-26-106, C.R.S., as amended and §4.l2.320, LMC. THE SURETY, for value received, agrees that no extension of time, change in, addition to, or other modification of the terms of the Contract or Work to be performed thereunder shall in any way affect its obligation on this bond and the Surety hereby waives notice of any such extension of time, change, addition or modifications.

Executed this day of , 2008.

WITNESS PRINCIPAL By its President

WITNESS SURETY

TITLE BY:

Its Attorney-in-fact

Page 50: Project Manual for State Highway 66 Waterline Phase III ...

48

NOTICE TO PROCEED Project Name: Bid Number: Project Number: Date of Notice to Proceed: To: Please take notice that: The Contractor and the City have signed the Contract for the Project and the Contractor has submitted the items requested prior to the beginning of the Work for the Contract. The City has approved the Contract. Therefore, as the Contractor for the above-described work, you are hereby authorized and directed to proceed within ten days from receipt of this NOTICE, as required by the Contract. Contract Purchase Order Number: * *Reference this purchase order number, project

name, and project number on all invoices and pay request forms. *Submit all pay requests on approved forms.

Completion Date

CITY OF LONGMONT

Project Manager: ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged this day of 2008.

CONTRACTOR

SIGNED:

BY ITS: Title

cc: Contract File, Contractor, Project Manager

Page 51: Project Manual for State Highway 66 Waterline Phase III ...

49

REQUEST FOR PAYMENT Number:__________

Project Name Project Number P.O. Number Bid Number Final Payment YES_____ NO _____ If yes, the Notice of Project Construction Completion must be fully completed and signed by the City of Longmont and the Contractor. Contractor Project Manager Payment Period from to

Original Contract Price $ Net change by Change Orders $ Contract Price to date $ Total completed & stored to date % Retainage % of $ = Total earned less retainage $ Less previous certificates for payment $

CURRENT PAYMENT DUE $ Pay on account # *

*If paying from several accounts attach a memo noting dollar amounts for each account number and project number. Previous Payment Summary: Payment #1: $ Payment #4: $ Payment #2: $ Payment #5: $ Payment #3: $ Payment #6: $ Change Order Summary: Number Date Approved Additions Deductions Change Order(s) Total +/- $ CURRENT COMPLETION DATE: The Contractor certifies that the work covered by this Request for Payment has been completed according to the Contract and that the current payment shown here is now due. CITY DIVISION APPROVAL CITY DIVISION APPROVAL By: By: Title: Title: Date: Date: CITY DIVISION APPROVAL CONTRACTOR By: By: Title: Its: Date: Date: Originals: Contractor; Purchasing and Contracts Copies: Project Manager Files; Drafting

Page 52: Project Manual for State Highway 66 Waterline Phase III ...

50

CHANGE ORDER NO. Date Project Project Number P.O. Number Bid Number Contractor The following changes are made to the Contract: Attach support documentation to this Change Order. If paying on multiple accounts and/or project numbers, attach a memo detailing each number and related dollar amount. Is this Change Order strictly a quantity adjustment? YES NO The Original Contract Price was $ Net Change by Previous Change Orders $ Contract Price Before this Change Order $ CURRENT Change Order AMOUNT (note + or -) $

THE NEW CONTRACT PRICE WILL BE $

Original contract time: ______ days

Net time change by previous Change Order(s): ______ days

Net adjustment due to this Change Order: ______ days

Current contract time including this Change Order: ______ days DATE FOR SUBSTANTIAL COMPLETION WILL BE: The contractor hereby certifies that all work specified in this Change Order shall be performed according to the original contract requirements except as modified by Change Order(s). CITY DIVISION APPROVAL CITY DIVISION APPROVAL By: By: Title: Title: Date: Date: CITY DIVISION APPROVAL CONTRACTOR By: By: Title: Its: Date: Date: Originals: Contractor; Purchasing and Contracts File

Page 53: Project Manual for State Highway 66 Waterline Phase III ...

51

NOTICE OF SUBSTANTIAL COMPLETION

Project Name Bid Number Date of Substantial Completion Contractor Check one of the following and attach the requested document to this notice for required structures.

Copy of the signed “Certificate of Occupancy”

Copy of the signed “Copy of the Final Inspection Approval Memo from Building Inspections" PROJECT OR SPECIFIED PART OF PROJECT WHICH IS SUBSTANTIALLY COMPLETE: The Work performed under this Contract has been inspected by authorized representatives of the City, Contractor, and the Project (or specified part of the Project, as indicated above) is hereby declared to be substantially completed as of the Date of Substantial Completion. A tentative list of ITEMS TO BE COMPLETED OR CORRECTED is appended hereto. The ITEMS TO BE COMPLETED OR CORRECTED 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 according to the Contract. Items listed on the ITEMS TO BE COMPLETED OR CORRECTED list shall be completed by the Contractor within days of the Date of Substantial Completion. ISSUED BY:

PROJECT MANAGER ACKNOWLEDGED BY:

CONTRACTOR

Page 54: Project Manual for State Highway 66 Waterline Phase III ...

52

CITY OF LONGMONT CONTRACTOR'S CERTIFICATE AND RELEASE

FROM:

(Contractor) TO: CITY OF LONGMONT

Purchasing and Contracts Manager 1100 South Sherman Street Longmont, Colorado 80501 Phone: 303-651-8349

RE: Project Name _____ (Contract)

Bid Number 1. Contractor asserts that as of the date this Certificate is signed, the City of Longmont retains the amount of DOLLARS [$ ] under the Construction Contract, including duly approved Change Orders and modifications.

2. Upon payment of the amount stated in Paragraph 1, Contractor releases the City of Longmont from all liabilities, obligations, claims, and demands whatsoever under or arising from this Contract, except specified claims in stated amounts or in estimated amounts where the amounts are not susceptible of exact statement by the Contractor, as follows: (Itemize claims and amounts due. (If none, so state.)

3. The Contractor certifies that:

(a) it has performed all Work required by and according to the Contract, including Work required under Change Orders numbers ______ through _______, and

(b) it has neither received nor is it aware of any claims which remain unpaid, for materials, supplies, equipment or wages from any subcontractor arising out of the performance of the Contract, and

(c) the wage rates paid by the Contractor and all subcontractors conform to applicable laws and regulations, and

(d) the City of Longmont owes the amount stated in Paragraph 1 to Contractor, and (e) upon the payment of the amount in Paragraph 2, and of any amount which may be deducted for claims

of any nature arising out of the Contract, the Contractor shall execute a releases or assurances as the City of Longmont may request.

4. Except for the amounts stated under Paragraphs 1 and 2 hereof, the Contractor has received from the City of Longmont all money due the Contractor under the Contract.

5. In consideration of the payment of the amount in Paragraph 1, less assessed Liquidated Damages as applicable, the Contractor hereby releases the City of Longmont from any claims arising under or by virtue of the Contract, except the amount(s) listed in Paragraph 2. Executed this day of , 2008. Contractor By: Its:

Title (Insert the Corporate or Partnership Certificate as appropriate)

Page 55: Project Manual for State Highway 66 Waterline Phase III ...

53

NOTICE OF CONSTRUCTION ACCEPTANCE Project Name Bid Number Date of Construction Acceptance To: Please take notice that the City of Longmont has accepted the construction work for the Project, as complete. In conformance with Contract, your obligations and guarantees will continue until , 2008. Please reference the project name and number stated above and submit your invoice for final payment (in duplicate) to the Project Manager. CITY DIVISION APPROVAL CITY DIVISION APPROVAL By: By: Title: Title: Date: Date: CITY DIVISION APPROVAL CONTRACTOR By: By: Title: Its: Date: Date: Originals: Contractor, Purchasing and Contracts Copies: Project Manager Files, Drafting

Page 56: Project Manual for State Highway 66 Waterline Phase III ...

54

NOTICE OF WARRANTY WORK Project Name Bid Number Date of Notice Contractor SPECIFIC PART OF PROJECT WHICH REQUIRES REPAIR OR REPLACEMENT: The Work performed under this Contract has been inspected by authorized representatives of the City, and the specified part of the Project, as indicated above is hereby declared to be a warranty item as outlined in Article 13.1 of the General Conditions. These items shall be completed by the Contractor within calendar days of the date of this notice. AUTHORIZED BY:

Project Manager RECEIPT ACKNOWLEDGED BY:

Contractor Originals: Contractor, Project Manager, Purchasing and Contracts

Page 57: Project Manual for State Highway 66 Waterline Phase III ...

55

CITY PROJECT FINAL ACCEPTANCE Project Name Bid Number Project Final Acceptance Date To: Please take notice that the City of Longmont accepts the Project as complete and hereby formally accepts the project for operation and maintenance as part of the City of Longmont's infrastructure. CITY DIVISION APPROVAL CITY DIVISION APPROVAL By: By: Title: Title: Date: Date: CITY DIVISION APPROVAL CONTRACTOR By: By: Title: Its: Date: Date: Originals: Contractor; Purchasing and Contracts Copies: Project Manager Files; Drafting

Page 58: Project Manual for State Highway 66 Waterline Phase III ...

Public Works Development Permit Application

Development Name: Development Location:

Please check all permits that apply: Stormwater Permit for Construction Activity Flood Plain Development Permit Grading Permit for Construction Activity

(For each type of permit please include the following information if the information is the same as above please write SAME) Stormwater Permit for construction Activity Is this a new/renew/revised permit? CDPHE permit Number Applicant Name (Permittee) Applicant Address Applicant Office Phone Number Applicant 24-hour emergency Phone Number

General Contractor Number of Acres Disturbed Effective Date of Permit Expiration Date of Permit Local Receiving Waters Grading Permit for Construction Activity Applicant Name (Permittee) Applicant Address Applicant Office Phone Number Applicant 24-hour emergency Phone Number

Total Estimated CY of earth being moved

Excavation contractor Surveyor Soils Engineer Flood Plain Permit (ADDITIONAL DOCUMENTATION REQUIRED) Applicant Name (Permittee) Applicant Address Applicant Office Phone Number Applicant 24-hour emergency Phone Number

Contractor Property Owner

56

Page 59: Project Manual for State Highway 66 Waterline Phase III ...

57

TToo bbee ffiilllleedd oouutt bbyy ssttaaffff:: Please check all permits that are required for this project:

Stormwater Permit for Construction Activity Storm Water Quality Financial Security _____________________ Is the (SWMP) Storm Water Management Plan approved _____yes INIITAL _______________ Have you received a copy of the construction activity permit application _____yes ______no

Flood Plain Development Permit If a flood plain development permit is required have the appropriate forms been submitted ____yes INITIAL ______________ Please check all development documentation required ___Map Revision Data _____Fill Certificate _____Elevation Certificate____ Certificate of Occupancy

Grading Permit for Construction Activity Grading Permit fees required ____________________ ________________________________________________________________ Signature of Public Works Review Engineer

Page 60: Project Manual for State Highway 66 Waterline Phase III ...
Page 61: Project Manual for State Highway 66 Waterline Phase III ...

DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS

Page 62: Project Manual for State Highway 66 Waterline Phase III ...
Page 63: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 00010

TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS 00010 Table of Contents 00015 List of Drawings 00320 Geotechnical Data 00830 Special Conditions 00890 List of Applicable Permits

END OF SECTION

00010-1

Page 64: Project Manual for State Highway 66 Waterline Phase III ...

00010-2

Page 65: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 00015

LIST OF DRAWINGS In addition to the Contract, General and Supplemental Conditions and Project Specification Divisions 1 through 16, inclusive, bound in the Project Manual, the Contract Documents include any Addenda issued during the Bidding process, and drawings scheduled below. Drawings and Specifications are complimentary to each other and are to be accompanied by this Project Manual and any Addenda that may be issued during the Bidding process. DO NOT USE INCOMPLETE SETS FOR BIDDING OR CONSTRUCTION. The Contractor shall be responsible for any and all errors resulting from use of incomplete sets of Contract Documents. Drawings are scheduled as follows: SHEET 1 COVER SHEET 2 INDEX SHEET 3 OVERALL PROJECT LAYOUT, CONTROL AND LEGEND SHEET 4 GENERAL NOTES SHEET 5 LINE A STA 0+00.00 TO 7+00.00 SHEET 6 LINE A STA 7+00.00 TO 17+00.00 SHEET 7 LINE A STA 17+00.00 TO 27+00.00 SHEET 8 LINE A STA 27+00.00 TO 37+00.00 SHEET 9 LINES A, B AND C PLAN PROFILE SHEET 10 STANDARD DETAILS I SHEET 11 STANDARD DETAILS II SHEET 12 STANDARD DETAILS III SHEET 13 STANDARD DETAILS IV SHEET 14 STANDARD DETAILS V

00015-1

Page 66: Project Manual for State Highway 66 Waterline Phase III ...

SHEET 15 EROSION CONTROL STA 0+00.00 TO 17+00.00 SHEET 16 EROSION CONTROL STA 17+00.00 TO 37+00.00 SHEET 17 EROSION CONTROL STA 37+00.00 TO 38+10.00 SHEET 18 EROSION CONTROL DETAILS I SHEET 19 EROSION CONTROL DETAILS II SHEET 20 EROSION CONTROL DETAILS III SHEET 21 CATHODIC PROTECTION REQUIREMENTS

END OF SECTION

00015-2

Page 67: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 00320

GEOTECHNICAL DATA

Page 68: Project Manual for State Highway 66 Waterline Phase III ...
Page 69: Project Manual for State Highway 66 Waterline Phase III ...
Page 70: Project Manual for State Highway 66 Waterline Phase III ...
Page 71: Project Manual for State Highway 66 Waterline Phase III ...
Page 72: Project Manual for State Highway 66 Waterline Phase III ...
Page 73: Project Manual for State Highway 66 Waterline Phase III ...
Page 74: Project Manual for State Highway 66 Waterline Phase III ...
Page 75: Project Manual for State Highway 66 Waterline Phase III ...
Page 76: Project Manual for State Highway 66 Waterline Phase III ...
Page 77: Project Manual for State Highway 66 Waterline Phase III ...
Page 78: Project Manual for State Highway 66 Waterline Phase III ...
Page 79: Project Manual for State Highway 66 Waterline Phase III ...
Page 80: Project Manual for State Highway 66 Waterline Phase III ...
Page 81: Project Manual for State Highway 66 Waterline Phase III ...
Page 82: Project Manual for State Highway 66 Waterline Phase III ...
Page 83: Project Manual for State Highway 66 Waterline Phase III ...
Page 84: Project Manual for State Highway 66 Waterline Phase III ...
Page 85: Project Manual for State Highway 66 Waterline Phase III ...
Page 86: Project Manual for State Highway 66 Waterline Phase III ...
Page 87: Project Manual for State Highway 66 Waterline Phase III ...
Page 88: Project Manual for State Highway 66 Waterline Phase III ...
Page 89: Project Manual for State Highway 66 Waterline Phase III ...
Page 90: Project Manual for State Highway 66 Waterline Phase III ...
Page 91: Project Manual for State Highway 66 Waterline Phase III ...
Page 92: Project Manual for State Highway 66 Waterline Phase III ...
Page 93: Project Manual for State Highway 66 Waterline Phase III ...
Page 94: Project Manual for State Highway 66 Waterline Phase III ...
Page 95: Project Manual for State Highway 66 Waterline Phase III ...
Page 96: Project Manual for State Highway 66 Waterline Phase III ...
Page 97: Project Manual for State Highway 66 Waterline Phase III ...
Page 98: Project Manual for State Highway 66 Waterline Phase III ...
Page 99: Project Manual for State Highway 66 Waterline Phase III ...
Page 100: Project Manual for State Highway 66 Waterline Phase III ...
Page 101: Project Manual for State Highway 66 Waterline Phase III ...
Page 102: Project Manual for State Highway 66 Waterline Phase III ...
Page 103: Project Manual for State Highway 66 Waterline Phase III ...
Page 104: Project Manual for State Highway 66 Waterline Phase III ...
Page 105: Project Manual for State Highway 66 Waterline Phase III ...
Page 106: Project Manual for State Highway 66 Waterline Phase III ...
Page 107: Project Manual for State Highway 66 Waterline Phase III ...
Page 108: Project Manual for State Highway 66 Waterline Phase III ...
Page 109: Project Manual for State Highway 66 Waterline Phase III ...
Page 110: Project Manual for State Highway 66 Waterline Phase III ...
Page 111: Project Manual for State Highway 66 Waterline Phase III ...
Page 112: Project Manual for State Highway 66 Waterline Phase III ...
Page 113: Project Manual for State Highway 66 Waterline Phase III ...
Page 114: Project Manual for State Highway 66 Waterline Phase III ...
Page 115: Project Manual for State Highway 66 Waterline Phase III ...
Page 116: Project Manual for State Highway 66 Waterline Phase III ...
Page 117: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 00800

SUPPLEMENTARY CONDITIONS

Page 118: Project Manual for State Highway 66 Waterline Phase III ...
Page 119: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 00830

SPECIAL CONDITIONS PART 1 - GENERAL 1.1 DESCRIPTION

This section is provided to advise the Contractor as to general provisions that are either a modification of, or are in addition to those provisions set forth in the General Conditions. In the event of an apparent conflict between the Special Conditions and the General Conditions, the Special Conditions shall take precedence.

PART 2 - SUPPLEMENTS TO THE GENERAL CONDITIONS 2.1 BID SCHEDULES

A. The bid schedule for this project includes ductile iron and steel alternatives for Line A (36-inch) and ductile iron and polyvinyl chloride alternatives for Line B (18-inch) and Line C (8-inch). The Contractor shall bid one alternative for the entire length of each line.

B. The Contractor shall identify the alternative included in the bid for each line on

the bid schedule. Contractors that fail to comply with this requirement could be considered non-responsive.

2.2 EXPERIENCE IN CONSTRUCTION WORK

A. In addition to submitting a list of contract(s) on hand, the Contractor shall submit a list of all projects exceeding $500,000 completed in the last three (3) years.

B. The City of Longmont is seeking qualified Contractors with applicable experience

comparable to this project. The Contractor, project manager, superintendent and foreman should each have satisfactorily completed at least two treated waterline projects with 4000 feet or more of 36-inch or larger waterline of the material bid for Line A within the last 5 years.

C. It is mandatory that all Contractors fully complete the Comparable Construction

Project Experience form and provide all materials requested herein. Contractors that fail to comply with this requirement could be considered non-responsive.

2.3 TIME FOR COMPLETION

A. The Contractor shall select a date between October 6, 2008 and January 5, 2009 at the Post Award Conference for the date of the Notice to Proceed. The Contractor

00830-1

Page 120: Project Manual for State Highway 66 Waterline Phase III ...

shall fully complete work in an acceptable and satisfactory manner within ninety one (91) calendar days from and including the date of the Notice to Proceed. The Contractor is required to continue work on the project without interruption without completion.

B. For purposes of final payment, the construction will not be considered complete

until the construction inspection has taken place and the Engineer for Public Works and Water Utilities Department approves the project “Construction Acceptance” in writing.

2.4 SCHEDULES

Refer to Section 01320 – Construction Progress Schedules and Reports.

2.5 TRAFFIC CONTROL REQUIREMENTS

Refer to Section 01570 – Traffic Control.

2.6 LINES AND GRADES Refer to Section 01110 – Summary of Work.

2.7 METHOD OF MEASUREMENT Refer to Section 01800 – Measurement and Payment.

2.8 SUBSURFACE TEST DATA

Subsurface test data is included in Section 00320 of these specifications for information purposes only. The Owner and Engineer disclaims responsibility for any opinions, conclusions, interpretations or deductions that may be expressed or implied from any of the information made available to the bidders. It is expressly understood that the making of deductions, interpretations and conclusions from the factual information is the Bidder's sole responsibility, and that if he is not satisfied with the information presented, it is his responsibility to acquire such additional information as he needs to prepare his bid.

2.9 WORK HOURS

No Work shall be permitted at night or on Saturdays, Sundays of holidays without prior authorization by the Colorado Department of Transportation (CDOT) and the City of Longmont. CDOT may restrict work on State right of way during adverse weather conditions or during periods of high traffic volume.

00830-2

Page 121: Project Manual for State Highway 66 Waterline Phase III ...

2.10 AREA OF WORK

A. The Contractor's work area includes right-of-way and other areas approved for the Contractor's use as specifically shown on the plans.

B. The Contractor may acquire additional storage areas at his cost from private

property owners. 2.11 PERSONNEL AFTER HOURS

The Contractor shall assign two personnel to be responsible for all aspects of this project after hours and over the weekend as emergency standby. Telephone numbers where the standby personnel can be reached at any time shall be submitted at the pre-construction conference.

2.12 METHODS OF FIELD OPERATION

A. The Contractor shall inform the Engineer in advance concerning his plans for carrying out each part of the field work. Review by the Engineer of any plan or method of work proposed by the Contractor shall not relieve the Contractor of any responsibility therefore, and such review shall not be considered as an assumption of any risk or liability by the Engineer or any officer, agent or employee thereof. The Contractor shall have no claim because of the failure or inefficiency of any plan or method so reviewed.

B. A critical parameter for all operations is the continuous service to customers and

access to adjacent properties. C. Any method of work suggested by the Engineer, but not specified, shall be used at

the risk and responsibility of the Contractor, and the Engineer will assume no responsibility therefore. The Contractor alone shall be responsible for the safety, adequacy, and efficiency of his plant, equipment, personnel and methods.

D. The Contractor shall be solely and completely responsible for conditions of the

job site, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. Neither the Engineer's nor the Owner's construction review of the Contractor's performance is intended to include review of the adequacy of the Contractor's safety measures in, on, or near the construction site.

2.13 TESTING

A. The Contractor is responsible for providing all test data needed to verify that the material provided on the job meet the contract requirements. The Owner will provide testing to determine that the work is performed in accordance with the specifications and to check that material specifications are met. Any tests ordered

00830-3

Page 122: Project Manual for State Highway 66 Waterline Phase III ...

at the direction of the Engineer that show that the subject material or installation do not meet the contract requirements shall be paid for by the Contractor. The contractor shall pay all costs associated with making failed tests including, but not limited to, field labor and laboratory testing. The costs of failed tests will be deducted directly from partial and final payments made to the Contractor. The Owner will not pay for any tests ordered by the Contractor.

B. The Contractor shall provide manpower and equipment necessary to explore

selected portions of the project for testing. No extra compensation will be awarded for these services.

C. The Contractor is required to coordinate his work schedule with the Engineer so

that key testing points, as determined by the Engineer, may be observed. If the Contractor fails to provide reasonably adequate notice or proceeds without the required testing, the subject work shall be re-exposed or redone in its entirety, while the inspector is present. No extra compensation will be awarded to the Contractor when he is required to redo work due to his failure to coordinate testing with the Owner or Engineer.

D. When required by the Engineer, the Manufacturer shall furnish the Engineer a

sworn statement that the inspection and all of the specified tests, as set forth in these and referenced specifications, have been made and the results thereof comply with the requirements of the applicable standard(s) herein specified.

2.14 UNDERGROUND INTERFERENCE

A. A reasonable attempt has been made to locate and identify the underground interference to be encountered. However, it shall be the responsibility of the Contractor to verify the locations shown on the drawings. It shall also be the responsibility of the Contractor to locate any interference not shown on the drawings.

B. The Contractor may investigate other locations as he feels is necessary in order to

perform the work in an efficient manner. Potholes not required by the Owner are incidental to the work and are not a separate pay item.

2.15 EXISTING STRUCTURES

A. Work performed near existing structures or facilities shall be performed with due care in order to preserve the condition of the building. The Contractor is responsible for determining the existing condition of structures that could be affected by the work prior to the commencement of the work. The Contractor will review his conclusions with the Project Engineer prior to commencing work.

B. The Contractor is responsible for providing methods (shoring or adequate trench

boxes for example) needed during construction to preserve the existing structures

00830-4

Page 123: Project Manual for State Highway 66 Waterline Phase III ...

or facilities. The method to be used shall be submitted to the Project Engineer for review prior to commencing work.

C. Due to the location and proximity of building structures and other utilities,

dynamic compaction methods (i.e., drop or hydro hammer) will not be allowed. 2.16 CITY UTILITY LOCATES

City Water/Wastewater personnel will locate water and wastewater lines and water services within 18 inches and wastewater services within 18 inches of the connection to the wastewater line. Should Contractor fail to observe location marks or negligently perform excavation, and resulting damage occurs to any main or service line, the Contractor shall at once notify the Engineer. The Contractor shall pay the reasonable costs of equipment and personnel required to repair damages which shall be established at 2X the current City hourly fleet service rate and labor costs at 2X the current City hourly rate (or 2X the current City overtime hourly rate when applicable).

2.17 ACCESS TO BUSINESSES AND RESIDENCES

A. The Contractor shall meet with each property owner/occupant prior to the commencement of the work to discuss the schedule of the work, timing of any major disruptions and other details. The Contractor shall provide the owner/occupant with the name and phone number of a contact person.

B. The Contractor shall provide continuous access to the affected properties and

parking areas. The Contractor shall coordinate any periods of disruption of access with the owners minimize the impact to the property. The Contractor shall coordinate any disruption of services provided by the City of Longmont, including solid waste disposal.

C. The Contractor shall provide continuous cleanup of the construction site including

dust, mud, dirt, construction materials, equipment and vehicles. 2.18 ACCESS FOR FIRE PROTECTION

A. The Contractor is responsible to maintain access to fire hydrants throughout all phases of construction.

B. The Contractor is responsible to notify the Fire Department at (303) 651-8437

during normal business hours, 8:00 a.m. to 5:00 p.m., at least 24 hours in advance of placing any fire hydrants out of service. Such out-of-service hydrants shall be appropriately bagged to visibly indicate their out-of-service status.

C. The Contractor is responsible to notify the Fire Department at (303) 651-8437

during normal business hours, 8:00 a.m. to 5:00 p.m., at least 24 hours in advance of cutting the water supply to any building’s fire sprinkler system.

00830-5

Page 124: Project Manual for State Highway 66 Waterline Phase III ...

D. The Contractor is responsible to maintain emergency access to all residential and

commercial buildings. If it should be absolutely unavoidable to temporarily obstruct access, the Contractor shall do so in a way that such emergency access can be restored immediately upon need and/or notification to do so.

2.19 CLAIMS FOR EXTRA OR CHANGED WORK

A. Claim for compensation for a change in work will not be allowed unless it is ordered by a written change order. If any orders or instructions, either oral or written, appear to the Contractor to require a change in work for which he should receive extra compensation, he shall make a written request to the Owner for a change order. Any change in work should, whenever possible, be authorized by a change order before the work is done. However, in no case will extra compensation be authorized for work done more than seven (7) days before the written request for a change order is received.

B. If, after a written request from the Contractor for a change order is received, a

difference of opinion arises as to what constitutes a change in work or the compensation for same, the Contractor shall proceed with the work under the terms of the Contract. Contractor shall keep an accurate record of his costs as described in the General Conditions, Article 11.

2.20 CONTRACT TIME

A. Any requests for extension of time due to conditions outside of the Contractor's control will be made in writing within seven (7) days.

B. Any delays caused by circumstances, which in the opinion of the Project

Engineer, are outside of the control of the Contractor will be reason for time extensions.

2.21 UNSEASONABLE WEATHER

A. The Contractor is required to plan for normal weather. Normal inclement weather days are included in the contract time. Contract time extensions will be granted if Contractor is delayed by unseasonable inclement weather.

B. Unseasonable inclement weather shall mean any weather condition sufficient to

prevent all construction from proceeding as determined by the City Project Manager. A weather day will not be granted if the Contractor performs any work, other than cleanup required because of unseasonable inclement weather during that day.

00830-6

Page 125: Project Manual for State Highway 66 Waterline Phase III ...

2.22 SUBSTANTIAL COMPLETION AND CONSTRUCTION ACCEPTANCE A. Article 14.7 (Substantial Completion) of the General Conditions are revised as

follows: 1. In order to obtain Substantial Completion, all water pipes and

appurtenances must be installed, backfilled, compacted and have passed required testing, all valves and manholes must be brought to grade, all concrete and paving must be completed, all landscaping must be installed and final cleanup must be completed.

2. The Contractor shall repair all deficiencies noted during the inspection for

Construction Acceptance. The Contractor shall submit a repair schedule for review and approval by the Engineer within 30 days of receipt of the letter outlining needed repairs. If the Contractor does not meet the schedule, the City may use the Contractor’s retainage and complete the repairs.

3. Construction Acceptance is required for Final Payment.

2.23 FINAL ACCEPTANCE

A. City Project Final Acceptance will be used as follows:

1. Final Acceptance is defined as acceptance of the work performed under the Contract upon the satisfactory conclusion of the warranty period.

2. Unsatisfactory maintenance or operation of the work installed by

Contractor at the conclusion of the warranty period does not relieve the Contractor and his surety from making the satisfactory repair or replacement of any work.

3. The City will re-inspect the work within the warranty period. A notice of

work that requires repair or replacement under the warranty will be submitted to the Contractor and his Surety in writing. A Notice of Final Acceptance will be issued upon the satisfactory final inspection of the work. The City will perform all future maintenance and operation of the work upon issuance of the final acceptance.

2.24 LIQUIDATED DAMAGES

Failure by the Contractor to complete the Work by the date set for substantial completion in the Contract and Paragraph 2.22 of this Section, the City may permit the Contractor to proceed and may deduct liquidated damages in accordance with following:

00830-7

Page 126: Project Manual for State Highway 66 Waterline Phase III ...

Original Contract Amount Liquidated Damages From More Than To and Including Calendar Days

$ 0 $150,000 $67 $150,000 $250,000 $174 $250,000 $500,000 $430 $500,000 $1,000,000 $1,086 $1,000,000 $2,000,000 $1,778

This sum is not a penalty but is a reasonable estimate of liquidated damages.

2.25 CONDUCT

A. The Contractor understands that when entering into this contract that they are representing and working for the City of Longmont.

B. The Contractor and the Contractor’s employees will be required to treat citizens

and motorists with a helpful and courteous nature regardless of the situation. All work and behavior of the work force shall comply with the City of Longmont Ordinances. Non-compliance by the Contractor’s work force may result in termination of the contract at the discretion of the City of Longmont.

2.26 CITY OF LONGMONT STORMWATER PERMIT FOR CONSTRUCTION ACTIVITY

A. The Contractor shall comply with Section 302 of the City of Longmont Design Standards and Construction Specifications – Erosion /Sediment Control for Stormwater Quality instead of Section 7.15 of the General Conditions – Stormwater Quality.

END OF SECTION

00830-8

Page 127: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 00890

LIST OF APPLICABLE PERMITS 1. City of Longmont Right-of-Way Permit – Obtained by Contractor. 2. City of Longmont Stormwater Permit for Construction Activity – Obtained by

Contractor. 3. City of Longmont Temporary Water Service Permit – Obtained by Contractor. 4. Colorado Department of Transportation Utility Special Use Permit – Obtained by Owner

and Contractor. 5. Colorado Department of Public Health and Environment, Water Quality Control

Division, General Permit For Construction Dewatering Activities – Obtained by Contractor.

6. Colorado Department of Public Health and Environment, Water Quality Control

Division, General Permit for Stormwater Discharges Associated With Construction Activity – Obtained by Contractor.

7. Burlington Northern Santa Fe Railway Pipeline Crossing License – Obtained by City. 8. Boulder County Location and Extent Review Approval – Obtained by City. All costs associated with obtaining necessary permits shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid for the various items of work. Contractor shall comply with the requirements of all applicable permits for all projects unless otherwise noted.

END OF SECTION

00890-1

Page 128: Project Manual for State Highway 66 Waterline Phase III ...
Page 129: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT, COLORADO

STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

CITY PROJECT 350150 BURNS & MCDONNELL PROJECT NO. 48510

TECHNICAL SPECIFICATIONS ISSUED FOR BID

JULY 2008

Page 130: Project Manual for State Highway 66 Waterline Phase III ...
Page 131: Project Manual for State Highway 66 Waterline Phase III ...

TABLE OF CONTENTS Technical Specifications

City of Longmont

State Highway 66 Waterline Phase III (MUW-42)

Division 1 GENERAL REQUIREMENTS 01110 Summary of Work 01310 Project Coordination and Meetings 01320 Construction Progress Schedules and Reports 01325 Construction Photographs 01330 Submittals 01420 Definitions and Standards 01502 Private Driveways and Entrances 01520 Field Offices and Sheds 01530 Temporary Barriers and Controls 01560 Temporary Utilities and Facilities 01570 Traffic Control 01580 Project Identification and Signs 01600 Equipment and Materials 01631 Substitutions 01780 Contract Closeout 01785 Warranties 01800 Measurement and Payment Division 2 SITEWORK 02300 Site Preparation and Earthwork 02321 Excavation, Filling, and Backfilling for Structures 02322 Trenching and Backfilling for Utilities 02445 Utility Casings 02510 Pressure Pipe 02515 Utility Valves and Accessories 02532 Utility Structures 02535 Pipe Installation 02618 Corrosion Control System 02745 Hot Mix Asphalt Pavement 02765 Pavement Marking 02920 Seeding Division 3 CONCRETE 03050 Concrete Forms and Reinforcement Division 4 - 8 NOT USED Division 9 FINISHES 09900 Protective Coatings Division 10 - 16 NOT USED

Page 132: Project Manual for State Highway 66 Waterline Phase III ...
Page 133: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01110-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

DIVISION 1 - GENERAL REQUIREMENTS SECTION 01110 - SUMMARY OF WORK

PART 1 - GENERAL

1.01 SUMMARY: A. This Section summarizes the Work covered in detail in the complete Contract Documents. B. Owner: The City of Longmont is contracting for Work described in the Contract Documents.

1. Contract Identification: State Highway 66 Waterline Phase III (MUW-42) 2. Work Site Location: North side of State Highway 66 between Collyer Street and Alpine

Street C. Engineer: The Contract Documents were prepared by Burns & McDonnell Engineering

Company, Inc., 9785 Maroon Circle, Suite 400, Centennial, CO 80112

1.02 PROJECT DESCRIPTION: A. Description of Project: This project consists of construction of approximately 3,820 linear feet

of 36-inch waterline, 120 linear feet of 18-inch waterline and 25 linear feet of 8-inch waterline, with all valves, appurtenances and connections to existing piping, approximately 100 feet of 50-inch bored casing and 80 feet of 30-inch bored casing, and site restoration. The project is located within the City of Longmont along State Highway 66 right-of-way.

1.03 WORK BY OTHERS: A. Work Under Other Contracts: None at this time B. Work by Owner: None at this time C. Other Activities: General road and utility maintenance.

1.04 CONTRACTOR'S USE OF PREMISES: A. Exclusive Use: During the construction period, Contractor shall have full use of the premises

for execution of the Work. Use of premises is limited only by Owner's right to perform duties and functions as stated in the GENERAL CONDITIONS and in this Section.

B. Limited Use: 1. Limit use of the premises for storage and execution of the Work. Confine operations to

areas within Contract limits indicated. Portions of Site outside the Contract limits shall not be disturbed.

2. Coordinate with other separate contractors and Owner to avoid interference of operations. 3. Conduct operations so as to ensure the least inconvenience to Owner and the general

public.

1.05 WORK SEQUENCE: A. General: Construction sequence shall be determined by Contractor subject to Owner's need for

continuous operation of existing facilities. B. Continuous Service of Existing Waterlines: Exercise caution and schedule operations to

ensure that functioning of existing waterlines will not be disrupted. Shutdown of Owner's existing waterlines to perform the Work shall be held to a minimum length of time and shall be coordinated with Owner who shall have control over the timing and schedules of such shutdowns.

Page 134: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01110 - SUMMARY OF WORK: continued

JULY 24, 2008 01110-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1.06 WORK AREA LIMITS A. The Contractor shall be limited to working in the right-of-way unless otherwise shown on the

Drawings. B. The Contractor may make arrangements with adjacent private land owners for the storage of

equipment and mateial. Any such arrangements must be confirmed with a written statement from the landowner and a copy must be provided to the City of Longmont for review and approval. Contractor shall be prepared to discuss the potential staging areas during the pre-construction meeting.

C. The Contractor shall maintain access to all roadways at all times. No extra payment will be allowed for maintenance of access, any traffic control or other required permits. All such items shall be accounted for in the Contractor’s Bid.

D. The Contractor shall protect all vegetation outside of the Project Limits, and shall be liable for replacement of any vegetation damaged by construction activities.

1.07 MEASUREMENT AND PAYMENT: A. Unit Price Contracts: All Work indicated on the Contract Drawings and specified in the

Contract Documents shall be included in the "Unit Price Schedule" in the Agreement. A Unit Price is an amount proposed by Contractor and stated in the Agreement as a price per unit of measurement for materials or services. See SECTION 01800 Measurement and Payment.

1.08 COPIES OF DOCUMENTS: A. Furnished Copies: After execution of Agreement, Contractor will be furnished at no cost, a

maximum of 4 sets of Contract Documents consisting of full-size Contract Drawings including revised Drawings and 3 sets of the Project Manual, in addition to those used in execution of the Agreement.

1.09 LIST OF DRAWINGS (AND SCHEDULES): A. Contract Drawings:

1. Each sheet of the Contract Drawings bears the following general title: City of Longmont, State Highway 66 Waterline Phase III.

2. Individual sheet numbers and titles are as stated on index sheet under "Contract Drawings".

1.10 PERMITS, LICENSES AND OTHER APPROVALS: A. Contractor shall obtain all City, State, and County permits and licenses necessary for

construction of the Work in accordance with the GENERAL CONDITIONS. B. The permits shall include but not be limited to the following:

1. City of Longmont Work in the Right-of-Way Permit – Obtained by Contractor. 2. City of Longmont Stormwater Permit – Obtained by Contractor 3. City of Longmont Temporary Water Use Permit – Obtained by Contractor 4. Colorado Department of Transportation, Utility Special Use Permit – Obtained by

Contractor 5. Colorado Department of Public Health and Environment, Water Quality Control

Division, Construction Dewatering Permit - Obtained by Contractor. 6. Colorado Department of Public Health and Environment, Water Quality Control

Division, Stormwater Construction Permit (NPDES Stormwater Discharge Permit) – The Contractor will be responsible for obtaining a stormwater discharge permit for construction activities with the State. The Contractor is responsible for implementation

Page 135: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01110 - SUMMARY OF WORK: continued

CITY OF LONGMONT 01110-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

of the plan. If the State or EPA issues a fine for violations of the permit, the Contractor will be responsible for all costs associated with the fine.

7. Burlington Northern Santa Fe Railroad Crossing License – Obtained by Owner. A copy of the license application (or sample license if available at bid) is included in Section 00360. a. Contractor shall pay all fees associated with railroad crossing including the daily

rate to have a railroad representative on site during construction in the railroad right-of-way.

b. Contractor shall notify railroad company officials a minimum of 10 days in advance of entering railroad right-of-way.

c. Railroad flagman, inspectors, or other safety measures may be required and these services must be coordinated by the previously mentioned officials. Contractor shall pay for all associated expenses at no additional cost to the City of Longmont.

d. Contractor shall complete railroad orientation prior to construction on railroad property.

C. All costs associated with obtaining and/or complying with necessary permits shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid for the various items of work. A unique bid item for Conformance with State and City Stormwater Permits (bid item #20) has been included due to its independent and important nature. Contractor responsibility shall include all meetings, correspondence, document production, submittal, etc. required by outside agencies as necessary to meet all their permitting requirements. Contractor shall comply with the requirements of all applicable permits for the projects unless otherwise noted.

1.11 UNDERGROUND UTILITIES: A. Any known sewers, water mains, gas mains, telephone conduits, electric cables, and other

underground structures are shown on the Drawings only to the extent such information has been made available to or discovered by the Engineer. It is expected that there may be discrepancies and omissions in the location and quantities of utilities and structures shown. This information is shown for the convenience of the Contractor, but is not guaranteed to be either correct or complete and all responsibility for the accuracy and completeness thereof is expressly disclaimed by Owner and Engineer. The Contractor shall make investigation as necessary to verify correctness and completeness. The Contractor shall, ahead of excavation, locate all underground utilities and structures so that they will not be accidentally damaged by the construction operation.

B. Contractor shall be responsible for contacting all utilities concerning location of all above and below ground facilities before proceeding with the Work.

C. Contractor is responsible for potholing all existing utilities to be crossed prior to beginning any construction on this project. Conflicts shall be brought to the attention of the Owner immediately prior to beginning work to allow for adjustments.

1.12 QUALITY CONTROL/MATERIALS TESTING: A. General: (All quality control and materials testing shall be considered incidental to

installation of the Work) 1. Contractor shall 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 that becomes unfit for use after approval thereof shall not be incorporated into the work.

Page 136: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01110 - SUMMARY OF WORK: continued

JULY 24, 2008 01110-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2. 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 and Materials (ASTM).

3. 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 that may be included for specific materials under their respective Sections in the Specifications shall take precedence over these procedures.

B. Payment for Soil, Asphalt, Concrete and Other Testing: 1. Soils, Asphalt, and Concrete Testing: The Owner shall pay for testing of concrete,

asphalt, and soils tests on the Project. Costs of corrective action, costs of failing soils and concrete tests, standby time and costs of testing associated with establishment of mix design are the sole responsibility of the Contractor.

2. Required testing, testing procedures, reports, certificates, and costs associated with all phases of securing required satisfactory test information which may be required by individual sections of Specifications or Drawings are the full responsibility of the Contractor.

3. Quality control testing laboratory shall be selected by Owner and all associated costs, shall be paid by the Owner.

C. Other Contractor’s Responsibilities: 1. Contractor shall coordinate soil, asphalt, concrete and other material testing with the

quality control testing laboratory selected by the owner. 2. In addition to those inspections and tests called for in the GENERAL CONDITIONS,

Contractor shall also be responsible for and shall pay all costs in connection with testing required for the following: a. Testing of steel/DIP water lines b. Testing of all valves and appurtenances. c. Testing of concrete manholes and vaults. d. All performance and field testing specifically called for by the Specifications. e. All retesting for work or materials found defective or unsatisfactory, including tests

covered under 1.12. B. above. 3. The Contractor shall be responsible for and shall pay for standby time charges from the

testing firm if the Contractor is not ready for tests that have been scheduled by the Contractor.

4. The Contractor is responsible for providing all test data needed to verify that the material provided on the job meet the Contract requirements. Any tests ordered at the direction of the Owner that show that the subject material or installation do not meet the Contract requirements shall be paid for by the Contractor. The Contractor shall pay all costs associated with making failed tests including, but not limited to, field labor and laboratory testing. The costs of failed tests will be deducted directly from partial and final payments made to the Contractor. The Owner will not pay for any tests ordered by the Contractor.

5. The Contractor shall provide manpower and equipment necessary to explore selected portions of the Project for testing. No extra compensation will be awarded for these services.

6. The Contractor is required to coordinate the Work schedule with the Owner so that key testing points, as determined by the Owner, may be observed. If the Contractor fails to provide reasonably adequate notice or proceeds without the required testing, the subject

Page 137: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01110 - SUMMARY OF WORK: continued

CITY OF LONGMONT 01110-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

work shall be re-exposed or redone in its entirety, while the Owner's and/or resident inspector are present. No extra compensation will be awarded to the Contractor when he is required to redo work due to his failure to coordinate testing with the Owner or Resident Project Representative.

7. When required by the Owner, the manufacturer shall furnish the Owner a sworn statement that the inspection and all of the specified tests, as set forth in these and referenced specifications, have been made, and the results thereof comply with the requirements of the applicable standard(s) herein specified.

1.13 CONSTRUCTION SURVEYING: A. Contractor shall furnish and set construction stakes establishing all lines, grades, pipeline

alignments and measurements necessary to the prosecution of the Work contracted under these Specifications. Construction staking shall also clearly define the limits of construction and Site access. Any additional surveying required for construction of the Project shall also be provided by the Contractor. All surveying shall be conducted under the direct supervision of a land surveyor registered in the State of Colorado. All costs associated with the above shall be considered incidental to installation of the Work and as such no additional cost will be paid to Contractor.

1.14 SOILS INFORMATION: A. Soils/geotechnical borings, investigations, and reports have been made for this Project by

Kumar and Associates and Terracon. A copy of this information is included in these documents but is not to be considered part of the Contract Documents:

B. The information available is only the best information available and pertains to the time and time of year the borings were performed. As such there is no guaranteed accuracy to the information shown and it should be considered for information only. Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies, and obtain any additional information and data which pertain to the physical conditions, surface or subsurface, at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents.

PART 2 - PRODUCTS - Not Applicable.

PART 3 - EXECUTION – Not Applicable. END OF SECTION 01110

Page 138: Project Manual for State Highway 66 Waterline Phase III ...
Page 139: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01310-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01310 - PROJECT COORDINATION AND MEETINGS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes administrative provisions for coordinating construction operations on

Project including, but not limited to, the following: 1. Coordination drawings. 2. Project meetings. 3. Requests for information (RFIs).

B. Related Work Specified Elsewhere: 1. For preparing and submitting Contractor's construction progress schedule: SECTION

01320. 2. For Submittal Requirements: SECTION 01330. 3. For coordinating closeout of the Contract: SECTION 01780.

1.02 DEFINITIONS: A. RFI: Request for information prepared by Contractor and submitted to Engineer seeking

interpretation or clarification of the Contract Documents.

1.03 COORDINATION: A. Coordination: Coordinate construction operations included in different Sections of the

Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where

installation of one part of the Work depends on installation of other components, before or after its own installation.

2. Coordinate installation of different components with other contractors to allow optimum accessibility for required maintenance, service, and repair.

3. Make adequate provisions to accommodate items scheduled for later installation. 4. Where availability of space is limited, coordinate installation of different components to

allow optimum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical.

B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their

Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative

procedures with other construction activities and activities of others to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of construction progress schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of Submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities.

Page 140: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01310 - PROJECT COORDINATION AND MEETINGS: continued

JULY 24, 2008 01310-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

8. Startup and adjustment of systems. 9. Project closeout activities.

1.04 PROJECT MEETINGS: A. Post Award Conference:

1. Owner and Engineer will conduct a meeting 14 days after the Notice of Award to review items such as submittals, pipe and appurtenance procurement and the project schedule.

2. Post Award Conference shall be attended by” a. Owner b. Engineer c. Contractor

3. Location of Meeting: At the City of Longmont offices. 4. Reporting:

a. Within three working days after the meeting, Engineer will prepare and distribute minutes of the meeting to Owner and Contractor.

B. Preconstruction Conference: 1. Engineer will conduct a meeting within 14 days before the date of the Notice to Proceed,

to review items stated in the following agenda and to establish a working understanding between the parties as to their relationships during performance of the Work.

2. Preconstruction conference shall be attended by: a. Representative(s) of Contractor including Contractor’s superintendent. b. Engineer. c. Representative(s) of Owner. d. At Owner's option, representatives of principal Subcontractors and Suppliers.

3. Meeting Agenda: a. Construction schedules. b. Critical Work sequencing and long-lead items. c. Designation of key personnel and their duties; lines of communication. d. Project coordination. e. Procedures and Processing of:

(1) RFIs. (2) Field decisions. (3) Substitutions. (4) Submittals. (5) Change Orders. (6) Applications for Payment.

f. Procedures for testing. g. Procedures for preparing and maintaining record documents. h. Use of Premises:

(1) Office, work, storage, laydown, and parking areas. (2) Owner's requirements. (3) Work restrictions and hours.

i. Construction facilities, controls, and construction aids. j. Temporary utilities. k. Safety and first-aid. l. Security. m. Deliveries of Equipment and Materials.

4. Location of Meeting: At the City of Longmont offices. 5. Reporting:

Page 141: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01310 - PROJECT COORDINATION AND MEETINGS: continued

CITY OF LONGMONT 01310-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

a. Within three working days after the meeting, Engineer will prepare and distribute minutes of the meeting to Owner and Contractor.

b. Contractor shall provide copies to Subcontractors and major Suppliers. C. Construction Progress Meetings:

1. Owner will schedule and conduct weekly meetings. Representatives of the Owner and Contractor shall be present at each meeting. Contractor may request attendance by representatives of Subcontractors, Suppliers, or other entities concerned with current program or involved with planning, coordination, or performance of future activities. All participants in the meeting shall be familiar with the Project and authorized to conclude matters relating to the Work.

2. Contractor and each Subcontractor represented shall be prepared to discuss the current construction progress report and any anticipated future changes to the schedule. Each Subcontractor shall comment on the schedules of Contractor and other Subcontractors and advise if their current progress or anticipated activities are compatible with that Subcontractor's Work.

3. If one Subcontractor is delaying another, Contractor shall issue such directions as are necessary to resolve the situation and promote construction progress.

4. Meeting Agenda: a. Review of construction progress since previous meeting. b. Field observations, interface requirements, conflicts. c. Coordination Schedule d. Issues which may impede construction schedule. e. Off-Site fabrication. f. Delivery schedules. g. Submittal schedules and status. h. Site use; coordination with other contractors. i. Temporary facilities, controls, and services. j. Hours of Work. k. Hazards and risks. l. Housekeeping. m. Quality and Work standards. n. RFIs. o. Status of Change Orders. p. Documentation of information for payment requests. q. Corrective measures and procedures to regain construction schedule if necessary. r. Revisions to construction schedule. s. Review of proposed activities for succeeding Work period. t. Review proposed Contract modifications for:

(1) Effect on construction schedule and on completion date. u. Other business.

5. Location of Meetings: At or near Project Site. 6. Reporting:

a. Within three working days after each meeting, Owner will prepare and distribute minutes of the meeting to Owner, Engineer and Contractor.

b. Contractor shall distribute copies to principal Subcontractors and Suppliers.

1.05 REQUESTS FOR INFORMATION (RFIs):

Page 142: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01310 - PROJECT COORDINATION AND MEETINGS: continued

JULY 24, 2008 01310-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

A. Procedure: Promptly on discovery of the need for interpretation of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI with the content specified. 1. RFIs shall originate with Contractor. RFIs submitted by entities other than Contractor

will be returned with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's

Work or work of Subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing interpretation and

the following: 1. Project name. 2. Date. 3. Name of Contractor. 4. Contract number and title. 5. Name of Engineer. 6. RFI number, numbered sequentially. 7. Specification Section number and title and related paragraphs, as appropriate. 8. Drawing number and detail references, as appropriate. 9. Field dimensions and conditions, as appropriate. 10. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Times

or the Contract Price, Contractor shall state impact in the RFI. 11. Contractor's signature. 12. Attachments: Include drawings, descriptions, measurements, photos, product data, Shop

Drawings, and other information necessary to fully describe items needing interpretation. C. Software-Generated RFIs: Software-generated form with substantially the same content as

indicated above. 1. Attachments shall be electronic files in Adobe Acrobat PDF format.

D. Engineer's Action: Engineer will review each RFI, determine action required, and return it. Allow five working days for Engineer's response for each RFI. RFIs received after 1:00 p.m. local time will be considered as received the following working day. 1. The following RFIs will be returned without action:

a. Requests for approval of Submittals. b. Requests for approval of substitutions. c. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Times or the Contract Price. e. Requests for interpretation of Engineer's actions on Submittals. f. Incomplete RFIs or RFIs with numerous errors.

2. Multiple RFIs addressing similar or identical issues may be addressed by Engineer with a single broad response.

3. Engineer's action may include a request for additional information, in which case Engineer's time for response will start again upon Contractor's response and resubmittal.

4. If Contractor believes the RFI response warrants change in the Contract Times or the Contract Price, notify Engineer in writing within five days of receipt of the RFI response.

E. On receipt of Engineer's action, update the RFI log and promptly distribute the RFI response to affected parties. Review response and notify Engineer within five days if Contractor disagrees with response.

F. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit electronic log bi-weekly. Include the following: 1. Project name. 2. Name and address of Contractor.

Page 143: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01310 - PROJECT COORDINATION AND MEETINGS: continued

CITY OF LONGMONT 01310-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

3. Contractor representative name and telephone number. 4. Name and address of Engineer. 5. RFI number including RFIs that were dropped and not submitted. 6. RFI description. 7. Date the RFI was submitted. 8. Date Engineer's response was received. 9. Identification of related Field Order, Work Change Directive, and Proposal Request, as

appropriate.

PART 2 - PRODUCTS - Not Applicable.

PART 3 - EXECUTION - Not Applicable. END OF SECTION 01310

Page 144: Project Manual for State Highway 66 Waterline Phase III ...
Page 145: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01320-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01320 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes administrative and procedural requirements for documenting the

progress of construction during performance of the Work, including the following: 1. Preliminary construction progress schedule. 2. Construction progress schedule. 3. Schedule of Submittals. 4. Schedule of values. 5. Construction progress reports. 6. Daily construction reports. 7. Equipment and Material location reports. 8. Field condition reports. 9. Special reports.

B. Related Work Specified Elsewhere: 1. For submitting and distributing meeting and conference minutes: SECTION 01310 -

PROJECT COORDINATION AND MEETINGS. 2. For submitting schedules and reports: SECTION 01330 - SUBMITTALS. 3. For submitting construction photographs: SECTION 01325 - PROJECT

PHOTOGRAPHS.

1.02 REFERENCES: A. Associated General Contractor's of America (AGC):

1. Construction Planning and Scheduling.

1.03 DEFINITIONS: A. Activity: A discrete part of a contract that can be identified for planning, scheduling,

monitoring, and controlling the construction Work. Activities included in a construction schedule consume time and resources, but shall not include planned work stoppages. Activities shall not normally reflect the Work of more than one trade. 1. Critical activities are activities on the critical path and have zero or negative float.

Critical activities must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network.

B. "baseline" schedule: The schedule submitted and accepted by Owner for the Work. C. Cost Loading: The allocation of the schedule of values for the completion of an activity as

scheduled. The sum of costs for all activities must equal the total Contract Price, unless otherwise approved by Owner.

D. CPM: Critical path method (CPM), which is a method of planning and scheduling a construction contract where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Contract.

E. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Contract duration and contains no float.

F. Event: The starting or ending point of an activity. An event has no duration. G. Float: The measure of leeway in starting and completing an activity.

1. Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date.

Page 146: Project Manual for State Highway 66 Waterline Phase III ...

SECTIN 01320 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued

JULY 24, 2008 01320-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity.

3. Total float is the measure of leeway in starting or completing an activity without adversely affecting an intermediate deadline or the planned Contract completion date.

H. Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail.

I. Milestone: A key or critical point in time for reference or measurement. A milestone has no duration.

J. Network Diagram: A graphic diagram of a network schedule, showing activities and activity relationships.

K. Resource Loading: The allocation of manpower and equipment necessary for the completion of an activity as scheduled.

1.04 SUBMITTALS: A. Qualification Data: For scheduling consultant. B. Schedule of Submittals: Submit in specified electronic format three hard copies of schedule.

Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (technical or informational). 4. Name of Subcontractor or Supplier. 5. Description of the Work covered. 6. Scheduled date for Owner's final release or approval.

C. Preliminary Construction Progress Schedule: Submit in specified electronic format two opaque hard copies. 1. Acceptance of cost-loaded preliminary construction schedule will not constitute

acceptance of schedule of values for cost-loaded activities. D. Construction Progress Schedule: Submit initial schedule, large enough to show entire schedule

for entire construction period to Owner for review and acceptance. 1. Submit electronically, using software indicated, labeled to comply with requirements for

Submittals. Include type of schedule (Initial or Updated) and date. 2. Submit five opaque paper copies.

E. Schedule of Values: Submit with initial construction progress schedule to Owner for review and approval in specified electronic format three hard copies of schedule.

F. Construction Progress Reports: Submit two copies of bi-weekly intervals at the construction progress meeting.

G. Daily Construction Reports: Submit two copies at weekly intervals. H. Material Location Reports: Submit two copies at weekly intervals. I. Field Condition Reports: Submit two copies at time of discovery of differing conditions. J. Special Reports: Submit two copies at time of unusual event.

1.05 COORDINATION: A. Coordinate preparation and processing of schedules and reports with performance of

construction activities and with scheduling and reporting of separate contractors. B. Coordinate construction progress schedule with the schedule of values, list of subcontracts,

schedule of Submittals, Material and Equipment procurement, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties

involved.

Page 147: Project Manual for State Highway 66 Waterline Phase III ...

SECTIN 01320 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued

CITY OF LONGMONT 01320-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence.

PART 2 - PRODUCTS

2.01 SCHEDULE OF SUBMITTALS: A. Preparation: Submit a schedule of Submittals, arranged in chronological order by dates

required by construction progress schedule. Include time required for review, resubmittal, ordering, manufacturing, fabrication, and delivery when establishing dates as required in SECTION 01330 - SUBMITTALS. 1. Coordinate Submittals schedule with list of subcontracts, the schedule of values, and

"Baseline" construction progress schedule. 2. Initial Submittal: Submit concurrently with preliminary bar-chart schedule. Include

Submittals required during the first 60 days of construction. List those required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication.

3. Final Submittal: Submit concurrently with the first complete submittal of construction progress schedule.

2.02 CONTRACTOR'S CONSTRUCTION PROGRESS SCHEDULE, GENERAL: A. Time Frame: Extend schedule from date established in the Notice to Proceed to date of Final

Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an

early completion date, unless specifically authorized by Change Order. B. Activities: Treat each separate area as a separate numbered activity for each principal element

of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 30 calendar days, unless

specifically allowed by Owner. 2. Procurement Activities: Include procurement process activities for the following long

lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, Submittals, approvals, purchasing, fabrication, and delivery. a. Piping b. Valves

3. Submittal Review Time: Include review and resubmittal times indicated in SECTION 01330 - SUBMITTALS in schedule. Coordinate Submittal review times in Contractor's construction progress schedule with schedule of Submittals.

4. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Owner's administrative procedures necessary for certification of Substantial Completion.

C. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion.

2.03 PRELIMINARY CONSTRUCTION PROGRESS SCHEDULE: A. Bar-Chart Schedule: Submit preliminary horizontal bar-chart-type construction schedule

within seven days of date established in the Notice to Proceed. 1. Preparation: Indicate each significant construction activity separately. Identify first

workday of each week with a continuous vertical line. Outline significant construction

Page 148: Project Manual for State Highway 66 Waterline Phase III ...

SECTIN 01320 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued

JULY 24, 2008 01320-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

activities for first 60 days of construction. Include skeleton diagram for the remainder of the Work.

B. Preliminary Schedule of Values: 1. Initiate a preliminary value assigned to each significant construction activity. 2. Values shall give an indication of cash requirement prediction, with total equal to

Contract Price. 3. Submit within ten days of Effective Date of Contract to Owner for review.

2.04 CONSTRUCTION PROGRESS SCHEDULE (GANTT CHART): A. Gantt-Chart Schedule: After submittal of preliminary construction progress schedule as stated

above, submit a detailed construction progress schedule within 30 days after the Notice to Proceed. Base the schedule on the preliminary construction progress schedule and incorporate review comments and other feedback.

B. The schedule shall show the Work in a horizontal bar chart or other graphic format suitable for displaying scheduled and actual progress. 1. The schedule shall indicate phases of the Work, starting date, interim milestones, and

dates of Substantial Completion and Final Completion. 2. Breakdown Work phases into separate time bar for each significant construction activity

entry, with dates Work is expected to begin and be completed. Within each time bar, indicate estimated completion percentage in 10% increments.

3. Scale and spacing shall allow room for notation and revisions. 4. Sheet Size: Minimum 11 x 17 inches.

C. Provide subschedules to define in more detail critical portions of schedules, including inspections and tests.

D. Coordinate construction progress schedule with schedule of values, schedule of Submittals schedule, procurement schedule, progress reports, and payment requests.

E. Owner will review and comment on construction progress schedule and, upon agreement between Owner and Contractor on necessary changes: 1. Contractor shall distribute copies as specified of the accepted "baseline" schedule to

Owner and Engineer. Contractor shall provide additional copies to Subcontractors and other parties required to comply with scheduled dates, one copy to each party.

F. Revise the construction progress schedule after each meeting, event, or activity where revisions have been recognized and accepted to reflect impacts of new developments on the schedule.

G. Update and submit five copies to Owner of the revised schedule at least once each month to show actual progress compared to the originally accepted "baseline" schedule and any proposed changes in the schedule of remaining Work. Include with construction progress report.

2.05 SCHEDULE OF VALUES: A. Based on the preliminary draft schedule of values, reviewed by Owner, submit finalized

schedule of values acceptable to Owner as to form and basic details. Submit final within 30 days after Notice to Proceed.

B. Coordinate preparation of schedule of values with preparation and content of construction progress schedule.

C. Content: 1. Schedule shall list the installed value of the component parts of the Work in sufficient

detail to serve as a basis for computing values for progress payments during construction.

Page 149: Project Manual for State Highway 66 Waterline Phase III ...

SECTIN 01320 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued

CITY OF LONGMONT 01320-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2. Follow the construction progress schedule breakdown of Work activities as format for listing component items and assigning values.

3. For each major line item, list subvalues of major products or operations under the item. a. Each item shall include a directly proportional amount of the Contractor's overhead

and profit. b. For items on which progress payments will be requested for stored materials

received, but not installed, break down the value into: (1) The cost of the materials, delivered and unloaded, including taxes paid unless

taxes are exempted. (2) The total installed value.

c. The sum of all values listed in the schedule shall equal the total Contract Price.

2.06 REPORTS: A. Construction Progress Reports:

1. Submit a report on actual construction progress on a bi-weekly basis. More frequent reports may be required should the Work fall behind the accepted schedule. a. Submit a weekly report and three-week look-ahead schedule to coordinate with and

supplement the monthly construction progress report and which details Work scheduled for the following one-week interval, including: (1) Work activities which will occur. (2) Number and size of crews. (3) Construction equipment on Site. (4) Major items of Equipment and Material to be installed.

b. Format shall be on 8-1/2 x 11-inch paper, submitted to Owner in 3 copies. 2. Construction progress reports shall consist of the revised construction progress schedule

and a narrative report which shall include but not be limited to the following: a. Comparison of actual progress to planned progress shown on originally accepted

schedule. b. Summary of activities completed since the previous construction progress report. c. Summary of activities planned for next reporting period. d. Planned, earned, and spent earned value analysis for the month. e. Identification of problem areas. f. A description of current and anticipated delaying factors, if any. g. Impact of possible delaying factors. h. Proposed corrective actions.

3. Submit a construction progress report to Owner with each application for partial payment. Work reported complete but not readily apparent to Owner must be substantiated with supporting data when requested by Owner.

4. If a schedule update reveals that, through no fault of Owner, the Work is likely to be completed later than the Contract completion date, Contractor shall: a. Establish a plan for making up lost time. b. Submit plan to Owner and Engineer before implementing the plan. c. Take actions as necessary to get the Work back on schedule at no additional cost to

Owner. B. Daily Construction Reports: Prepare a daily construction report recording the following

information concerning events at Project Site: 1. List of Subcontractors at Project Site. 2. List of separate contractors at Project Site. 3. Approximate count of personnel at Project Site, and breakdown by craft.

Page 150: Project Manual for State Highway 66 Waterline Phase III ...

SECTIN 01320 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued

JULY 24, 2008 01320-6 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

4. Equipment at Project Site. 5. Material deliveries. 6. High and low temperatures and general weather conditions. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events (refer to special reports). 10. Stoppages, delays, shortages, and losses. 11. Meter readings and similar recordings. 12. Emergency procedures.

C. Equipment and Material Location Reports: At bi-weekly intervals, prepare and submit a comprehensive list of Equipment and Materials delivered to and stored at Project Site. List shall be cumulative, showing Equipment and Materials previously reported plus items recently delivered. Include with list a statement of progress on and delivery dates for Materials or items of Equipment fabricated or stored away from Project Site.

D. Field Condition Reports: Promptly on discovery of a difference between field conditions and the Contract Documents, prepare and submit a detailed report. Submit with a request for information (RFI). Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents.

E. Special Reports: 1. General: Submit special reports directly to Owner within one day of an occurrence.

Distribute copies of report to parties affected by the occurrence. 2. Reporting Unusual Events: When an event of an unusual and significant nature occurs at

Project Site, whether or not related directly to the Work, prepare and submit a special report. List chain of events, persons participating, response by Contractor's personnel, evaluation of results or effects, and similar pertinent information. Advise Owner in advance when these events are known or predictable.

PART 3 - EXECUTION

3.01 CONSTRUCTION PROGRESS SCHEDULE: A. Construction Progress Schedule Updating: At monthly intervals, update schedule to reflect

actual construction progress and activities. Issue schedule one week before each regularly scheduled construction progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have

been recognized or made. Issue updated schedule concurrently with the report of each such meeting.

2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations.

3. As the Work progresses, indicate actual completion percentage for each activity. B. Distribution: Distribute copies of accepted schedule to Engineer, Owner, separate contractors,

testing and inspecting agencies, and other parties identified by Contractor with a need-to-know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the

same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities.

END OF SECTION 01320

Page 151: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01325-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01325 - CONSTRUCTION PHOTOGRAPHS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section specifies administrative and procedural requirements for construction

photographs.

1.02 SUBMITTALS: A. Submit prints as specified in SECTION 01330 - SUBMITTALS and in PART 3 - this Section. B. Photographer shall submit two sample prints of the type and quality required during

construction, for review and acceptance by Owner. C. Electrographer shall submit two examples of prior work of the type and quality required during

performance of Work, for review and acceptance by Owner.

1.03 QUALITY ASSURANCE: A. All photographs shall be taken and processed by a qualified and established commercial

photographer experienced in construction photography. B. All photography shall be taken and processed by an established professional electrographer

experienced in the production of color audio/video tape documentation for the construction industry.

PART 2 - PRODUCTS

2.01 PHOTOGRAPHIC REQUIREMENTS: Specified in PART 3, this Section.

PART 3 - EXECUTION

3.01 PROGRESS SITE PHOTOGRAPHS: A. Contractor shall be responsible for photographs of the Site to show the existing and general

progress of the Work. Owner will advise as to which views are of interest. Photographs shall be taken of the following areas and at the following times. 1. Existing Site conditions before Site work is started. Number of views shall be adequate

to cover the Site. 2. Progress of the Work from clearing throughout construction. There shall be 24 different

views taken on or about the first of each month. 3. Finished Project after completion of Work. Number of views shall be adequate to show

the finished Work. 4. If Project is not completed during the Contract Time or authorized extensions,

photographs shall continue to be taken at no increase in Contract Price. B. Photographic Prints:

1. All prints shall be color, smooth glossy finish, 3-1/2" x 5" in size taken with full frame 35 mm camera, and inserted into archival quality polypropylene photographic binder pages punched for insertion into a standard three-ring binder. Identify each album or binder by Contract name and Contract number.

C. Digital Images: 1. Submit a complete set of digital image electronic files with each submittal of

photographic prints. a. Provide images in JPEG format, with minimum sensor size of 4.0 megapixels. b. Provide image resolution of not less than 1600 by 1200 pixels.

Page 152: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01325 - CONSTRUCTION PHOTOGRAPHS: continued

JULY 24, 2008 01325-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

c. Submit images that have same aspect ratio as the sensor, uncropped. D. Identification:

1. Identify each photographic print on the reverse side with a label which contains the Contract name and Contract number, date of exposure, and description of view. Prints shall also bear the photographer's name or trademark.

2. Identify electronic media with date digital photographs were taken. E. Provide three prints of each view. F. Deliver prints and electronic media files to Owner and Engineer.

3.02 ROUTE PHOTOGRAPHS: A. Contractor shall be responsible for photographs along the entire construction route showing the

condition of the terrain previous to any alterations by Contractor and before construction is started. (These same views shall be rephotographed after completion of all construction.) Three days' notice shall be given to Owner prior to this Work to allow them to accompany photographer.

B. The principal reason for obtaining photographs is so that items such as cracked curbs, shrubs, lawns, broken pavement or sidewalks, plugged culverts in driveways, or other problems along the construction route may be more clearly shown and recorded. This will to some degree preclude the possibility of post construction litigation with property owners adjacent to the Work.

C. Photographs shall be taken at intervals of not more than 50 feet and at other intervals deemed necessary to record detailed conditions, possible field conflicts, and as may be designated by Owner.

D. Each photograph shall be identified in the view using an identification board stating the Contract name and Contract number, station number, (street or other suitable identification) date and sequential view number.

E. Contractor shall keep a log of all photographs noting detailed information or comments pertinent to each photograph.

F. Photographic Prints: 1. All prints shall be color, 3-1/2" x 5" in size taken with full frame 35 mm camera, and

inserted into archival quality polypropylene photographic binder page and punched for insertion into a standard three-ring binder. Identify each album or binder by Contract name and number. Include a copy of each respective log sheet (in the appropriate binder).

G. Digital Images: 1. Submit a complete set of digital image electronic files with each submittal of

photographic prints. a. Provide images in JPEG format, with minimum sensor size of 4.0 megapixels. b. Provide image resolution of not less than 1600 by 1200 pixels. c. Submit images that have same aspect ratio as the sensor, uncropped.

H. Identification: 1. Identify each print on the reverse side with a label which identifies the Contract name and

number, date of exposure, description of view, and comments or detailed information from the log sheet. Prints shall also bear the photographer's name or trademark.

2. Identify electronic media with date digital photographs were taken. I. Provide three prints of each view. J. Deliver prints and electronic media files to Engineer and Owner.

Page 153: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01325 - CONSTRUCTION PHOTOGRAPHS: continued

CITY OF LONGMONT 01325-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

3.03 AUDIO/VIDEO TAPE RECORDINGS: A. Audio/video recordings shall be made along the entire construction route showing the

condition of the Site or terrain previous to any alterations by Contractor and before disturbing of the Site is started. A second audio/video recording shall be produced after completion of all construction operations, showing the same view or views as close as possible, to illustrate "before" and "after" conditions. This is the responsibility of Contractor. Three days' notice shall be given to Owner prior to this Work to allow them to accompany electrographer.

B. The principal reason for producing video tapes is so that items such as cracked or broken curbs, pavement, or sidewalks; plugged culverts in driveways; condition of shrubs or lawns, conditions of site or other problems along the construction route may be more clearly shown and recorded. This will to some degree preclude the possibility of post construction litigation with property owners adjacent to the Work.

C. All required equipment, accessories, materials, and labor for the timely production of this documentation shall be arranged/furnished through Contractor. 1. The audio/video system camera-recorder used by the electrographer shall have the

following capabilities and features: a. VHS format for use with T-120 video tapes. b. Playback capability (in-the-field) with a B/W viewfinder built-in. c. Built-in microphone. d. 6:1 zoom lens ratio with automatic focusing system and automatic iris. e. Electronic CCD or MOS image sensing system. f. Minimum Required Illumination: 7 lux or less. g. Television System Video EIA: 525 lines, 60 fields NTSC color signal. h. Video Horizontal Resolution: Color; more than 250 TV lines.

2. The audio/video system shall be capable of producing bright, sharp, clear visual images which render accurate colors free from imperfections and distortions that might obscure recorded information during playback. The simultaneous audio record shall be made directly onto the original tapes, and shall record narration of the electrographer clearly and audibly, with adequate volume, free from unnecessary interruptions and distortions that might eliminate recorded information during playback.

D. Zone of Influence: Unless otherwise indicated by Owner, the "Zone of Influence" which might be affected by the construction operations and, therefore, shall be documented in these tape recordings, shall be whichever of the following includes the greatest area. 1. All areas within the temporary construction right-of-ways and grading limits, as indicated

on the Contract Drawings. 2. The permanent easement for the completed improvements, as indicated on the Contract

Drawings. 3. All areas within 35 feet of the proposed improvements. 4. All areas within the Project Site.

E. Audio/Video Tape Production Procedures: 1. It is recommended that the audio/video tape recordings be produced while actually

walking the construction route - NOT through the use of wheeled vehicles. 2. All video tape recordings shall display digital information continuously; this information

shall include the current time and date, showing the month, day, and year. This information shall be audibly acknowledged by the electrographer at appropriate times during recording sequences.

3. Each recording tape shall begin with a visual of the professional electrographer's name or business trademark, followed by the current date and time on digital display, plus audible (and visual, if possible) indication of Contract name and numbers, municipality, name of

Page 154: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01325 - CONSTRUCTION PHOTOGRAPHS: continued

JULY 24, 2008 01325-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

Contractor, and other pertinent information. Thereafter, each recording sequence should begin with the current time and date, followed by the location of the electrographer, direction of view, and description of the scene being recorded. Continuous updates of this information, plus other pertinent comments, shall be given throughout the recording sequence. Such audio and video records shall include, but not be limited to, conditions of existing pavement, curbs, sidewalks, driveways, culverts, ditches, mailboxes, fences, shrubs and landscaping, major structural conditions of residences and commercial buildings, fences, signs, headwalls, general terrain, and similar items.

4. A representative of the Owner and Contractor shall accompany the electrographer during recording sessions, to assist with location of the alignment and areas of construction activity, and identification of items and conditions to be recorded. A log sheet showing the recording sequences shall be maintained; it shall list the start and stop time/date for each sequence, plus a brief description of the areas documented. The end of each recording tape shall include a visual record of the original log sheet to preserve this information in the event of loss or damage.

5. All recordings shall be completed during periods of adequate lighting and visibility. Sufficient lighting must be available to provide proper illumination of shadowed areas, and proper exposure adjustments shall be made where required. No taping shall be completed during precipitation, mist, fog, or when more than 10% of the ground surface has snow cover.

F. Ownership and Authenticity of Original Tapes: 1. All original audio/video tape recordings shall become the property of Owner, plus one

duplicate of each shall be provided to Engineer. Each tape shall be provided in a protective sleeve or case, identified as to Contract name and number, production date of original recording, name of Contractor, and electrographer's name or trademark; a legible copy of the log shall be included.

2. The electrographer shall also furnish a notarized affidavit, attesting to the production of the original audio/video tapes, and their authenticity.

3.04 ADDITIONAL PHOTOGRAPHS: A. From time to time Owner may issue requests for additional photographs, in addition to periodic

photographs specified. Additional photographs will be paid for by Change Order, and are not included in the Contract Price or an Allowance. 1. Owner will give the photographer three days' notice, where feasible. 2. In emergency situations, the photographer shall take additional photographs within 24

hours of Owner's request. 3. Circumstances that could require additional photographs include, but are not limited to:

a. Substantial Completion of a major phase or component of Work. b. Owner's request for special publicity photographs. c. Special events planned at Project Site. d. Immediate follow-up when on-site events result in construction damage or losses. e. Photographs to be taken at fabrication locations away from Project Site. f. Extra record photographs at time of final acceptance.

END OF SECTION 01325

Page 155: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01330-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01330 - SUBMITTALS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes definitions, descriptions, transmittal, and review of Submittals. B. Related Work Specified Elsewhere:

1. SECTION 01320 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS. 2. SECTION 01310 - PROJECT COORDINATION AND MEETINGS. 3. SECTION 01325 - CONSTRUCTION PHOTOGRAPHS. 4. SECTION 01780: - CONTRACT CLOSEOUT.

1.02 GENERAL INFORMATION: A. Definitions:

1. Shop Drawings, product data, and Samples are technical Submittals prepared by Contractor, Subcontractor, manufacturer, or Supplier and submitted by Contractor to Engineer as a basis for approval of the use of Equipment and Materials proposed for incorporation in the Work or needed to describe installation, operation, maintenance, or technical properties, as specified in each Division of the Specifications. a. Shop Drawings include custom-prepared data of all types including drawings,

diagrams, performance curves, material schedules, templates, instructions, and similar information not in standard printed form applicable to other projects.

b. Product data includes standard printed information on materials, products, and systems; not custom-prepared for this Project, other than the designation of selections from available choices.

c. Samples include both fabricated and unfabricated physical examples of materials, products, and Work; both as complete units and as smaller portions of units of Work; either for limited visual inspection or (where indicated) for more detailed testing and analysis. Mock-ups are a special form of Samples which are too large to be handled in the specified manner for transmittal of Sample Submittals.

2. Informational Submittals are those technical reports, administrative Submittals, certificates, and guarantees not defined as Shop Drawings, product data, or Samples. a. Technical reports include laboratory reports, tests, technical procedures, technical

records, and Contractor's design analysis. b. Administrative Submittals are those nontechnical Submittals required by the

Contract Documents or deemed necessary for administrative records. These Submittals include maintenance agreements, Bonds, Project photographs, physical work records, statements of applicability, copies of industry standards, Project record data, schedules, security/protection/safety data, and similar type Submittals.

c. Certificates and guarantees are those Submittals on Equipment and Materials where a written certificate or guarantee from the manufacturer or Supplier is called for in the Specifications.

3. Refer to ARTICLES 1.03 and 1.04 of this Part for detailed lists of Submittals and specific requirements.

B. Quality Requirements: 1. Submittals such as Shop Drawings and product data shall be of suitable quality for

legibility and reproduction purposes. Every line, character, and letter shall be clearly legible. Drawings such as reproducibles shall be useable for further reproduction to yield legible hard copy.

Page 156: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01330 - SUBMITTALS: continued

JULY 24, 2008 01330-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2. Documents submitted to Engineer that do not conform to specified requirements shall be subject to rejection by Engineer, and upon request by Engineer, Contractor shall resubmit conforming documents. If conforming Submittals cannot be obtained, such documents shall be retraced, redrawn, or photographically restored as may be necessary to meet such requirements. Contractor's (or its Subcontractor's) failure to initially satisfy the legibility quality requirements will not relieve Contractor (or its Subcontractors) from meeting the required schedule for Submittals.

C. Language and Dimensions: 1. All words and dimensional units shall be in the English language.

D. Submittal Completeness: 1. Submittals shall be complete with respect to dimensions, design criteria, materials of

construction, and other information specified to enable Engineer to review the information effectively.

2. Where standard drawings are furnished which cover a number of variations of the general class of Equipment, each drawing shall be annotated to indicate exactly which parts of the drawing apply to the Equipment being furnished. Use hatch marks to indicate variations that do not apply to the Submittal. The use of "highlighting markers" will not be an acceptable means of annotating Submittals. Annotation shall also include proper identification of the Submittal permanently attached to the drawing.

3. Reproductions or copies of Contract Drawings or portions thereof will not be accepted as complete fabrication or erection drawings. Contractor may use a reproduction of Contract Drawings for erection drawings to indicate information on erection or to identify detail drawing references. Whenever the Drawings are revised to show this additional Contractor information, Engineer's title block shall be replaced with Contractor's title block, and Engineer's professional seal shall be removed from the drawing. Contractor shall revise these erection drawings for subsequent Engineer revisions to the Contract Drawings.

1.03 TECHNICAL SUBMITTALS: A. Items shall include, but not be limited to, the following:

1. Manufacturer's specifications. 2. Catalogs, or parts thereof, of manufactured Equipment. 3. Shop fabrication and erection drawings. 4. General outline drawings of Equipment showing overall dimensions, location of major

components, weights, and location of required building openings and floor plates. 5. Detailed Equipment installation drawings, showing foundation details, anchor bolt sizes

and locations, baseplate sizes, location of Owner's connections; and all clearances required for erection, operation, and disassembly for maintenance.

6. Schematic diagrams for electrical items, showing external connections, terminal block numbers, internal wiring diagrams and one-line diagrams.

7. Bills of material and spare parts list. 8. Instruction books and operating manuals. 9. Material lists or schedules. 10. Performance tests on Equipment by manufacturers. 11. Concrete mix design information. 12. Samples and color charts. 13. All drawings, catalogs or parts thereof, manufacturer's specifications and data, Samples,

instructions, and other information specified or necessary:

Page 157: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01330 - SUBMITTALS: continued

CITY OF LONGMONT 01330-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

a. For Engineer to determine that Equipment and Materials conform with the design concept and comply with intent of the Contract Documents.

b. For proper erection, installation, operation, and maintenance of Equipment and Materials which Engineer will review for general content but not for basic details.

c. For Engineer to determine what supports, anchorages, structural details, connections, and services are required for Equipment and Materials, and effects on contiguous or related structures and Equipment and Materials.

B. Schedule of Submittals: 1. Prepare for Engineer's concurrence, a schedule for submission of all Submittals specified

or necessary for Engineer's approval of the use of Equipment and Materials proposed for incorporation in the Work or needed for proper installation, operation, or maintenance. Submit the schedule with the procurement schedule and construction progress schedule. Schedule submission of all Submittals to permit review, fabrication, and delivery in time so as to not cause a delay in the Work of Contractor or its Subcontractors or any other contractors as described in the Contract Documents.

2. In establishing schedule for Submittals, allow 20 days in Engineer's office for reviewing original Submittals and 15 days in Engineer's office for reviewing resubmittals.

3. Submittals requiring revision shall be resubmitted within 15 days after receipt of Engineer's review notations.

4. The schedule shall indicate the anticipated dates of original submission for each item and Engineer's approval thereof, and shall be based upon at least one resubmission of each item.

5. Schedule all Submittals (Shop Drawings, product data, and Samples) required prior to fabrication or manufacture for submission within 25 days of the Effective Date of Contract. Schedule Submittals pertaining to storage, installation, and operation at the Site for Engineer's approval prior to delivery of the Equipment and Materials.

6. Resubmit Submittals the number of times required for Engineer's "Submittal Approved." However, any need for resubmittals in excess of the number set forth in the accepted schedule, or any other delay in obtaining approval of Submittals, will not be grounds for extension of the Contract Times, provided Engineer completes its reviews within the times specified.

7. Where a Submittal is required by the Contract Documents or the accepted schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertaining Submittal will be at the sole expense and responsibility of Contractor.

C. Transmittal of Submittals: 1. All Submittals (Shop Drawings, product data, and Samples) for Equipment and Materials

furnished by Contractor, Subcontractors, manufacturers, and Suppliers shall be submitted to Engineer by Contractor.

2. After checking and verifying all field measurements, transmit all Submittals to Engineer for approval as follows: a. Submittal Information Block:

(1) Affix to all paper copies whether Submittal is prepared by Contractor, Subcontractor, or Supplier. Use transparent decal type Submittal Information Blocks for Shop Drawings and use gummed paper type for product data and Sample Submittals. All Submittal Information Blocks needed for this Contract will be furnished to Contractor at no charge at the initial coordination conference.

(2) An example of the Submittal Information Block is included as an appendix to this Section.

Page 158: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01330 - SUBMITTALS: continued

JULY 24, 2008 01330-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

b. Mark each Submittal by Project name and number, Contract title and number, and applicable Specification Section and Article number. Include in the letter of transmittal the Drawing number and title, sheet number (if applicable), revision number, and electronic filename (if applicable). Unidentifiable Submittals will be returned for proper identification.

c. Check and approve Submittals of Subcontractors, Suppliers, and manufacturers prior to transmitting them to Engineer. Contractor's submission shall constitute a representation to Owner and Engineer that Contractor approves Submittals and has determined and verified all design criteria, quantities, dimensions, field construction and installation criteria, materials, catalog numbers, compliance with Laws and Regulations, and similar data, and Contractor assumes full responsibility for doing so; and Contractor has coordinated each Submittal with the requirements of the Work and the Contract Documents.

d. At the time of each submission, call to the attention of Engineer in the letter of transmittal any deviations from requirements of the Contract Documents.

e. Make all modifications noted or indicated by Engineer and return the required number of revised Submittals until approved. Direct specific attention in writing, or on revised Submittals, to changes other than the modifications called for by Engineer on previous Submittals. After paper copy Submittals have been approved, submit copies thereof for final distribution. Previously approved Submittals transmitted for final distribution will not be further reviewed and are not to be revised. If errors are discovered during manufacture or fabrication, correct the Submittal and resubmit for review.

f. Following completion of the Work and prior to final payment, furnish record documents and approved Samples and Shop Drawings necessary to indicate "as constructed" conditions, including field modifications, in the number of copies specified. Furnish additional copies for insertion in Equipment instruction books and operating manuals as required. All such copies shall be clearly marked "PROJECT RECORD."

g. Keep a copy or sample of each Submittal in good order at the Site. 3. Quantity Requirements:

a. Except as otherwise specified, transmit all Shop Drawings in the following quantities: (1) Initial Submittal:

(a) Paper - 5 copies to Engineer. Two copies will be returned to the Owner and one copy will be returned to Contractor.

(2) Resubmittals: (a) Paper - 5 copies to Engineer. Two copies will be returned to the

Owner and one copy will be returned to Contractor. (3) Submittal for final distribution:

(a) Paper - 4 copies plus the number required by Contractor, to Engineer. (4) As-constructed documents:

(a) Paper - 1 copy to Engineer. b. Transmit Submittals of product data as follows:

(1) Initial Submittal: (a) Paper - 5 copies to Engineer. Two copies will be returned to the

Owner and one copy will be returned to Contractor. (2) Resubmittals:

Page 159: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01330 - SUBMITTALS: continued

CITY OF LONGMONT 01330-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

(a) Paper – 5 copies to Engineer. Two copies will be returned to the Owner and one copy will be returned to Contractor.

(3) Submittal for final distribution: (a) Paper - 4 copies plus the number of copies required by Contractor, to

Engineer. c. Transmit Submittals of Material Samples, color charts, and similar items as follows:

(1) Initial Submittal - 3 to Engineer. (2) Resubmittal - 3 to Engineer. (3) Upon approval, 1 Sample will be returned to Contractor.

d. Transmit Submittals of Equipment instruction books and operating manuals as follows: (1) Initial Submittal:

(a) Paper - 4 copies to Engineer. Only Engineer's comments will be returned to Contractor.

(2) Resubmittals: (a) Paper - 4 copies to Engineer. Only Engineer's comments will be

returned to Contractor. (3) Submittal for Final Distribution - 2 paper copies to Engineer.

e. Owner may copy and use for internal operations and staff training purposes any and all document Submittals required by this Contract and approved for final distribution, whether or not such documents are copyrighted, at no additional cost to Owner. If permission to copy any such Submittal for the purposes stated is unreasonably withheld from Owner by Contractor or any Subcontractor, manufacturer, or Supplier, Contractor shall provide to Engineer 50 copies plus the number of copies required by Contractor at each final distribution issue.

D. Engineer's Review: 1. Engineer will review and take appropriate action on Submittals in accordance with the

accepted schedule of Submittals. Engineer's review and approval will be only to determine if the items of Equipment and Materials covered by the Submittals will, after installation or incorporation in the Work, conform to information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents.

2. Engineer's review and approval will not extend to design data reflected in Submittals which is peculiarly within the special expertise of Contractor or Contractor's Subcontractors or Suppliers. Review and approval of a component item as such will not indicate approval of the assembly in which the item functions.

3. Engineer's review and approval of Shop Drawings, product data, or Samples will not relieve Contractor of responsibility for any deviation from requirements of the Contract Documents unless Contractor has in writing called Engineer's attention to such deviation at the time of submission, and Engineer has given written concurrence in and approval of the specific deviation. Approval by Engineer shall not relieve Contractor from responsibility for errors or omissions in Submittals.

E. Submittal Action Stamp: 1. Engineer's review action stamp, appropriately completed, will appear on all Submittals of

Contractor when returned by Engineer. Review status designations listed on Engineer's action stamp are defined as follows:

A - SUBMITTAL APPROVED: Signifies Equipment or Material represented by the Submittal conforms with the design concept and

Page 160: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01330 - SUBMITTALS: continued

JULY 24, 2008 01330-6 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

complies with the intent of the Contract Documents and is approved for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with related Work. Copies of the Submittal are to be transmitted to Engineer for final distribution.

B - SUBMITTAL APPROVED AS NOTED (RESUBMIT): Signifies

Equipment and Material represented by the Submittal conforms with the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the Work in accordance with Engineer's notations. Contractor is to proceed with fabrication or procurement of the items and with related Work in accordance with Engineer's notations and is to submit a revised Submittal responsive to notations marked on the returned Submittal or written in the letter of transmittal.

C - SUBMITTAL RETURNED FOR REVISION (RESUBMIT): Signifies Equipment and Material represented by the Submittal appears to conform with the design concept and comply with the intent of the Contract Documents but information is either insufficient in detail or contains discrepancies which prevent Engineer from completing its review. Contractor is to resubmit revised information responsive to Engineer's annotations on the returned Submittal or written in the letter of transmittal. Fabrication or procurement of items represented by the Submittal and related Work is not to proceed until the Submittal is approved.

D - SUBMITTAL NOT APPROVED (SUBMIT ANEW): Signifies Equipment and Material represented by the Submittal does not conform with the design concept or comply with the intent of the Contract Documents and is disapproved for use in the Work. Contractor is to provide Submittals responsive to the Contract Documents.

E - PRELIMINARY SUBMITTAL: Signifies Submittals of such

preliminary nature that a determination of conformance with the design concept or compliance with the intent of the Contract Documents must be deferred until additional information is furnished. Contractor is to submit such additional information to permit layout and related activities to proceed.

F - FOR REFERENCE, NO APPROVAL REQUIRED: Signifies

Submittals which are for supplementary information only; pamphlets, general information sheets, catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Engineer or Owner in design, operation, or maintenance, but which by their nature do not constitute a basis for determining that items represented thereby conform with the design concept or comply with the intent of the Contract Documents. Engineer reviews such Submittals for general content but not for basic details.

Page 161: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01330 - SUBMITTALS: continued

CITY OF LONGMONT 01330-7 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

G - DISTRIBUTION COPY (PREVIOUSLY APPROVED): Signifies Submittals which have been previously approved and are being distributed to Contractor, Owner, Resident Project Representative, and others for coordination and construction purposes.

F. Instruction Books and Operating Manuals:

1. Equipment instruction books and operating manuals prepared by the manufacturer shall include the following: a. Index and tabs. b. Instructions for installation, start-up, operation, inspection, maintenance, parts lists

and recommended spare parts, and data sheets showing model numbers. c. Applicable drawings. d. Warranties and guarantees. e. Address of nearest manufacturer-authorized service facility. f. All additional data specified.

2. Information listed above shall be bound into hard-back binders of three-ring type. Sheet size shall be 8-1/2 x 11. Binder color shall be black. Capacity shall be a minimum of 1-1/2 inches, but sufficient to contain and use sheets with ease. a. Provide the following accessories:

(1) Label holder. (2) Business card holder. (3) Sheetlifters. (4) Horizontal pockets. (5) Copy of approved information on CD ROM.

b. The following information shall be imprinted, inserted, or affixed by label on the binder front cover: (1) Owner's name. (2) Owner's facility or plant name. (3) Equipment item name. (4) Volume number (if applicable). (5) Contract number. (6) Manufacturer's name and address.

c. The following information shall be imprinted, inserted, or affixed by label on the binder spine: (1) Equipment item name. (2) Owner's name and Owner's facility or plant name. (3) Manufacturer's name. (4) Contract number. (5) Volume number (if applicable).

d. Submit mockup of cover and spine for Engineer's review. G. Samples:

1. Office Samples shall be of sufficient size and quantity to clearly illustrate the following: a. Functional characteristics of the product, with integrally related parts and

attachment devices. b. Full range of color, texture, and pattern. c. Material, manufacturer, pertinent catalog number, and intended use.

1.04 INFORMATIONAL SUBMITTALS:

Page 162: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01330 - SUBMITTALS: continued

JULY 24, 2008 01330-8 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

A. Informational Submittals are comprised of technical reports, administrative Submittals, and guarantees which relate to the Work, but do not require Engineer approval prior to proceeding with the Work. Informational Submittals include: 1. Welder qualification tests. 2. Welding procedure qualification tests. 3. X-ray and radiographic reports. 4. Hydrostatic testing of pipes. 5. Field test reports. 6. Concrete cylinder test reports. 7. ASME pressure vessel test reports. 8. Certification on Materials:

a. Steel mill tests. b. Roofing laboratory tests. c. Brick and concrete masonry unit laboratory tests. d. Paint laboratory tests. e. Metal paneling laboratory tests. f. Cement tests.

9. Soil test reports. 10. Air handling balancing reports. 11. Temperature records. 12. Piping stress analysis. 13. Shipping or packing lists. 14. Job progress schedules. 15. Equipment and Material delivery schedules. 16. Progress photographs. 17. Warranties and guarantees. 18. Fire protection and hydraulic calculations.

B. Transmittal of Informational Submittals: 1. All informational Submittals furnished by Subcontractors, manufacturers, and Suppliers

shall be submitted to Engineer by Contractor unless otherwise specified. a. Identify each informational Submittal by Project name and number, Contract title

and number, and Specification Section and Article number marked thereon or in letter of transmittal. Unidentifiable Submittals will be returned for proper identification.

b. At the time of each submission, call to the attention of Engineer in the letter of transmittal any deviations from requirements of the Contract Documents.

2. Quantity Requirements: a. Technical reports and administrative Submittals except as otherwise specified:

(1) Paper: 2 copies to Engineer. (2) Electronic: One to Engineer.

b. Written Certificates and Guarantees: (1) Engineer: 2 copies.

3. Test Reports: a. Responsibilities of Contractor, Owner, and Engineer regarding tests and inspections

of Equipment and Materials and completed Work are set forth elsewhere in these Contract Documents.

b. The party specified responsible for testing or inspection shall in each case, unless otherwise specified, arrange for the testing laboratory or reporting agency to distribute test reports as follows:

Page 163: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01330 - SUBMITTALS: continued

CITY OF LONGMONT 01330-9 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

(1) Owner: Two copies. (2) Engineer: One copy. (3) Resident Project Representative: One copy. (4) Contractor: Two copies. (5) Manufacturer or Supplier: One copy.

C. Engineer's Review: 1. Engineer will review informational Submittals for indications of Work or Material

deficiencies. 2. Engineer will respond to Contractor on those informational Submittals which indicate

Work or Material deficiency.

PART 2 - PRODUCTS - Not Applicable.

PART 3 - EXECUTION – Not Applicable. END OF SECTION 01330

Page 164: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01330 - SUBMITTALS: continued

JULY 24, 2008 01330-10 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SUBMITTAL INFORMATION BLOCK

Contractor fill in all blankswithout preprinted information

Contractor fill in this blockon all Submittals

For the use of Engineer

Contractor

(Do not send drawing to Engineerwithout Contractor’s prior Approval.)

Engineer’s ActionEn

gine

er R

ecor

d St

amp

Initials & DateDate Received

Project NameProject NumberContract TitleContract No.Spec. Sect. No. Art. No.

Approved ByDate

Contractor’s Approval(See Contract Documents)

ABCD

EFG

(See Contract Documents)

1. Use this decal on all shop drawings, whether prepared by Contractor, Subcontractor, or

Supplier. Place as near as possible to the drawing title in the lower right corner. 2. Affix the gummed edge paper information blocks to all “product data” type Submittals

immediately inside the front cover.

SECTION 01330 - Appendix

Page 165: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01420-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01420 - DEFINITIONS AND STANDARDS

PART 1 - GENERAL

1.01 SUMMARY: A. Definitions:

1. Basic contract definitions used in the Contract Documents are defined in the GENERAL CONDITIONS. Definitions and explanations are not necessarily either complete or exclusive, but are general for the Work.

2. General Requirements are the provisions or requirements of DIVISION 1 Sections, and which apply to the entire Work of the Contract.

B. Related Information Specified Elsewhere: Specification standards and associations applicable to the Work are specified in each Section.

1.02 SPECIFICATION FORMAT AND CONTENT EXPLANATIONS: A. Specification Format: The Specifications are organized into Divisions and Sections based on

the Construction Specifications Institute's (CSI) Section Format and MasterFormat numbering system. Some portions may not fully comply and no particular significance will be attached to such compliance or noncompliance. 1. Divisions and Sections: For convenience, a basic unit of Specification text is a "Section,"

each unit of which is numbered and named. These are organized with related Sections, into "Divisions," which are recognized as the present industry consensus on uniform organization and sequencing of Specifications. The Section title is not intended to limit meaning or content of Section, nor to be fully descriptive of requirements specified therein, nor to be an integral part of text.

2. Section Numbering: Used for identification and to facilitate cross-references in Contract Documents. Sections are placed in numeric sequence; however, numbering sequence is not complete, and listing of Sections in Table of Contents at beginning of the Project Manual must be consulted to determine numbers and names of Specification Sections in these Contract Documents.

3. Page Numbering: Numbered independently for each Section. Section number is shown with page number at bottom of each page, to facilitate location of text.

4. Parts: Each Section of Specifications generally has been subdivided into three basic "parts" for uniformity and convenience (PART 1 - GENERAL, PART 2 - PRODUCTS, and PART 3 - EXECUTION). These "Parts" do not limit the meaning of text within. Some Sections may not contain all three "Parts" when some are not applicable, or may contain more than three "Parts" to add clarity to organization of Section.

5. Underscoring of Titles: Used strictly to assist reader of Specification in scanning text for key words in content. No emphasis on or relative importance is intended except where underscoring may be used in body of text to emphasize a duty, critical requirement, or similar situation.

6. Project Identification: Project file number and identification are recorded at bottom of each page of Specifications to minimize possible misuse of Specifications, or confusion with other Project Specifications.

B. Specification Content: 1. These Specifications apply certain conventions in the use of language and the intended

meaning of certain terms, words, and phrases when used in particular situations or circumstances. These conventions are explained as follows: a. Imperative and Streamlined Language: These Specifications are written in

imperative and abbreviated form. This imperative language of the technical

Page 166: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01420 - DEFINITIONS AND STANDARDS: continued

JULY 24, 2008 01420-2 CITY OF LONGMONT

STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

Sections is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting "shall," "the Contractor shall," and "shall be," and similar mandatory phrases by inference in the same manner as they are applied to notes on the Drawings. The words "shall be" shall be supplied by inference where a colon (:) is used within sentences or phrases. Except as worded to the contrary, fulfill (perform) all indicated requirements whether stated imperatively or otherwise.

b. Specifying Methods: The techniques or methods of specifying requirements varies throughout text, and may include "prescriptive," "compliance with standards," "performance," "proprietary," or a combination of these. The method used for specifying one unit of Work has no bearing on requirements for another unit of Work.

c. Overlapping and Conflicting Requirements: Where compliance with two or more industry standards or sets of requirements is specified, and overlapping of those different standards or requirements establishes different or conflicting minimums or levels of quality, notify Engineer in writing for a decision, which Engineer will render in writing within a reasonable time.

d. Abbreviations: Throughout the Contract Documents are abbreviations implying words and meanings which shall be appropriately interpreted. Specific abbreviations have been established, principally for lengthy technical terminology and in conjunction with coordination of Specification requirements with notations on Drawings and in schedules. These are normally defined at first instance of use. Organizational and association names and titles of general standards are also abbreviated.

C. Assignment of Specialists: In certain instances, Specification text requires that specific Work be assigned to specialists in the operations to be performed. These specialists shall be engaged for performance of those units of Work, and assignments are requirements over which Contractor has no choice or option. These assignments shall not be confused with, and are not intended to interfere with, enforcement of building codes and similar regulations governing the Work, local trade and union jurisdictions, and similar conventions. Nevertheless, final responsibility for fulfillment of Contract requirements remains with Contractor.

D. Trades: Except as otherwise specified or indicated, the use of titles such as "carpentry" in Specification text, implies neither that the Work must be performed by an accredited or unionized tradesperson of corresponding generic name (such as "carpenter"), nor that specified requirements apply exclusively to work by tradespersons of that corresponding generic name.

1.03 DRAWING SYMBOLS: A. Except as otherwise indicated, graphic symbols used on Drawings are those symbols

recognized in the construction industry for purposes indicated. Refer instances of uncertainty to Engineer for clarification.

1.04 INDUSTRY STANDARDS: A. Applicability of Standards: Except where the Contract Documents include more stringent

requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents. Such standards are made a part of the Contract Documents by reference and are stated in each Section. 1. Referenced standards, referenced directly in Contract Documents or by governing

regulations, have precedence over nonreferenced standards which are recognized in industry for applicability to the Work.

Page 167: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01420 - DEFINITIONS AND STANDARDS: continued

CITY OF LONGMONT 01420-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2. Where compliance with an industry standard is required, the latest standard in effect at time of opening Bids shall govern.

3. Where an applicable code or standard has been revised and reissued after the effective date of the Contract and before performance of Work affected by the revision, Engineer will decide whether to issue a Change Order to proceed with the revised standard.

4. In every instance the quantity or quality level shown or specified shall be the minimum to be provided or performed. The actual installation may comply exactly, within specified tolerances, with the minimum quantity or quality specified, or it may exceed that minimum within reasonable limits. In complying with these requirements, indicated numeric values are minimum or maximum values, as noted, or appropriate for the context of the requirements. Refer instances of uncertainty to Engineer for a decision before proceeding.

5. Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity's construction activity. Copies of applicable standards are not bound with the Contract Documents. a. Where copies of standards are needed for performance of a required construction

activity, Contractor shall obtain copies directly from the publication source. B. Abbreviations and Names: Trade association names and titles of general standards are

frequently abbreviated. Where such acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction, or other entity applicable to the context of the text provision.

PART 2 - PRODUCTS - Not Applicable.

PART 3 - EXECUTION - Not Applicable END OF SECTION 01420

Page 168: Project Manual for State Highway 66 Waterline Phase III ...
Page 169: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01502-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

ECTION 01502 - PRIVATE DRIVEWAYS AND ENTRANCESS PART 1 - GENERAL 1.01 SUMMARY:

The following requirements apply to the construA. ction of a private driveways and entrances,

1.

2. However, means shall be provided to allow

3. t all times where property abutting the Project is served by

4. ads shall conform to the agency having jurisdiction in the location the pad is to be installed.

ART 2 - PRODUCTS

subject to conditions indicated on the drawing. Vehicular access to all private driveways shall be maintained throughout the Contract except during the specified periods described below. Close private driveways one time for a period not to exceed eight (8) hours for any driveway if required to perform construction.owner’s access to their property at all times. One driveway shall remain open atwo or more separate driveways. Vehicle tracking p

P 2.01 MATERIALS

A. u1. pproved

cess of flat, elongated or disintegrated pieces, dirt, or other

B. 1. t vary form the low limit on one

si Sieve Designation Square Inch

Cr shed Rock: Crushed rock shall consist of hard, durable particles of crushed limestone from an aquarry, free from an exobjectionable matter.

Gradation shall meet the following requirements: Shall be uniformly graded from coarse to fine, and shall no

eve to the high limit on the adjacent sieve or vice versa: Percentage By Weight Passing 2 inch 100 1-1/2 inch 95-100

No. 200 8-20

ART 3 - EXECUTION

3/4 inch 75-95 No. 4 40-65 No. 100 30-55

P 3.01 LOCATION:

The Contractor shall place four (4) inches of temporary crushed rock surfacing or permanent patch along the excavation to maintain vehicular access during the period of time between the first closure for trench

A.

ing and grading and the second closure for construction of the permanent

B. , and maintain temporary crushed rock driveway as directed by the Owner or resident inspector.

3.02

driveway pavement. The Contractor shall add crushed rock, shape

COORDINATION:

The Contractor shall notify the owner/tenant of each driveway to be affected by tempoclosure not less than 48 hours prior to closure to provide the owner/tenant reasonable

A. rary

Page 170: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01502 - PRIVATE DRIVEWAYS AND ENTRANCES: continued

JULY 24, 2008 01502-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

opportunity to make arrangements for temporary removal of his vehicle or modify plan of

.03 CONSTRUCTION

operation.

3 : to uniform depth of four (4) inches over the entire area to be surfaced.

END OF SECTION 01502

A. Place crushed rock

Page 171: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01520-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01520 - FIELD SHEDS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes requirements for temporary field sheds and other structures required for

storage space required by Contractor. B. Related Work Specified Elsewhere:

1. Equipment and Materials: SECTION 01600. 2. Temporary Utilities and Facilities: SECTION 01560.

PART 2 - PRODUCTS

2.01 STORAGE SHEDS AND TRAILERS: A. On Site:

1. Provide temporary buildings or trailers needed for storage of Equipment and Materials installed under this Contract.

2. Provide ventilation and heating as required by Equipment and Material stored. B. Off Site:

1. Advise Owner of any arrangements made for storage of Equipment and Materials in a place other than Owner's Site. Furnish evidence of insurance coverage with Application for Payment as specified by the Contract Documents.

PART 3 - EXECUTION

3.01 LOCATION, INSTALLATION AND MAINTENANCE: A. General:

1. Place temporary buildings, trailers, and stored materials in locations acceptable to Owner.

2. Install field offices and sheds to resist winds and elements of the locality where installed. 3. Remove when no longer needed at the Site or when Work is completed. 4. Keep approach walks free of leaves, mud, water, ice, or snow. 5. At completion of Work, remove temporary buildings and trailers, foundations (if any),

utility services, and debris. 6. Prepare ground or paved areas as specified in applicable Sections.

END OF SECTION 01520

Page 172: Project Manual for State Highway 66 Waterline Phase III ...
Page 173: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01530-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes General Requirements for:

1. Safety and protection of Work. 2. Safety and protection of existing property. 3. Barriers. 4. Security. 5. Environmental controls. 6. Access roads and parking areas. 7. Traffic control and use of roadways. 8. Railroad service.

B. Related Work Specified Elsewhere: 1. Temporary Utilities and Facilities: SECTION 01560.

PART 2 - PRODUCTS – NOT APPLICABLE

PART 3 - EXECUTION

3.01 SAFETY AND PROTECTION OF WORK AND PROPERTY: A. General:

1. Provide for the safety and protection of the Work and of Materials and Equipment to be incorporated therein, whether in storage on or off the Site. Provide protection at all times against rain, wind, storms, frost, freezing, condensation, or heat so as to maintain all Work and Equipment and Materials free from injury or damage. At the end of each day, all new Work likely to be damaged shall be appropriately protected.

2. Notify Owner immediately at any time operations are stopped due to conditions which make it impossible to continue operations safely or to obtain proper results.

3. Construct and maintain all necessary temporary drainage and do all pumping necessary to keep excavations, floors, pits, trenches, manholes, and ducts free of water.

4. Protect floors from damage by proper covering and care when handling heavy equipment, painting, or handling mortar or other such materials. Use proper cribbing and shoring to prevent overloading of floors while moving heavy equipment. Provide metal pans under pipe-threading machines and clean such pans daily, keeping oil off floors. Restore floors to former condition where damaged or stained.

5. Concrete floors less than 28 days old shall not be loaded without written permission from Owner.

6. Restrict access to roofs except as required by the Work. Where access is required, provide protection with plywood, boards, or other suitable materials.

B. Property Other than Owner's: 1. Provide for the safety and protection of property at the Site or adjacent thereto, including

trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. Report immediately to the owners thereof and promptly repair damage to existing facilities resulting from construction operations.

2. Names and telephone numbers of representatives of agencies and utilities having jurisdiction over streets and utilities in the Work area can be obtained from the Owner for the agencies listed below. Concerned agencies or utilities shall be contacted a minimum

Page 174: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS: continued

JULY 24, 2008 01530-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

of 24 hours prior to performing Work, closing streets and other traffic areas, or excavating near underground utilities or pole lines. a. Water. b. Gas. c. Sanitary sewers. d. Storm drains. e. Pipeline companies. f. Telephone. g. Electric. h. Municipal streets. i. State highways. j. City engineer. k. Fire. l. Police.

3. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility.

4. Where fences are to be breached on private property, the owners thereof shall be contacted and arrangements made to ensure proper protection of any livestock or other property thus exposed.

5. The applicable requirements specified for protection of the Work shall also apply to the protection of existing property of others.

6. Before acceptance of the Work by Owner, restore all property affected by Contractor's operations to the original or better condition.

3.02 BARRIERS: A. General:

1. Furnish, install, and maintain suitable barriers as required to prevent public entry, to protect the public, and to protect the Work, existing facilities, trees, and plants from construction operations. Remove when no longer needed or at completion of Work.

2. Materials may be new or used, suitable for the intended purpose, but shall not violate requirements of applicable codes and standards or regulatory agencies.

3. Barriers shall be of a neat and reasonable uniform appearance, structurally adequate for the required purposes.

4. Maintain barriers in good repair and clean condition for adequate visibility. Relocate barriers as required by progress of Work.

5. Repair damage caused by installation and restore area to original or better condition. Clean the area.

B. Fences: 1. Where fence is to be temporarily removed along the pipeline route, Contractor shall

install temporary orange construction fencing to clearly mark areas for construction. Additional fencing may be required when livestock is present see SECTION 01530 3.01B.4.

C. Tree and Plant Protection: (Specified in SECTION 02300). 1. Preserve and protect existing trees and plants at the Site which are designated to remain

and those adjacent to the Site. 2. Provide temporary barriers around each, or around each group of trees and plants.

Construct to a height of six feet around trees, and to a diameter at the drip line or five feet from trunk, whichever is greater, to adequately protect plants.

Page 175: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS: continued

CITY OF LONGMONT 01530-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

3. Consult with Owner and remove agreed-on roots and branches which will interfere with construction. Employ qualified tree surgeon to remove and to treat cuts.

4. Protect root zones of trees and plants as follows: a. Do not allow vehicular traffic or parking. b. Do not store materials or products. c. Prevent dumping of refuse or chemically injurious materials or liquids. d. Prevent puddling or continuous running water.

5. Carefully supervise excavating, grading and filling, and subsequent construction operations to prevent damage.

6. Remove and replace, or suitably repair, trees and plants which are damaged or destroyed due to construction operations, and which were designated to remain.

3.03 ENVIRONMENTAL CONTROLS: A. Noise Control: Contractor shall comply with all OSHA, Colorado Department of

Transportation and City of Longmont restrictions and regulations. B. Dust Control:

1. Provide positive methods and apply dust control materials to minimize raising dust from construction operations; and to prevent airborne dust from dispersing into the atmosphere.

2. Clean interior spaces prior to the start of finish painting and continue cleaning on an as-needed basis until painting is finished.

3. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly-coated surfaces.

C. Water and Erosion Control: 1. Provide methods to control surface water to prevent damage to the Project, the Site, or

adjoining properties. 2. Plan and execute construction and earthwork by methods to control surface drainage from

cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. a. Hold the areas of bare soil exposed at one time to a minimum. b. Provide temporary control measures such as berms, dikes, and drains.

3. Control fill, grading, and ditching to direct surface drainage away from excavations, pits, tunnels, and other construction areas; and to direct drainage to proper runoff.

4. Provide, operate, and maintain hydraulic equipment of adequate capacity to control surface and groundwater.

5. Treat and dispose of surface runoff water in a manner to prevent flooding, erosion, sedimentation, or other damage to any portion of the Site or to adjoining areas, and in a manner acceptable to authorities having jurisdiction.

6. Provide temporary drainage where the roofing or similar waterproof deck construction is completed prior to the connection and operation of the permanent drainage piping system.

D. Rodent Control: 1. Provide rodent control as necessary to prevent infestation of construction or storage

areas. a. Employ methods and use materials which will not adversely affect conditions at the

Site or adjoining properties. b. Should the use of rodentcides be considered necessary, submit an informational

copy of the proposed program to Owner with a copy to Engineer. Clearly indicate: (1) The area or areas to be treated.

Page 176: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS: continued

JULY 24, 2008 01530-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

(2) The rodentcides to be used, with a copy of the manufacturer's printed instructions.

(3) The pollution preventive measures to be employed. 2. The use of any rodenticide shall be in accordance with the manufacturer's printed

instructions and regulatory agencies. E. Debris Control and Clean-Up:

1. Keep the premises free at all times from accumulations of debris, waste materials, and rubbish caused by construction operations and employees. Responsibilities shall include: a. Adequate trash receptacles about the Site, emptied promptly when filled. b. Periodic cleanup to avoid hazards or interference with operations at the Site and to

maintain the Site in a reasonably neat condition. c. The keeping of construction materials such as forms and scaffolding neatly stacked. d. Immediate cleanup to protect the Work by removing splattered concrete, asphalt,

oil, paint, corrosive liquids, and cleaning solutions from walls, floors, and metal surfaces before surfaces are marred.

2. Prohibit overloading of trucks to prevent spillages on access and haul routes. Provide periodic inspection of traffic areas to enforce requirements.

3. Final cleanup is specified in SECTION 01780 - CONTRACT CLOSEOUT. F. Pollution Control:

1. Provide methods, means, and facilities required to prevent contamination of soil, water, or atmosphere by the discharge of hazardous or toxic substances from construction operations.

2. Provide equipment and personnel, perform emergency measures required to contain any spillages, and remove contaminated soils or liquids. Excavate and dispose of any contaminated earth off-Site in approved locations, and replace with suitable compacted fill and topsoil.

3. Take special measures to prevent harmful substances from entering public waters, sanitary, or storm sewers.

3.04 ACCESS ROADS AND PARKING AREAS: A. New Temporary On-Site Roads and Parking Areas:

1. Locate roads, drives, walks, and parking facilities to provide access to construction offices, mobilization, Work, storage areas, and other areas required for execution of the Contract. a. Consult with Owner regarding any desired deviation therefrom. b. Size of parking facilities shall be adequate to provide for needs of Contractor's

personnel, Resident Project Representatives, and visits to Site by Engineer and Owner.

2. Provide access for emergency vehicles. Maintain driveways a minimum of 15 feet wide between and around combustible materials in storage and mobilization areas.

3. Maintain traffic areas free of excavated materials, construction equipment, snow, ice, and debris.

4. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage.

5. Keep fire hydrants and water control valves free from obstruction and accessible for use. 6. Construction:

a. Clear areas required.

Page 177: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS: continued

CITY OF LONGMONT 01530-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

b. Fill, compact, and grade areas as necessary to provide suitable support for vehicular traffic under anticipated loadings. Materials and construction shall be as specified in DIVISION 2.

c. Provide for surface drainage of facilities and surrounding areas. d. Maintain roads, walks, and parking areas in a sound, clean condition. Repair or

replace portions damaged during progress of Work. 7. Removal:

a. Completely remove temporary materials and construction when construction needs can be met by use of permanent installation, unless construction is to be integrated into permanent construction. Remove and dispose of compacted materials to depths required by various conditions to be met in completed Work.

b. Restore areas to original, better, or specified condition at completion of Work.

3.05 TRAFFIC CONTROL AND USE OF ROADWAYS: A. Traffic Control: See SECTION 01570 B. Maintenance of Roadways:

1. Repair roads, walkways, and other traffic areas damaged by operations. Keep traffic areas as free as possible of excavated materials and maintain in a manner to eliminate dust, mud, and hazardous conditions.

2. All operations and repairs shall meet the approval of owners or agencies having jurisdiction.

3.06 RAILROAD SERVICE: A. Maintenance:

1. Schedule operations and exercise care to avoid any interruption to continuous service over the railroads within or adjacent to the Work area.

2. Before transporting Equipment and Materials across railroad tracks or performing Work within any railroad right-of-way, obtain permission or any necessary permits from the railroads.

3. The Work shall be subject to all supervision, inspection, and other conditions required by the affected railroads. Refer to additional Burlington Northern Santa Fe Railroad information located after SECTION 01110.

END OF SECTION 01530

Page 178: Project Manual for State Highway 66 Waterline Phase III ...
Page 179: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01560-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes requirements of a temporary nature not normally incorporated into final

Work. It includes the following: 1. Utility services. 2. Construction and support facilities. 3. Construction aids. 4. Safety and health. 5. Fire protection.

B. Related Work Specified Elsewhere: 1. Temporary Barriers and Controls: SECTION 01530. 2. Field Offices and Sheds: SECTION 01520.

1.02 REFERENCES: A. American National Standards Association (ANSI):

1. A10 Series - Safety Requirements for Construction and Demolition. B. National Electrical Contractors Association (NECA):

1. Electrical Design Library - Temporary Electrical Facilities. C. National Fire Protection Association (NFPA):

1. 10 - Portable Fire Extinguishers. 2. 70 - National Electrical Code. 3. 241 - Safeguarding Construction, Alterations, and Demolition Operations.

D. National Electrical Manufacturers Association (NEMA). E. Underwriters Laboratories (UL).

1.03 SUBMITTALS: A. Temporary Utilities: Submit reports of tests, inspections, meter readings, and similar

procedures performed on temporary utilities. B. Implementation and Termination Schedule: Submit a schedule indicating implementation and

termination of each temporary utility within 15 days of the date established for commencement of the Work.

1.04 QUALITY ASSURANCE: A. Regulations: Comply with industry standards and applicable laws and regulations of

authorities having jurisdiction, including but not limited to: 1. Building Code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, Fire Department, and rescue squad rules. 5. Environmental protection regulations.

B. Standards: 1. Comply with NFPA 10 and 241, and ANSI A10 Series standards "Temporary Electrical

Facilities." 2. Comply with NEMA, NECA, and UL standards and regulations for temporary electric

service. Install service in compliance with NFPA 70. C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary

utility before use. Obtain required certifications and permits.

Page 180: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES: continued

JULY 24, 2008 01560-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1.05 PROJECT CONDITIONS: A. Temporary Utilities: Prepare a schedule indicating dates for implementation and termination

of each temporary utility. At the earliest feasible time, when acceptable to Owner, change over from use of temporary service to use of the permanent service.

B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities, or permit them to interfere with progress. Do not allow hazardous, dangerous, unsanitary conditions, or public nuisances to develop or persist on the Site.

PART 2 - PRODUCTS

2.01 MATERIALS AND EQUIPMENT: A. Provide new materials and equipment. If acceptable to Engineer, undamaged previously used

materials and equipment in serviceable condition may be used. Provide materials and equipment suitable for the use intended, of capacity for required usage, and meeting applicable codes and standards. Comply with requirements of DIVISIONS 2 through 16.

B. Water: Provide potable water approved by local health authorities. C. Water Hoses: Provide 3/4-inch heavy-duty, abrasion-resistant, flexible rubber hoses 100 feet

long, with pressure rating greater than the maximum pressure of the water distribution system. Provide adjustable shutoff nozzles at hose discharge.

D. Electrical Outlets: Provide properly configured, NEMA-polarized outlets to prevent insertion of 110- to 120V plugs into higher voltage outlets. Provide receptacle outlets equipped with ground-fault circuit interrupters, reset button, and pilot light for connection of power tools and equipment.

E. Electrical Power Cords: Provide grounded extension cords. Use hard-service cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length-voltage ratio.

F. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered-glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture.

G. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM, or another recognized trade association related to the type of fuel being consumed.

H. Fire Extinguishers: Provide hand-carried, portable, UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand-carried, portable, UL-rated, Class ABC, dry-chemical extinguishers or a combination of extinguishers of NFPA-recommended classes for the exposures. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure.

PART 3 - EXECUTION

3.01 TEMPORARY UTILITIES: A. General:

1. Engage the appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations.

Page 181: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES: continued

CITY OF LONGMONT 01560-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2. Provide adequate utility capacity at each stage of construction. Prior to availability of temporary utilities at the Site, provide trucked-in services as required for start-up of construction operations.

3. Obtain and pay for temporary easements required to bring temporary utilities to the Project Site, where Owner's permanent easement cannot be used for that purpose.

4. Furnish, install, and maintain temporary utilities required for adequate construction, safety, and security. Modify, relocate, and extend systems as Work progresses. Repair damage caused by installation or use of temporary facilities. Grade the areas of Site affected by temporary installations to required elevations and grades, and clean the area. Remove on completion of Work or until service or facilities are no longer needed or are replaced by authorized use of completed permanent facilities.

5. The types of temporary construction utilities and facilities required include, but not by way of limitation, water distribution, drainage, dewatering equipment, enclosure of Work, heat, ventilation, electrical power distribution, lighting, hoisting facilities, stairs, ladders, and roads.

6. Inspect and test each service before placing temporary utilities in use. Arrange for required inspections and tests by governing authorities, and obtain required certifications and permits for use.

7. Materials used for temporary service shall not be used in the permanent system unless so specified or acceptable to Engineer.

3.02 TEMPORARY ELECTRICITY AND LIGHTING: A. New Service:

1. Arrange with utility company and provide service required for power and lighting. 2. Connect temporary service in a manner directed by utility company officials. Provide

separate meter for metering of power used by all entities authorized to be at or perform Work at the Project Site.

3. The electric service shall be of sufficient capacity and characteristics for the various construction tools, machinery, lights, heating and air conditioning, pumps, and other tools required by Contractor and its Subcontractors.

4. Provide weatherproof, grounded, power distribution system sufficient to accommodate construction operations requiring power, use of power tools, electrical heating, and lighting. Provide overload protection. Locate multiple outlets spaced so that entire area of construction can be reached by power tools on a single extension cord of 100-foot maximum length. Supply power for electric welding, if any, from either temporary power distribution system or by engine-driven, power-generator sets at Contractor's option.

5. Provide all necessary temporary wiring, panelboards, switches, outlets, and other devices so that power and lighting is available throughout the construction area. Include meters, transformers, overload protection disconnects, automatic ground fault interrupters, and main distribution switch gear. Include overcurrent protection on all conductors of the temporary system.

6. Provide adequate artificial lighting for all areas of Work when natural light is not adequate for Work. a. Sufficient light shall be provided for general construction areas and floor areas, with

additional sufficient lighting for specific tasks and to meet safety requirements. B. Costs of Installation and Operation:

1. Pay fees and charges for permits and applications.

Page 182: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES: continued

JULY 24, 2008 01560-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2. Pay costs of installation, maintenance, removal of temporary services, and restoration of any permanent facilities used.

3. Pay costs of electrical power used. 4. Obtain and pay costs for temporary easements required across properties other than that

of Owner.

3.03 TEMPORARY WATER: A. New Service:

1. Arrange with utility service company to provide water for construction purposes. 2. Connect service to water main in a manner directed by utility company officials. Provide

with meter and shut off valve near connection to the water main. 3. Size water service to provide adequate volume for all anticipated construction uses, and

to maintain minimum required pressure. 4. Install piping with outlets located so that water is available throughout the construction

area. 5. Prevent freezing of water distribution system. Maintain hose connections and outlet

valves in leakproof condition. 6. Sterilize temporary water piping prior to use.

B. Costs of Installation and Operation: 1. Pay all costs for installation, maintenance, and removal. 2. Pay costs for water used.

3.04 TEMPORARY TELEPHONE SERVICE: A. General:

1. Arrange with local cellular/mobile telephone service company and provide mobile telephone service for use by Contractor and so Contractor can be reached at construction Site during normal working hours.

B. Costs of Installation and Operation: 1. Pay all costs for installation, maintenance and removal, and service charges for local

calls. Toll charges shall be paid by the party who places the call.

3.05 TEMPORARY SANITARY FACILITIES: A. Contractor-Furnished Facilities:

1. Furnish, install, and maintain temporary sanitary facilities for use through construction period. Remove on completion of Work.

2. Provide for all construction workers under this Contract and representatives at the Site. 3. Toilet facilities shall be of the chemical, aerated recirculation, or combustion type,

properly vented, and fully enclosed with a glass- fiber-reinforced polyester shell or similar nonabsorbent material.

4. Supply and maintain toilet tissue, paper towels, paper cups and similar disposable materials as appropriate for each facility. Provide appropriate covered waste containers for used material.

3.06 SEWERS AND DRAINAGE: A. General: Where sewers or drainage facilities are not available for discharge of effluent,

provide containers to remove and dispose of effluent off the Site in a lawful manner. If existing sewers are available for temporary drainage near the Site prior to completion of permanent sewers, provide temporary connections to remove effluent that can be lawfully discharged into the sewers. If existing sewers cannot be used for discharge, provide drainage

Page 183: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES: continued

CITY OF LONGMONT 01560-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

ditches, dry wells, waste stabilization ponds, and similar discharge facilities to remove effluent that can be lawfully discharged in that manner.

B. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. Following heavy usage, restore to normal conditions promptly. Provide and maintain temporary earthen embankments and similar barriers in and around construction excavations and subgrade construction, sufficient to prevent flooding by runoff of storm water from heavy rain storms.

3.07 TEMPORARY CONSTRUCTION AIDS: A. General:

1. Provide construction aids and equipment required by personnel and to facilitate the execution of the Work; scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes, and other such facilities and equipment.

2. Materials may be new or used, must be suitable for the intended purpose, and meet the requirements of applicable codes, regulations, and standards.

3. When permanent stair framing is in place, provide temporary treads, platforms, and railings for use by construction personnel.

3.08 TEMPORARY ENCLOSURES: A. New Construction:

1. Provide temporary enclosure of exterior walls as Work progresses, to provide acceptable working conditions, weather protection for interior materials, allow for effective temporary heating, and to prevent entry of unauthorized persons. a. Provide temporary exterior doors with hardware, including being lockable. b. Other enclosures shall be removable as necessary for Work and for handling of

materials. 2. Restore permanent facilities used for temporary purposes to specified condition.

3.09 TEMPORARY SAFETY AND HEALTH: A. General: Contractor shall be solely responsible for initiating, maintaining, and supervising all

safety and health precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide necessary protections to prevent injury or loss to, all employees on the Work and other persons and organizations who may be affected thereby.

3.10 TEMPORARY FIRE PROTECTION: A. General:

1. Contractor shall be responsible for development of a fire prevention and protection program for all Work under this Contract.

2. The program shall comply with the applicable provisions for safety and protection specified in the Contract Documents and with applicable parts of the NFPA 10 and 241.

3. Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each floor at or near such usable stairwell.

4. Store combustible materials in containers in fire-safe locations. 5. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire

protection facilities, stairways, and other access routes for fighting fires. Prohibit smoking in hazardous fire exposure areas.

6. Provide supervision of welding operations and similar sources of fire ignition. 7. Post warning and instructions at each extinguisher location, and instruct construction

personnel on proper use of extinguishers and other available facilities at Project Site.

Page 184: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES: continued

JULY 24, 2008 01560-6 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

Post local fire department telephone number on or near each telephone instrument at Project Site.

3.11 INSTALLATION AND REMOVAL: A. Relocation: Relocate construction aids as required by progress of construction, storage

limitations, or Work requirements and to accommodate requirements of Owner and other contractors at the Site.

B. Removal: Remove temporary materials, equipment, and services when construction needs can be met and allowed by use of permanent construction, or at completion of the Project.

C. Repair: Clean and repair damage caused by installation or by use of temporary facilities. 1. Remove foundations and underground installations for construction aids. 2. Grade the areas of the Site affected by temporary installations to required elevations and

clean the area. END OF SECTION 01560

Page 185: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01570-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01570 - TRAFFIC CONTROL PART 1 - GENERAL 1.01 SUMMARY:

A. Contractor shall develop detailed traffic control plans for construction along roadways, trails, and sidewalks and submit it to the Traffic Engineering Division of the agency having jurisdiction for review and approval prior to the start of any construction. This will require submittal to both the City of Longmont and the Colorado Department of Transportation (CDOT). The Contractor shall obtain and pay for all necessary permits. Contractor may be required to meet with City of Longmont and CDOT as required by this process.

B. The Contractor shall plan, install, and maintain all signs, barricades, traffic cones, drums, lights, flashers, flagmen, and other devices and perform all work necessary to direct and control vehicular and pedestrian traffic through and around the work site so as to protect the public, workmen, and the work from injury or damage.

C. The Contractor shall, at the time of preconstruction conference, designate a specific person to be responsible for the installation and maintenance of the traffic control devices and establish a method of contacting this person during both working and non-working hours. This information shall be provided to the Owner.

D. All traffic control devices shall conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), 1988 edition and all revisions thereto, the "Colorado Supplement" to the MUTCD, and the Colorado Department of Highways, Division of Highways, Standards S-614-50 and S-614-51, as well as the standards set by the Colorado Department of Transportation. 1. No substitutions for the devices required by the above referenced manuals, or changes in

the methods of maintaining traffic as outlined herein, will be allowed without the written approval of the Owner.

E. Contractor shall adhere to requirements included in CONTRACT DOCUMENTS. All lane closures if required must be approved through CDOT and indicated on the traffic control plan.

1.02 RELATED WORK SPECIFIED ELSEWHERE:

A. Private Driveways and Entrances: SECTION 01502. B. Temporary Barriers and Controls: SECTION 01530.

PART 2 - PRODUCTS 2.01 CRUSHED ROCK:

A. Crushed rock shall consist of hard, durable particles of crushed limestone from an approved quarry, free from an excess of flat, elongated or disintegrated pieces, dirt, or other objectionable matter.

B. Gradation shall meet the following requirements, shall be uniformly graded from coarse to fine, and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve or vice versa:

Sieve Designation Square Openings Percentage by Weight Passing2-inch 100 1-1/2-inch 95-100 3/4-inch 75-95 No. 4 40-65 No. 100 30-55 No. 200 8-20

Page 186: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01570 - TRAFFIC CONTROL: continued

JULY 24, 2008 01570-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

PART 3 - EXECUTION 3.01 GENERAL:

A. Contractor shall design and install all signing, barricades, channelizing devices, and all other devices in accordance with the requirements of the MUTCD and in accordance with the changing work in progress each day. Layouts for all temporary signing and channelizing shall be submitted to Owner and other agencies having jurisdiction for review including but not limited to the Colorado Department of Transportation. Contractor may be required to add additional signs and/or barricades as directed by Owner or other agencies.

B. Traffic control devices and signing shall be in place before the affected construction begins. C. Contractor shall be responsible for maintaining traffic during placement of devices and signs. D. Permanent and temporary construction signs and traffic control devices shall be promptly

removed or masked when their use is not required for Contractor's then current operations or job conditions.

E. Signing and traffic control devices shall be continuously maintained in serviceable condition. 1. Daily inspections shall be conducted by the Contractor. 2. All damaged devices shall be promptly repaired or replaced. 3. Sign faces shall be cleaned as often as necessary to maintain legibility and reflective

properties. 4. Sign masking material shall be sturdy cloth. Paper and tape are not acceptable.

F. Remove temporary equipment and facilities when no longer required. Restore grounds to original or better, or specified condition when no longer required.

G. Repair roads, walkways, and other traffic areas damaged by operations. Keep traffic areas free of excavated materials and maintain in a manner to eliminate dust, mud, and hazardous conditions.

H. All operations and repairs shall meet approval of owners or agencies having jurisdiction. END OF SECTION 01570

Page 187: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01580-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01580 - PROJECT IDENTIFICATION AND SIGNS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes basic requirements for temporary Project identification and informational

signs required during construction. B. Related Work Specified Elsewhere:

1. Submittals: SECTION 01330. 2. Protective Coatings: SECTION 09900.

1.02 QUALITY ASSURANCE: A. Design sign and structure to withstand wind and environmental conditions of locality. Provide

with finish adequate to withstand weathering, fading, chipping, and peeling for duration of construction.

1.03 SUBMITTALS: A. Submit as specified in SECTION 01330. B. Includes, but not limited to, the following:

1. Shop Drawings and product data as applicable. 2. Show content, layout, lettering, colors, structure, and foundation.

PART 2 - PRODUCTS

2.01 IDENTIFICATION SIGNS: A. Project Identification:

1. Construct to design, size, and material indicated. 2. Construct structure and framing of wood or metal, structurally adequate to resist design

requirements of locality. 3. Construct sign surface of minimum 3/4-inch thickness exterior grade plywood with

medium density overlay. Panels shall be of size to minimize joints. Overall size shall be 4-feet by 8-feet.

4. Rough hardware shall be galvanized or aluminum. 5. Coating: Paint as specified in SECTION 09900 of colors selected by

Engineer/Architect. 6. Information Content:

a. Project title, logo, and name of Owner as shown on Contract Documents. b. Names and titles of authorities. c. Name and title of Engineer. d. Name of prime Contractor and major Subcontractors.

2.02 INFORMATIONAL SIGNS: A. Construction:

1. This includes signs for traffic, construction workers, and general public in regards to directions, warnings, hazards, locations of areas, facilities, equipment, and others of a similar nature.

2. Provide signs of design, size, color, and lettering as required by regulatory agencies. Signs shall be painted metal, wood, plastic, or fiberglass and of materials suitable for the conditions in which they are placed, such as weathering and fading.

Page 188: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01580 - PROJECT IDENTIFICATION AND SIGNS: continued

JULY 24, 2008 01580-2 CITY OF LONGMONT

STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

3. Construct structure and framing of wood or metal, structurally adequate to resist design requirements of area of Project.

PART 3 - EXECUTION

3.01 INSTALLATION: A. Project and Contractor Identification Sign:

1. Install in appropriate location so as not to obstruct traffic, pedestrians, or construction operations.

2. Erect on framing or foundation, and rigidly brace. 3. Maintain sign in good repair, in a clean and neat condition. 4. Remove upon completion of Project.

B. Informational Signs: 1. Install at appropriate locations and in sufficient quantities to assure visibility. Relocate as

required by progress of Work. 2. Maintain signs in good repair, in a neat, clean, readable condition. 3. Remove all signs, framing, supports, and foundations upon completion of Project.

END OF SECTION 01580

Page 189: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01600-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01600 - EQUIPMENT AND MATERIALS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes administrative and procedural requirements governing Contractor's

selection of products for use in the Project. B. Related Sections: The following Sections contain requirements that relate to this Section:

1. For the applicability of industry standards to products specified: DIVISIONS 2 through 16.

2. For submittal of Contractor's construction progress schedule and the Submittal schedule: SECTIONS 01320 and 01330.

1.02 DEFINITIONS: A. Definitions used in this Article are not intended to change the meaning of other terms used in

these Contract Documents, such as "specialties," "systems," "structures," "finishes," "accessories," and similar terms. Such terms are self-explanatory and have well-recognized meanings in the construction industry. 1. "Products" are items purchased for incorporation in the Work, whether purchased for the

Project or taken from previously purchased stock. The term "product" includes the terms "Material," "Equipment," "system," and terms of similar intent. a. "Named Products" are items identified by the manufacturer's product name,

including make or model number or other designation, shown or listed in the manufacturer's published product literature, that is current as of the date of the Contract Documents.

b. "Foreign Products," as distinguished from "domestic products," are items substantially manufactured (50% or more of value) outside the United States and its possessions. Products produced or supplied by entities substantially owned (more than 50%) by persons who are not citizens of, nor living within, the United States and its possessions are also considered to be foreign products.

2. "Materials" are products substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the Work.

3. "Equipment" is a product with operational or nonoperational parts, whether motorized, or manually operated, that may require service connections, such as wiring or piping.

1.03 SUBMITTALS: A. Submittal of preliminary procurement schedule is specified in SECTION 01320 -

CONSTRUCTION PROGRESS SCHEDULES AND REPORTS. B. Submittals for products are specified in SECTION 01330 and in applicable Sections of

DIVISIONS 2 through 16.

1.04 QUALITY ASSURANCE: A. Source Limitations: To the fullest extent possible, provide products of the same kind from a

single source. 1. When specified products are available only from sources that do not, or cannot, produce a

quantity adequate to complete Project requirements in a timely manner, consult with Engineer to determine the most important product qualities before proceeding. Qualities may include attributes, such as visual appearance, strength, durability, or compatibility. When a determination has been made, select products from sources producing products that possess these qualities, to the fullest extent possible.

Page 190: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01600 - EQUIPMENT AND MATERIALS: continued

JULY 24, 2008 01600-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

B. Compatibility of Options: When the Contractor is given the option of selecting between two or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options. 1. Each prime contractor is responsible for providing products and construction methods

that are compatible with products and construction methods of other prime or separate contractors.

2. If a dispute arises between prime contractors over concurrently selectable, but incompatible products, Engineer will determine which products shall be retained and which are incompatible and must be replaced.

C. Foreign Product Limitations: Except under one or more of the following conditions, provide domestic products, not foreign products, for inclusion in the Work: 1. No available domestic product complies with the Contract Documents. 2. Domestic products that comply with the Contract Documents are available only at prices

or terms substantially higher than foreign products that comply with the Contract Documents.

D. Electronic Equipment Compliance: 1. Contractor warrants that all equipment, devices, items, systems, software, hardware, or

firmware provided shall properly, appropriately, and consistently function and accurately process date and time data (including without limitation: calculating, comparing, and sequencing). This warranty supercedes anything in the Specifications or other Contract Documents which might be construed inconsistently. This warranty is applicable whether the equipment, device, item, system, software, hardware, or firmware is specified with or without reference to a manufacturer's name, make, or model number.

1.05 TRANSPORTATION AND SHIPMENT: A. Shipment Preparation:

1. Contractor shall require manufacturers and Suppliers to prepare products for shipment in a manner to facilitate unloading and handling, and to protect against damage, deterioration, or unnecessary exposure to the elements in transit and storage. Provisions for protection shall include the following: a. Crates or other suitable packaging materials. b. Covers and other means to prevent corrosion, moisture damage, mechanical injury,

and accumulation of dirt in motors, electrical equipment, and machinery. c. Suitable rust-preventive compound on exposed machined surfaces and unpainted

iron and steel. d. Grease packing or oil lubrication in all bearings and similar items.

B. Marking: Each product item shall be tagged or marked as identified in the delivery schedule or on Submittals. Complete packing lists and bills of material shall be included with each shipment. Each piece of every item need not be marked separately, provided that all pieces of each item are packed or bundled together and the packages or bundles are properly tagged or marked.

1.06 PRODUCT DELIVERY, STORAGE, AND HANDLING: A. Deliver, store, and handle products according to the manufacturer's recommendations, using

means and methods that will prevent damage, deterioration, and loss, including theft. 1. Schedule delivery to minimize long-term storage at the Site and to prevent overcrowding

of construction spaces. Allow ample time to avoid delay of the Work.

Page 191: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01600 - EQUIPMENT AND MATERIALS: continued

CITY OF LONGMONT 01600-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2. Coordinate delivery with installation time to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses.

3. Deliver products to the Site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing.

4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. Inspect shipment to assure: a. Product complies with requirements of Contract Documents and reviewed

Submittals. b. Quantities are correct. c. Containers and packages are intact and labels are legible. d. Products are properly protected and undamaged.

5. Store products at the Site in a manner that will facilitate inspection and measurement of quantity or counting of units. Mark deliveries of component parts of Equipment to identify the Equipment, to permit easy accumulation of parts, and to facilitate inspection and measurement of quantity or counting of units.

6. Store heavy Materials away from the Project structure in a manner that will not endanger the supporting construction.

7. Store products subject to damage by the elements above ground, under cover in a weathertight enclosure, and with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions.

8. Protect motors, electrical Equipment, plumbing fixtures, and machinery of all kinds against corrosion, moisture deteriorations, mechanical injury, and accumulation of dirt or other foreign matter.

9. Protect exposed machined surfaces and unpainted iron and steel as necessary with suitable rust-preventive compounds.

10. Protect bearings and similar items with grease packing or oil lubrication. 11. Handle and store steel plate, sheet metal, and similar items in a manner to prevent

deformation. 12. For storage of pipe and other products on easements and rights-of-way in residential and

commercial areas, do not exceed the minimum required by scheduled laying operations, and conform to all requirements of public authorities. Store or place pipe along roads, set back from shoulder or curb, and at an angle tending to deflect vehicles if struck. Place or block pipe to preclude its accidental movement.

B. Handling: 1. Provide equipment and personnel necessary to unload and handle products, by methods

to prevent damage or soiling to products, or packaging. 2. Handle by methods to prevent bending or overstressing. Where lifting points are

designated, lift components only at those points. 3. Provide additional protection to surrounding surfaces as necessary to prevent damage.

C. Maintenance of Storage: 1. Inspect stored products on a scheduled basis. 2. Verify that storage facilities comply with manufacturer's product storage requirements,

including environmental conditions continually maintained. 3. Verify that surfaces of products exposed to elements are not adversely affected; that any

weathering of finishes is acceptable under requirements of Contract Documents.

Page 192: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01600 - EQUIPMENT AND MATERIALS: continued

JULY 24, 2008 01600-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

4. For mechanical and electrical Equipment in long-term storage, provide manufacturer's service instructions to accompany each item, with notice of enclosed instructions on exterior of package. Service Equipment on a regularly scheduled basis.

D. Protection After Installation: Provide substantial coverings as necessary to protect installed products from damage from subsequent construction operations. Remove coverings when no longer needed or as specified.

PART 2 - PRODUCTS

2.01 PRODUCT SELECTION: A. General Product Requirements: Provide products that comply with the Contract Documents,

that are undamaged and, unless otherwise specified or indicated, new at the time of installation. 1. Provide products complete with accessories, trim, finish, safety guards, and other devices

and details needed for a complete installation and the intended use and effect. 2. Where available, provide standard products of types that have been produced and used

successfully in similar situations on other projects. 3. Continued Availability: Where, because of the nature of its application, Owner is likely

to need replacement parts or additional amounts of a product at a later date, either for maintenance and repair or replacement, provide standard products for which the manufacturer has published assurances that the products and its parts are likely to be available to Owner at a later date.

4. Conform to applicable Specifications, codes, standards, and regulatory agencies. 5. Comply with size, make, type, and quality specified, or as specifically approved in

writing by Engineer. 6. Manufactured and Fabricated Products:

a. Design, fabricate, and assemble in accordance with the best engineering and shop practices.

b. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable.

c. Equipment and Materials shall be suitable for service conditions intended. d. Equipment capacities, sizes, and dimensions indicated or specified shall be adhered

to unless variations are specifically approved in writing by Engineer. e. Provide labels and nameplates where required by regulatory agencies or to state

identification and essential operating data. 7. Do not use products for any purpose other than that for which designed. 8. To the fullest extent possible, provide products of the same kind from a single source.

PART 3 - EXECUTION

3.01 INSTALLATION OF PRODUCTS: A. Comply with manufacturer's instructions and recommendations for installation of products in

the applications indicated. Anchor each product securely in place except as required for proper movement and performance, and accurately located and aligned with other Work. 1. Obtain and distribute copies of manufacturer's printed instructions and recommendations

if not a part of Submittals, containers, or packaging to parties involved in the installation, including a copy to Engineer (and Resident Project Representative).

2. Maintain one complete set of instructions at the Site during installation and until completion.

Page 193: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01600 - EQUIPMENT AND MATERIALS: continued

CITY OF LONGMONT 01600-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

3. Handle, install, connect, clean, condition, and adjust products in accordance with such instructions and in conformance with specified requirements. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Engineer for further instructions.

B. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion.

END OF SECTION 01600

Page 194: Project Manual for State Highway 66 Waterline Phase III ...
Page 195: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01631-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01631 - SUBSTITUTIONS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes administrative and procedural requirements for handling requests for

substitutions made after award of the Contract. B. Related Work Specified Elsewhere:

1. Requirements for submitting Contractor's construction progress schedule and the Submittal schedule: SECTIONS 01320 and 01330.

2. Requirements governing Contractor's selection of products: SECTION 01600.

1.02 DEFINITIONS: A. Definitions in this Article do not change or modify the meaning of other terms used in the

Contract Documents. B. Substitutions: Changes in products, Materials, Equipment, and methods of construction

required by the Contract Documents proposed by the Contractor after award of the Contract are considered to be requests for substitutions. The following are not considered to be requests for substitutions: 1. Revisions to the Contract Documents requested by Owner or Engineer. 2. Specified options of products and construction methods included in the Contract

Documents. 3. Substitutions requested during the bidding period, and accepted by Addendum prior to

award of the Contract, are included in the Contract Documents and are not subject to requirements specified in this Section for substitutions.

1.03 SUBMITTALS: A. Substitution Request Submittal: Engineer will consider written requests for substitution if

received within 30 days after commencement of the Work. Requests received more than 30 days after commencement of the Work may be considered or rejected at the discretion of Engineer. 1. Submit 3 copies of each request for substitution for consideration. Submit requests in the

form and according to procedures required for Change Order proposals. Requests for substitution shall not be submitted in the form of a Request for Information (RFI).

2. Identify the Equipment or Material, the fabrication, or installation method to be replaced in each request. Include related Specification Section/Article and Drawing numbers.

3. Provide complete documentation showing compliance with the requirements for substitutions, and the following information, as appropriate: a. Statement indicating why specified product or method of construction cannot be

provided. b. Coordination information, including a list of changes or modifications needed to

other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate the proposed substitution.

c. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements such as performance, weight, size, durability, visual effect, and specific features and requirements indicated.

d. Product data, including drawings and descriptions of products and fabrication and installation procedures.

e. Samples, where applicable or requested.

Page 196: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01631 - SUBSTITUTIONS: continued

JULY 24, 2008 01631-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

f. Identification of available sales, maintenance, repair, and replacement services. g. A statement indicating the effect of the substitution on Contractor's construction

progress schedule compared to the schedule without approval of the substitution. Indicate the effect of the proposed substitution on the overall Contract Times. If specified product cannot be provided within the Contract Times, provide letter from manufacturer, on manufacturer's letterhead, stating lack of availability or delay in delivery.

h. An itemized estimate of costs that will result directly or indirectly from approval of the substitution, including: (1) A proposal of the net change, if any, in the Contract Price. (2) Costs of redesign required by the proposed change. (3) Costs of resulting claims as determined in coordination with other

contractors having work on the Project affected by the substitution. i. Statement indicating whether or not incorporation or use of the substitute is subject

to payment of any license fee or royalty. j. Contractor's certification that the proposed substitution conforms to requirements in

the Contract Documents, will perform adequately the functions and achieve the results called for by the general design, is similar in substance to that specified, and is suitable for same use as that indicated and specified.

k. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of the failure of the substitution to perform adequately.

4. Engineer’s Action: If necessary, Engineer will request additional information or documentation for evaluation within one week of receipt of a request for substitution. Engineer will notify Contractor of acceptance or rejection of the substitution within 2 weeks of receipt of the request, or one week of receipt of additional information or documentation, whichever is later. Acceptance will be in the form of a Change Order.

PART 2 - PRODUCTS

2.01 SUBSTITUTIONS: A. Conditions: Engineer will receive and consider Contractor's request for substitution when one

or more of the following conditions are satisfied, as determined by Engineer. If the following conditions are not satisfied, Engineer will return the requests without action except to record noncompliance with these requirements. 1. Extensive revisions to the Contract Documents are not required. 2. Proposed substitution is in keeping with the general intent of the Contract Documents and

will produce indicated results. 3. Substitution request is timely, fully documented, and properly submitted. 4. The specified product or method of construction cannot be provided within the Contract

Times. Engineer will not consider the request if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly.

5. The requested substitution offers Owner a substantial advantage, in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Engineer for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations.

6. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved.

Page 197: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01631 - SUBSTITUTIONS: continued

CITY OF LONGMONT 01631-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

7. The specified product or method of construction cannot be provided in a manner that is compatible with other materials and where Contractor certifies that the substitution will overcome the incompatibility.

8. The specified product or method of construction cannot be coordinated with other materials and where Contractor certifies that the proposed substitution can be coordinated.

9. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where Contractor certifies that the proposed substitution provides the required warranty.

B. Engineer’s review and acceptance of Submittals shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents. Engineer’s acceptance of Submittals not complying with the Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval of a substitute. Acceptance by Engineer shall not relieve Contractor from responsibility for errors or omissions in the Submittals.

PART 3 - EXECUTION (Not Applicable) END OF SECTION 01631

Page 198: Project Manual for State Highway 66 Waterline Phase III ...
Page 199: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01780-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01780 - CONTRACT CLOSEOUT

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes administrative and procedural requirements for Contract closeout

including, but not limited to, the following: 1. Inspection procedures. 2. Project record document submittal. 3. Instruction book and operating manual submittal. 4. Submittal of warranties. 5. Final cleaning.

B. Closeout requirements for specific construction activities are included in the appropriate Sections of the Specifications.

C. Related Work Specified Elsewhere: 1. Prerequisites to Substantial Completion and Final Acceptance: GENERAL

CONDITIONS. 2. Submittals: SECTION 01330. 3. Warranties: SECTION 01785.

1.02 SUBSTANTIAL COMPLETION: A. Preliminary Procedures: Before requesting inspection for certification of Substantial

Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial

Completion is claimed, show 100% completion for the portion of the Work claimed as Substantially Complete. a. Include supporting documentation for completion as indicated in these Contract

Documents and a statement showing an accounting of changes to the Contract Price. b. If 100% completion cannot be shown, include a list of incomplete items, the value

of incomplete Work, and reasons the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship Bonds, maintenance agreements, final

certifications, and similar documents. 4. Obtain and submit releases enabling Owner unrestricted use of the Work and access to

services and utilities. Include occupancy permits, operating certificates, and similar releases.

5. Submit record drawings, instruction books and operating manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information.

6. Deliver tools, spare parts, extra stock, and similar items. 7. Make final changeover of permanent locks and transmit keys to Owner. Advise Owner's

personnel of changeover in security provisions. 8. Complete start-up testing of systems and instruction of Owner's operation and

maintenance personnel. Discontinue and remove temporary facilities from the Site, along with mockups, construction tools, and similar elements.

9. Complete final cleanup requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred, exposed finishes.

B. Inspection Procedures: On receipt of a request for inspection, Owner will either proceed with inspection or advise Contractor of unfilled requirements. Owner will prepare the Certificate

Page 200: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01780 - CONTRACT CLOSEOUT: continued

JULY 24, 2008 01780-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

of Substantial Completion following inspection or advise Contractor of construction that must be completed or corrected before the certificate will be issued. 1. Owner will repeat inspection when requested and assured by Contractor that the Work is

Substantially Complete. 2. Results of the completed inspection will form the basis of requirements for final

acceptance.

1.03 CONSTRUCTION ACCEPTANCE: A. Preliminary Procedures: Before requesting construction acceptance for certification of

construction acceptance and final payment, complete the following. List exceptions in the request. 1. Submit the final payment request with releases and supporting documentation not

previously submitted and accepted. Include insurance certificates for products and completed operations where required.

2. Submit an updated final statement, accounting for final additional changes to the Contract Price.

3. Submit a certified copy of Owner's inspection list of items to be completed or corrected, endorsed and dated by Owner. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by Owner.

4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the Date of Substantial Completion.

5. Submit consent of surety to final payment. 6. Submit evidence of final, continuing insurance coverage complying with insurance

requirements. 7. Submit a final liquidated damages settlement statement.

B. Reinspection Procedure: Owner will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to Owner. 1. Upon completion of reinspection, Owner will prepare a certificate of construction

acceptance. If the Work is incomplete, Owner will advise Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for construction acceptance.

2. If necessary, reinspection will be repeated. C. Final acceptance is contingent upon meeting construction acceptance and warranty conditions

as outlined in SECTION 01785 – WARRANTIES.

1.04 RECORD DOCUMENT SUBMITTALS: A. General: Do not use record documents for construction purposes. Protect record documents

from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for Owner's reference during normal working hours.

B. Record Drawings: Maintain a clean, undamaged set of blue or black line white-prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. Record information concurrently with construction progress.

Page 201: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01780 - CONTRACT CLOSEOUT: continued

CITY OF LONGMONT 01780-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2. Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. Mark each document "PROJECT RECORD" in neat, large, printed letters.

3. Mark new information that is important to Owner but was not shown on Contract Drawings or Shop Drawings.

4. Note related Change Order numbers where applicable. 5. Organize record drawing sheets into manageable sets. Bind sets with durable-paper

cover sheets; print suitable titles, dates, and other identification on the cover of each set. 6. Upon completion of the Work, submit record drawings to Engineer for Owner's records. 7. Include the following:

a. Depths of various elements of foundation in relation to finish first floor datum. b. Horizontal and vertical locations of underground utilities and appurtenances,

referenced to permanent surface improvements. c. Location of internal utilities and appurtenances concealed in the construction,

referenced to visible and accessible features of construction. d. Where Submittals are used for mark-up, record a cross-reference at corresponding

location on Drawings. e. Field changes of dimension and detail. f. Changes made by Change Order or other Modifications. g. Details not on original Contract Drawings.

C. Record Specifications: Maintain one complete copy of the Project Manual including Addenda. Include with the Project Manual one copy of other written construction documents, such as Change Orders and Modifications issued in printed form during construction. 1. Mark these documents to show substantial variations in actual Work performed in

comparison with the text of the Specifications and modifications. 2. Give particular attention to substitutions and selection of options and information on

concealed construction that cannot otherwise be readily discerned later by direct observation.

3. Note related record drawing information and product data. 4. Upon completion of the Work, submit record Specifications to Engineer for Owner's

records. 5. Include the following:

a. Manufacturer, trade name, catalog number, and Supplier of each product and item of Equipment actually installed, particularly optional and substitute items.

b. Changes made by Addendum, Change Order, or other Modifications. c. Related Submittals.

D. Record Product Data: Maintain one copy of each product data Submittal. Note related Change Orders and markup of record drawings and specifications. 1. Mark these documents to show significant variations in actual Work performed in

comparison with information submitted. Include variations in products delivered to the Site and from the manufacturer's installation instructions and recommendations.

2. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation.

3. Upon completion of markup, submit complete set of record product data to Engineer for Owner's records.

E. Record Samples Submitted: Immediately prior to Substantial Completion, Contractor shall meet with Owner's personnel at the Project Site to determine which Samples are to be transmitted to Owner for record purposes. Comply with Owner's instructions regarding packaging, identification, and delivery to Owner.

Page 202: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01780 - CONTRACT CLOSEOUT: continued

JULY 24, 2008 01780-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

F. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and Submittals in connection with actual performance of the Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records, and place in good order. Identify miscellaneous records properly and bind or file, ready for continued use and reference. Submit to Engineer for Owner's records.

G. Instruction Books and Operating Manuals: Organize operation and maintenance data into suitable sets of manageable size as specified in SECTION 01330.

H. Warranties and Bonds: Specified in GENERAL CONDITIONS, SECTION 01330, and SECTION 01785.

1.05 SPARE PARTS: A. Products Required:

1. Provide to Owner the quantities of products, spare parts, maintenance tools, and maintenance materials specified in individual Sections, in addition to that required for completion of Work.

2. Products shall be identical to those installed in the Work. Include quantities required from Supplier or manufacturer of original purchase to avoid variations in manufacture.

B. Storage, Maintenance: 1. Coordinate with Owner. Deliver and unload spare products to Owner at Project Site and

obtain receipt prior to final payment. 2. For portions of the Work accepted and occupied by Owner prior to Substantial

Completion, deliver the applicable spare products to Owner at time of acceptance. Obtain receipt.

3. Maintain spare products in original containers with labels intact and legible, until delivery to Owner.

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION

3.01 CLOSEOUT PROCEDURES: A. Operation and Maintenance Instructions: Arrange for each installer of Equipment that requires

regular maintenance to meet with Owner's personnel at Project Site to provide instruction in proper operation and maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in operation and maintenance procedures. Include a detailed review of the following items: 1. Instruction books and operating manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Lubricants. 6. Fuels. 7. Identification systems. 8. Control sequences. 9. Hazards, hazardous chemicals data sheets. 10. Cleaning. 11. Warranties and bonds. 12. Maintenance agreements and similar continuing commitments.

B. As part of instruction for operating Equipment, demonstrate the following procedures:

Page 203: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01780 - CONTRACT CLOSEOUT: continued

CITY OF LONGMONT 01780-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1. Start-up. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization.

3.02 FINAL CLEANING: A. General: Contractor shall keep the Site premises free from accumulations of waste materials,

rubbish, and other debris resulting from the Work. Regular Site cleaning is included in SECTION 01530.

B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. 1. Complete the following cleaning operations before requesting inspection for certification

of Substantial Completion. a. Remove labels that are not permanent labels. b. Clean transparent materials, including mirrors and glass in doors and windows.

Remove glazing compounds and other substances that are noticeable, vision-obscuring materials. Replace chipped or broken glass and other damaged transparent materials.

c. Clean exposed exterior and interior hard-surfaced finishes to a dust-free condition, free of stains, films, and similar foreign substances. Restore reflective surfaces to their original condition. Clean concrete floors to a "broom clean" condition. Vacuum carpeted surfaces.

d. Wipe surfaces of mechanical and electrical Equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps.

e. Remove debris and surface dirt from limited-access spaces including roofs, plenums, shafts, trenches, equipment vaults, manholes, and similar spaces.

f. Clean the Site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rake grounds that are neither paved nor planted to a smooth, even-textured surface.

g. Clean and polish plumbing fixtures to a sanitary condition, free of stains including those resulting from water exposure.

h. Clean light fixtures and lamps so as to function with full efficiency. 2. Remove temporary structures, tools, equipment, supplies, and surplus materials. 3. Remove temporary protection devices and facilities which were installed to protect

previously completed Work. 4. Special Cleaning: Cleaning for specific units of Work is specified in applicable Sections

of Specifications. C. Removal of Protection: Remove temporary protection and facilities installed for protection of

the Work during construction. D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards

for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the Site and dispose of lawfully.

Page 204: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01780 - CONTRACT CLOSEOUT: continued

JULY 24, 2008 01780-6 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1. Extra materials of value remaining after completion of associated Work become Owner's property. Dispose of these materials as directed by Owner.

E. Repairs: 1. Repair damaged protective coated surfaces. 2. Repair roads, walks, fences, and other items damaged or deteriorated because of

construction operations. 3. Restore all ground areas affected by construction operations.

END OF SECTION 01780

Page 205: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01785-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01785 - WARRANTIES

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes administrative and procedural requirements for warranties required by

the Contract Documents, including manufacturer’s standard warranties on products and special warranties. 1. Refer to the GENERAL CONDITIONS for terms of the Contractor's period for

correction of the Work. B. Related Sections: The following Sections contain requirements that relate to this Section:

1. Procedures for submitting warranties: SECTION 01330. 2. Contract closeout procedures: SECTION 01780. 3. Specific requirements for warranties on products and installations specified to be

warranted: DIVISIONS 2 through 16. 4. Certifications and other commitments and agreements for continuing services to Owner:

Specified throughout the Contract Documents. C. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties

do not relieve Contractor of the warranty on the Work that incorporates the products. Manufacturer's disclaimers and limitations on product warranties do not relieve Suppliers, manufacturers, and Subcontractors required to countersign special warranties with Contractor.

1.02 DEFINITIONS: A. Standard product warranties are preprinted written warranties published by individual

manufacturers for particular products and are specifically endorsed by manufacturer to Owner. B. Special warranties are written warranties required by or incorporated in the Contract

Documents, either to extend time limits provided by standard warranties or to provide greater rights for Owner.

1.03 WARRANTY REQUIREMENTS: A. Related Damages and Losses: When correcting failed or damaged warranted construction,

remove and replace construction that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted construction.

B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation.

C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of the Contract Documents. Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether Owner has benefited from use of the Work through a portion of its anticipated useful service life.

D. Owner's Recourse: Expressed warranties made to Owner are in addition to implied warranties and shall not limit the duties, obligations, rights, and remedies otherwise available under the Law. Expressed warranty periods shall not be interpreted as limitations on the time in which Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: Owner reserves the right to reject warranties and to limit

selection to products with warranties not in conflict with requirements of the Contract Documents.

Page 206: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01785 - WARRANTIES: Continued

JULY 24, 2008 01785-2 CITY OF LONGMONT

STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

E. Where the Contract Documents require a special warranty, or similar commitment on the Work or part of the Work, Owner reserves the right to refuse to accept the Work, until Contractor presents evidence that entities required to countersign such commitments are willing to do so.

1.04 SUBMITTALS: A. Submit written warranties to Owner prior to the date certified for Substantial Completion. If

the Certificate of Substantial Completion designates a commencement date for warranties other than the Date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of Owner. 1. When a designated portion of the Work is completed and occupied or used by Owner, by

separate agreement with Contractor during the construction period, submit properly executed warranties to Owner within 15 days of completion of that designated portion of the Work.

B. When the Contract Documents require Contractor, or Contractor and a Subcontractor, Supplier, or manufacturer to execute a special warranty, prepare a written document that contains appropriate terms and identification, ready for execution by required parties. Submit a draft to Owner for approval prior to final execution.

C. Forms for special warranties are included at the end of this Section. Prepare a written document using the appropriate form, ready for execution by Contractor, or by Contractor and a Subcontractor, Supplier, or manufacturer. Submit a draft to Owner for approval prior to final execution. 1. Refer to DIVISIONS 2 through 16 Sections for specific content requirements and

particular requirements for submitting special warranties. D. Form of Submittal: At Final Completion, compile two copies of each required warranty

properly executed by Contractor, or by Contractor and a Subcontractor, Supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Contract Documents.

E. Bind warranties and bonds in heavy-duty, commercial-quality, durable three-ring, vinyl-covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper. 1. Provide heavy paper dividers with celluloid covered tabs for each separate warranty.

Mark the tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product, and the name, address, and telephone number of the installer.

2. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," and as required by SECTION 01330.

3. When warranted construction requires operation and maintenance manuals, provide additional copies of each required warranty, as necessary, for inclusion in each required manual.

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION

3.01 LIST OF WARRANTIES: A. Specific requirements for warranties on products and installations specified to be warranted are

covered in DIVISIONS 2 through 16. Warranties durations for each piece of equipment and building materials are covered under the individual Specifications sections where they are

Page 207: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01785 - WARRANTIES: Continued

CITY OF LONGMONT 01785-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

discussed. If a warranty is not noted the product of installation shall fall under the general warranty of the overall project.

END OF SECTION 01785

Page 208: Project Manual for State Highway 66 Waterline Phase III ...
Page 209: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 01800-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 01800 - MEASUREMENT AND PAYMENT

PART 1 - GENERAL

1.01 SCOPE: A. This Section covers methods of measurement and payment for items of Work under this

Contract as described in SECTION 01110 - SUMMARY OF WORK. B. The Contract Price shall cover all Work required by Contract Documents. All costs in

connection with the proper and successful completion of the Work, including furnishing all materials, equipment, supplies, and appurtenances; providing all construction plant, equipment, and tools; and performing all necessary labor and supervision to fully complete the work, shall be included in the unit and lump sum prices. All work not specifically set forth as a pay item in the Bid Schedule shall be considered a subsidiary obligation of the Contractor, and all costs in connection therewith shall be included in the schedule prices.

C. Compliance with all permits required for the Project including but not limited to those listed in SECTION 01110 shall be considered incidental to the work, and no additional payment will be made to the Contractor. This includes all work necessary to comply with such permits and any fees associated with obtaining permits.

1.02 ESTIMATED QUANTITIES: A. All estimated quantities stipulated in the Contract Documents for this portion of Work are

approximate and are to be used as a basis for estimating the probable cost of the Work and for the purpose of comparing bids submitted for the Work. The actual amounts of Work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished.

1.03 EARTHWORK, EXCAVATION, AND TRENCHING: A. Except where otherwise specified, the unit or lump sum price bid for each item of work that

involves earthwork, excavation, and trenching which is classified as common excavation, shall include all costs for such work. No direct payment shall be made for excavation and trenching. All excavation and trenching shall be unclassified as to materials which may be encountered, and trenches shall be unclassified as to depth. Contractor shall comply with all OSHA Safety Standards including all work necessary for the Contractor to comply with trench and excavation safety systems according to OSHA Part 1926 – Subpart P. All labor, materials, equipment, etc. required to meet these Standards shall be incidental to the Work and therefore no additional payment will be made under any circumstances.

1.04 MOBILIZATION, BONDS AND INSURANCE: (Base Bid Item 1) A. The measurement and payment of this item will be the lump sum required for mobilization to

the site and includes all costs for bonds, insurance, permits, temporary utilities, moving construction equipment, materials and labor to the site, establishing a field office and other necessary facilities, and all other costs incurred or labor and operations which must be performed prior to beginning the other bid items under the contract.

B. Payment will be according to CDOT formula for mobilization.

1.05 WATER PIPE AND APPURTENANCES: (Base Bid Item 2 through 5) A. The measurement and payment for this item will be the actual number of linear feet of piping

installed for each size piping with restraint and without restraint. Water pipeline shall be measured for payment on a horizontal plane after installation of the pipe. Where lines are laid

Page 210: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01800 – MEASUREMENT AND PAYMENT: Continued

JULY 24, 2008 01800-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

to conform to stationed profiles, payment shall be made on linear quantities based on the pipeline stationing as determined by the surveys made after installation.

B. The unit price for this item shall include all costs for furnishing and installation of the pipe and fittings, excavation, pipe installation, pipe restraint, bedding material, dewatering, potholing of all existing utilities, backfill, tracing wire, restraining systems (including restraint joints), polyethylene wrap where applicable, removal of excess soil materials, fiberglass marking posts, and crushed aggregate surfacing, removal and replacement of existing curb, gutter, and sidewalk, removal and replacement of street or driveway pavement, curb and gutter and concrete pans within the construction trench and all costs in connection therewith, including cutting, removal and disposal of old surfacing; construction of new surfacing; temporary and permanent pavement marking/striping; and all extra compaction for backfill beneath surfacing, marking tape, existing utility protection and support, dewatering, testing, flushing and all other necessary materials, work and equipment required to complete this item in accordance with the Drawings and Specifications.

C. The measurement of the length of each line or run of pipe of each size will begin and end at: 1. The end of the pipe where connected to an existing pipe, fitting, or valve; or at the end of

a dead-end run. 2. The centerline intersection of run and branch on tees, crosses, or laterals where a branch

line connecting therewith is constructed under this Contract. Where a branch fitting is installed under this Contract and the branch or connecting line is to be constructed by others at some future date or under another contract, the pay measurement will include the entire laying length of the branch or branches of such fitting.

D. The measurement of each type pipe (restrined or unrestrained) of each size, which is to be paid for on a unit price basis, will be continuous through and shall include the full laying lengths of all fittings and valves installed between the ends of each line; except that the laying lengths of reducers and increasers will be divided equally between the connected pipe sizes.

1.06 CONNECTION TO EXISTING WATERLINE: (Base Bid Item 6 and 7) A. The measurement and payment for this item will be on a lump sum basis. B. The lump sum price bid for the connection to the existing waterline shall include all of the

Contractor’s costs of whatsoever nature. The lump sum price bid shall include but not be limited to: permitting, excavation, furnishing and installation of all piping, connection pieces, removal of existing piping, draining of existing line, restraint, welding, couplings, insulating couplings, flanges, removal and disposal of existing piping, disposal of excess material, connection to exising piping, connection to new piping, temporary piping such as flanges, compaction, marking tape, existing utility protection and suppport, dewatering, testing, and flushing and all other necessary materials, work and equipment required to complete this item in accordance with the Drawings and Specifications.

1.07 BORED CASING INSTALLATION: (Base Bid Item 8 and 9) A. The measurement and payment for this item will be the actual number of linear feet of bored

casing pipe installed, measured along the centerline of the pipe for each size. B. The unit price bid for the bored casing shall include all of the Contractor’s costs of whatsoever

nature. The unit price for this item shall inlcudebut not be limited to: excavation for entry and receiving pits, dewatering and backfilling, furnishing and installing pipe casing, the excess costs of installing pipe in casing above the amount bid for the pipe laid in open trench, all skids, insulators, jointing materials, jacking pipe, jacking pits, end closures, and all other related and necessary materials, work, and equipment required to complete this item in accordance with the Drawings and Specifications.

Page 211: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01800 – MEASUREMENT AND PAYMENT: Continued

CITY OF LONGMONT 01800-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1.08 36-INCH DIRECT BURY BUTTERFLY VALVE AND ACTUATOR MANHOLE (Base Bid Item 10)

A. The measurement and payment of this item will be the actual number of 36-inch direct bury butterfly valves and actuator manholes installed.

B. The unit price bid for the direct bury butterfly valves and actuator manholes shall include all of the Contractor’s costs of whatsoever nature. The unit price bid shall include but not be limited to: excavation, furnishing and installing of direct bury butterfly valves, actuator manhole, operators, extensions, extenstion stem guide, gray cast iron valve boxes, field painting, all other items called for in the details, compaction, backfill around the valve structure and manhole, and all other necessary material, work and equipment required to complete this item in accordance with the Drawings and Specifications.

1.09 18-INCH DIRECT BURY BUTTERFLY VALVE AND VALVE BOX (Base Bid Item 11) A. The measurement and payment of this item will be the actual number of 18-inch direct bury

butterfly valves and valve boxes installed. B. The unit price bid for the direct bury butterfly valves and valve boxes shall include all of the

Contractor’s costs of whatsoever nature. The unit price bid shall include but not be limited to: excavation, furnishing and installing of direct bury butterfly valves, operators, extensions, gray cast iron valve boxes, field painting, all other items called for in the details, compaction, backfill around the valve structure, and all other necessary material, work and equipment required to complete this item in accordance with the Drawings and Specifications.

1.10 COMBINATION AIR RELEASE/VACUUM AND 36-INCH BUTTERFLY VALVE MANHOLE: (Base Bid Item 12)

A. The measurement and payment for this item will be the actual number of combination air release/vacuum and 36-inch butterfly valve manhole.

B. The unit price bid for the combination air release/vacuum and 36-inch butterfly valve manhole shall include all of the Contractor’s costs of whatsoever nature. The unit price bid shall include but not be limited to: furnishing and installing, excavation, concrete, reinforcing steel, pre-cast concrete manhole, manhole frame and cover, steps, vent piping, 36-inch butterfly valve, operator, extension, corporation stops, field painting, air release/vacuum valves (2), shutoff valves, saddle (if required), piping from outlet barnch in valve manhole, backfill around the vault structure, compaction, dewatering, and all other necessary material, work and euipment required to comlete this item in accordance with the Drawings and Specifications.

1.11 GATE VALVES AND BOXES: (Base Bid Item 13) A. The measurement and payment for this item will be the actual number of gate valves and valve

boxes. B. The unit price bid for the gate valves and valve boxes shall include all of the Contractor’s costs

of whatsoever nature. The unit price bid shall include but not be limited to: excavation, furnishing and installing of gate valves, operators, extensions, gray cast iron valve boxes, field painting, all other items called for in the details, compaction, backfill around the valve structure, and all other necessary material, work and equipment required to complete this item in accordance with the Drawings and Specifications.

1.12 AIR RELEASE/VACUUM VALVE AND VAULT (Base Bid Item 14) A. The measurement and payment for this item will be the actual number of air release/vacuum

valves and vaults installed.

Page 212: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01800 – MEASUREMENT AND PAYMENT: Continued

JULY 24, 2008 01800-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

B. The unit price bid for the air vacuum and release valves shall include all of the Contractor’s costs of whatsoever nature. The unit price bid shall inlcude but not be limited to: furnishing and installing, excavation, concrete, reinforcing steel, pre-cast concrete manhole, manhole frame and cover, steps, vent piping, furnishing and installation of air release/vacuum valves (2), shutoff valves, corporation stops, saddle (if required) piping from outlet branch in valve manhole, field painting backfill around the vault structure, compaction and all other necessary material, work and equipment required to complete this item in accordance with the Drawings and Specifications.

1.13 BLOWOFF VALVE ASSEMBLY: (Base Bid Item 15 and 16) A. The measurement and payment for this item will be the actual number of blowoffs installed for

each size. B. The unit price bid for the blowoff valve assembly shall include all of the Contractor’s costs of

whatsoever nature. The unit price bid shall include but not be limited to: excavation, furnishing and installing all piping, fittings, concrete structure per detail, manhole frame and cover, gate valves, valve boxes, operators, extensions, mechanical restraint, field painting, thrust blocks, backfill around the vault structure, and all other necessary material, work and equipment required to complete this item in accordance with the Drawings and Specifications.

1.14 TRENCH STABILIZATION MATERIAL: (Base Bid Item 17) A. The measurement and payment of this item will be the actual tonnage of trench stabilization

material installed. Delivery tickets will confirm the amount of material provided and should be provided to Owner.

B. The unit price bid for trench stabilization material shall include all of the Contractor’s costs of whatsoever nature. The unit price shall include but not be limited to: furnishing and installation of trench stabilization material in the bottom of an unstable excavation or trench upon direction of the Owner and all other necessary material, work, and equipment required to complete this item in accordance with the Drawings and Specifications.

1.15 CLAY OR CONCRETE CUT OFF WALLS (Base Bid Item 18) A. The measurement and payment for this item will be the actual number of clay or concrete cut-

off walls installed. B. The unit price bid for the earth cut off walls shall include all of the Contractor’s costs of

whatsoever nature. The unit price bid shall include but not be limited to: furnishing and installing, excavation, dewatering, backfilling, materials for construction of clay or concrete cut off wall and all other necessary material, work and equipment required to complete this item in accordance with the Drawings and Specifications.

1.16 CATHODIC PROTECTION SYSTEM (Base Bid Item 19) A. The measurement and payment for this item will be lump sum. B. The lump sum price for cathodic protection sytem shall include all of the Contractor’s costs of

whatsoever nature. The lump sum price shall include but not be limited to: furnishing and installing, test stations, joint bonding, anodes, anode wiring, additional excavation, backfill and system testing, all other necessary material, work and equipment required to complete this item in accordance with the Drawings and Specifications.

1.17 TRAFFIC CONTROL: (Base Bid Item 20)

Page 213: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 01800 – MEASUREMENT AND PAYMENT: Continued

CITY OF LONGMONT 01800-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

A. The measurement and payment for this item will be based on the completion of the work. No quantity measurment will be made of any of the work and materials required to complete this item of the construction project.

B. The unit price bid for this item shall include all of the Contractor’s costs of whatsoever nature. The unit price bid shall include, but not be limited to: crushed rock surfacing, furnishing, installing, moving, maintaining and removing all temporary traffic signs, barricades, channelizing devices, warning lights, delineator, and any other equipment or personnel as required by the lastest revision of the “Manual on Uniform Traffic Control Devices for Streets and Highways” and the requirements of the Colorado Department of Transportation; all signs, emergency replacements, warning lights, traffic cones, barricades, traffic maintenance plans that may be required by any entity, concrete barriers, line markings, flagging, notification of property owners; traffic control management; and all other related and necessary materials, work and equipment required to complete this item in accordance with the Drawings and Specifications.

1.18 CONFORMANCE WITH STATE AND CITY STORMWATER PERMITS (Base Bid Item 21)

A. The measurement and payment for the conformance with State and City Stormwater permits will be based on a lump sum.

B. The lump sum bid for conformance with the State and City Stormwater permits shall include all of the Contractor’s costs of whatsoever nature. The lump sum bid shall include but not be limited to furnishing, installing, maintaining and removing best management practices including but not limited to: silt fence, construction fence, erosion control blankets, seeding, mulching, vehicle tracking pads, inlet protection, concrete washout facility, erosion control bales and all other necessary material, work, and equipment required to complete this item in accordance with the Drawings and Specifications.

PART 2 - PRODUCTS (Not used)

PART 3 - EXECUTION (Not used) END OF SECTION 01800

Page 214: Project Manual for State Highway 66 Waterline Phase III ...
Page 215: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 02300-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

DIVISION 2 - SITE CONSTRUCTION SECTION 02300 - SITE PREPARATION AND EARTHWORK

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes Site preparation activities and certain items of earthwork common to

other related Work. B. Related Work Specified Elsewhere:

1. Excavation, Filling, and Backfilling for Structures: SECTION 02321. 2. Trenching and Backfilling for Utilities: SECTION 02322.

1.02 REFERENCES: A. Applicable Standards:

1. American Association of State Highway and Transportation Officials (AASHTO): a. M80 - Coarse Aggregate for Portland Cement Concrete. b. T99 - The Moisture-Density Relations of Soils Using a 5.5-Pound (2.5-kg) Rammer

and a 12-Inch (305-mm) Drop. c. T104 - Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate. d. T180 - The Moisture-Density Relations of Soils Using a 10-Pound (4.54-kg)

Rammer and an 18-Inch (457-mm) Drop. 2. American Society for Testing and Materials (ASTM):

a. D2167 - Test Method for Density and Unit Weight of Soil In-Place by Rubber Balloon Method.

b. D4253 - Test Method for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table.

c. D4254 - Test Method for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density.

d. D4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. e. D4546 - Test Methods for One-Dimensional Swell/Settlement Potential of Cohesive

Soils. f. D6938 - Standard Test Methods for In-Place Density and Water Content of Soil and

Soil-Aggregate by Nuclear Methods (Shallow Depth).

1.03 SUBMITTALS: A. Submit as specified in DIVISION 1. B. Dewatering Plan.

PART 2 - PRODUCTS

2.01 EARTHWORK: A. Materials suitable for use in embankment and fill include material free of debris, roots, organic

matter, and frozen matter; and free of stone having any dimension greater than 2 inches in areas requiring a high degree of compaction or 4 inches in other embankment and fill areas: 1. Cohesionless materials include gravels, gravel-sand mixtures, sands, and gravelly sands

exclusive of clayey material: a. Free-draining.

Page 216: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02300 - SITE PREPARATION AND EARTHWORK: continued

JULY 24, 2008 02300-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW)42)

b. Materials for which impact compaction will not produce a well- defined, moisture-density relationship curve.

c. Maximum density by impact methods will generally be less than by vibratory methods.

d. For which generally less than 15% by dry weight, of soil particles pass the No. 200 sieve.

2. Cohesive materials include silts and clays generally exclusive of sands and gravel: a. Materials for which impact compaction will produce a well-defined, moisture-

density relationship curve. B. Materials unsuitable for use in embankment and fill include all material that contains debris,

roots, organic matter, frozen matter, gravel, stone, or shale particles with any dimension greater than 2 inches in areas requiring a high degree of compaction or 4 inches in other embankment and fill areas, or other materials that are determined by Owner to be too wet or otherwise unsuitable for providing a stable subgrade or stable foundation for structures.

C. Material for Embankment or Fill: 1. Borrow materials shall not exhibit characteristics of high shrink-swell potential as

determined from Atterberg limit tests (ASTM D4318) and/or swell/pressure tests (ASTM D4546).

D. Rock shall be stone or hard shale found in excavations in original ledge or in pieces equal to or larger than 9 cubic feet, which cannot be broken or removed by means other than drilling and blasting, or drilling and wedging.

E. Waste materials include excess usable materials and materials unsuitable for use in the Work, in accordance with Paragraph 3.02A.7.

F. Borrow materials include all fill materials and topsoil obtained from locations off the Site: 1. Material shall be subject to approval of Owner. 2. Borrow areas shall be as follows:

a. Arranged for by Contractor at no additional cost to Owner. b. Subject to approval of Owner.

PART 3 - EXECUTION

3.01 SITE PREPARATION: A. Clearing and Grubbing:

1. Perform clearing and grubbing as indicated or as necessary to perform excavation, trenching, embankment, borrow, and other Work required, and where desired by Contractor for subsidiary purposes subject to approval: a. Clearing:

(1) Includes felling and disposal of trees, brush, and other vegetation. (2) Conduct Work in a manner to prevent damage to property and to provide for

the safety of employees and others. (3) Keep operations within property lines as indicated.

b. Grubbing: (1) Includes removal and disposal of tree stumps and roots larger than 75 mm (3

inches) in diameter. (2) Remove to a depth of at least 18 inches below existing grade elevation. (3) Backfill all excavated depressions with approved material and grade to

drain. B. Protection of Trees:

Page 217: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02300 - SITE PREPARATION AND EARTHWORK: continued

CITY OF LONGMONT 02300-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1. Protect tops, trunks, and roots of existing trees on Project Site which are to remain, as follows: a. Box, fence around, or otherwise protect trees before any construction Work is

started. b. Do not permit heavy equipment or stockpiles within branch spread. c. Trim or prune to obtain working space in lieu of complete removal when possible.

Conduct operation as follows: (1) With experienced personnel. (2) Conform with good horticultural practice. (3) Preserve natural shape and character. (4) Protect cuts with approved tree paint.

d. Grade around trees as follows: (1) Trenching: Where trenching is required around trees which are to remain,

avoid cutting the tree roots by careful hand tunneling under or around the roots. Avoid injury to or prolonged exposure of roots.

(2) Raising Grades: Where existing grade at a tree is below the new finished grade and fill not exceeding 16 inches is required, place 1 to 2 inches of clean, washed gravel directly around the tree trunk. Extend gravel out from trunk on all sides at least 18 inches and finish 2 inches above finished grade at tree. Install gravel before earth fill is placed. Do not leave new earth fill in contact with any tree trunks.

(3) Lowering Grades: Regrade by hand to elevation required around existing trees in areas where new finished grade is to be lower. As required, cut the roots cleanly 3 inches below finished grade, and cover scars with tree paint.

e. Remove when damage occurs and survival is doubtful. f. Replace with similar item when damaged through carelessness and so requested.

C. Stripping: 1. Remove topsoil from areas within limits of excavation, trenching, and borrow and areas

designated to receive embankment and compacted fill as follows: a. Scrape areas clean of all brush, grass, weeds, roots, and other materials. b. Strip to depth of approximately 6 inches or to a sufficient depth to remove excessive

roots in heavy vegetation or brush areas and as required to segregate topsoil. c. Stockpile topsoil in areas designated where it will not interfere with construction

operations or existing facilities. Stockpiled topsoil shall be reasonably free of subsoil, debris, and stones larger than 2-inch diameter.

D. Debris: 1. Dispose of debris from clearing, grubbing, stripping, and demolition at a location off the

Site as arranged for by Contractor or by burying on the Site with approval. 2. Place debris buried on the Site a minimum of 5 feet below finished grade in areas

acceptable to Owner. Indicate locations of buried debris on Contractor-furnished construction records.

3. Contractor may claim and salvage any timber which Contractor may consider of value, but shall not delay in any manner either this Contract or other Work with salvaging operations.

3.02 EARTHWORK: A. Excavation:

1. Perform excavation as indicated or as required to complete the Work.

Page 218: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02300 - SITE PREPARATION AND EARTHWORK: continued

JULY 24, 2008 02300-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW)42)

2. All materials encountered, regardless of type, character, composition, and condition thereof, shall be unclassified. Estimate quantity of various materials included prior to submitting Bid Form. Rock encountered shall be handled at no additional cost to Owner.

3. Blasting: (Blasting will not be permitted). 4. Dewatering:

a. General: (1) Contractor shall design and provide the dewatering system using accepted

and professional methods of design and engineering consistent with the best current practice to eliminate water entering the excavation under hydrostatic head from the bottom and/or sides. The system shall be designed to prevent differential hydrostatic head which may occur from rising water levels from adjoining or nearby bodies of water, proximity of excavation to phreatic groundwater level, or surface runoff, and which would result in floating out soil particles in a manner termed as a "quick" or "boiling" condition. System shall not be dependent solely upon sumps and/or pumping water from within the excavation where differential head would result in a "quick" condition, which would continue to worsen the integrity of the excavation's stability.

(2) Provide dewatering system of a sufficient size and capacity as required to control ground and surface water flow into the excavation and to allow all Work to be installed in a dry condition, including the obtaining of a licensed well-driller, where required.

(3) Control, by acceptable means, all water regardless of source and be fully responsible for disposal of the water.

(4) Confine all discharge piping and/or ditches to the available easement or to additional easement obtained by Contractor. Provide all necessary means for disposal of the water, including the obtaining of all necessary permits and of additional easement at no additional cost to Owner.

(5) Control groundwater in a manner that preserves the strength of the foundation soils, does not cause instability or raveling of the excavation slopes, and does not result in damage to existing structures. Where necessary to these purposes, lower the water level in advance of excavation, using wells, wellpoints, jet eductors, or similar positive methods. The water level as measured in piezometers shall be maintained a minimum of 1 meter (3 feet) below the prevailing excavation level.

(6) Commence dewatering with means to provide positive dewatering of all water sources prior to any appearance of water in excavation and continue until Work is complete to the extent that no damage results from hydrostatic pressure, flotation, or other causes.

(7) Open pumping with sumps and ditches shall be allowed, provided it does not result in boils, loss of fines, softening of the ground, or instability of slopes.

(8) Install wells and/or wellpoints, if required, with suitable screens and filters, so that continuous pumping of fines does not occur. Arrange the discharge to facilitate collection of samples by Owner or Resident Project Representative. During normal pumping, and upon development of well(s), levels of fine sand or silt in the discharge water shall not exceed 5 ppm. Install a sand tester on the discharge of each pump during testing to verify that levels are not exceeded.

(9) Install, operate, and maintain the dewatering system required to control surface and/or groundwater.

Page 219: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02300 - SITE PREPARATION AND EARTHWORK: continued

CITY OF LONGMONT 02300-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

(10) Control grading around excavations to prevent surface water from flowing into excavation areas.

(11) Drain or pump as required to continually maintain all excavations and trenches free of water or mud from any source, and discharge to approved drains or channels. Commence when water first appears and continue until Work is complete to the extent that no damage will result from hydrostatic pressure, flotation, or other causes.

(12) No additional payment will be made for any supplemental measures to control seepage, groundwater, or artesian head.

b. Design: (1) Contractor shall designate and obtain the services of a qualified dewatering

specialist or expert to provide a dewatering plan as may be necessary to complete the Work. Contractor shall provide dewatering plan at least fifteen (15) days prior to construction and obtain a dewatering permit prior to construction. Items to be provided shall include, but not be limited to the following: (a) Drawings indicating the general location and size of berms, dikes,

ditches, all deep wells, observation piezometer wells, wellpoints, jet eductors, sumps and discharge lines, including their relation to water disposal ditches.

(b) Make, model and capacities of pumps, prime movers, power generators, and standby equipment.

(c) Design calculations, including any computer modeling, to show adequacy of system and selected equipment, estimated flow rate of water to be discharged, and estimated duration for groundwater to be drawn down to elevations required for excavation.

(d) Detailed description of dewatering procedure and maintenance method.

(e) Description of emergency plan to protect in-place construction in the event of an unanticipated rise in groundwater due to loss of power or other unexpected conditions or inundation from surface water.

(f) Additional details, as requested by Owner. (g) Specific items to be included addressing dewatering operations using

wells, wellpoints, or jet eductors shall consist of the following: 1) Diameter of hole drilled. 2) Type of equipment and method of well installation. 3) Diameter and material type of well casing inserted. 4) Elevation of top of each well. 5) Screen opening sizes. 6) Screened interval or elevations of segments in well that are

screened. 7) Backfill gravel pack zone elevations. 8) Gravel pack gradation. 9) Size of pumps (watts) (horsepower). 10) Anticipated pumping capacity [L/s] (gpm). 11) Drawdown in well with time during pumping. 12) Drawdown in piezometers with time during pumping. 13) Number and location of wells. 14) Number and location of piezometers.

Page 220: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02300 - SITE PREPARATION AND EARTHWORK: continued

JULY 24, 2008 02300-6 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW)42)

15) Wellpoint details. 16) Certification license of well-driller, where required.

(2) In preparing the dewatering plan, Contractor shall consider all available information, together with Site constraints, excavation/sheeting requirements, and construction schedule. Other potential problems may require specific reference and amplification within the dewatering plan.

(3) After completion of the dewatering installation and prior to commencement of excavation, Contractor shall submit to Owner for review a detailed plan of the dewatering system as constructed, together with test data and computations demonstrating that the system is capable of achieving the specified results.

(4) Contractor shall be solely responsible for proper design, installation, operation, maintenance, and any failure of any component of the system. Notice to Proceed issued by Owner or submittal of the dewatering plans and data by Contractor shall not relieve Contractor from full responsibility for errors therein or for complete and adequate design and performance of the system in controlling the water level in the excavated areas and for control of the hydrostatic pressures to the depths specified.

(5) Contractor shall be responsible for the accuracy of the drawings, design data, and operational records required by this Section.

(6) Piezometers and Groundwater Monitoring: (a) Contractor shall install as a minimum piezometers, in addition to

any required by regulating agencies having jurisdiction, at locations prior to excavation below the groundwater level, for the purpose of monitoring groundwater elevations in the vicinity of the excavation. The design and location of the piezometers will be subject to approval by Owner.

(b) Observe and record twice daily the elevation of the groundwater at all of the piezometers on a daily basis 7 days a week, and furnish a daily written summary of the observations to Resident Project Representative. Record groundwater elevations to the nearest 30 mm (0.1 foot), with observations conducted throughout the duration of any dewatering, and until dewatering is no longer required.

(c) Monitor upstream and downstream river/stream levels to anticipate rising groundwater levels.

(d) Repair or replace within 24 hours piezometers that become inactive, damaged, or destroyed. If required, suspend excavation and construction activities in areas where piezometers are not functioning properly until reliable observations can be made. Add or remove water from piezometer risers and demonstrate that observation wells are functioning properly.

(e) Remove and grout piezometers when dewatering is completed and in accordance with requirements of jurisdictional agencies.

c. Damages: (1) Contractor shall be responsible for and shall repair without cost to Owner

any damage to work in place, other contractor's equipment, utilities, residences, highways, roads, railroads, private and municipal well systems, adjacent structures, and the excavation, including, damage to the bottom due to heave and including but not limited to, removal and pumping out of the

Page 221: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02300 - SITE PREPARATION AND EARTHWORK: continued

CITY OF LONGMONT 02300-7 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

excavated area that may result from Contractor's negligence, inadequate or improper design and operation of the dewatering system, and any mechanical or electrical failure of the dewatering system.

(2) Remove subgrade materials rendered unsuitable by excessive wetting and replace with approved backfill material at no additional cost to Owner.

d. Maintaining Excavation in Dewatered Condition: (1) Dewatering shall be a continuous operation. Interruptions due to power

outages, or any other reason shall not be permitted. (2) Continuously maintain excavation in a dry condition with positive

dewatering methods during preparation of subgrade, installation of pipe, and construction of structures until the critical period of construction and/or backfill is completed to prevent damage of subgrade support, piping, structure, side slopes, or adjacent facilities from flotation or other hydrostatic pressure imbalance.

(3) Provide standby equipment on site, installed, wired, and available, for immediate operation if required to maintain dewatering on a continuous basis in event any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, perform such work as may be required to restore damaged structures and foundation soils at no additional cost to Owner.

(4) Subsequent to completion of excavation and during the installation of all Work in the excavated area, Contractor shall maintain the excavation in a dewatered condition.

(5) System maintenance shall include but not be limited to 24-hour supervision by personnel skilled in the operation, maintenance, and replacement of system components, and any other work required to maintain the excavation in a dewatered condition.

e. System Removal: (1) Contractor shall remove all dewatering equipment from the Site, including

related temporary electrical service. (2) All wells shall be removed or cut off a minimum of 1 meter (3 feet) below

the final ground surface, capped, and abandoned in accordance with regulations by agencies having jurisdiction.

(3) Removal work required under this paragraph does not include any of the site cleanup work as required elsewhere in these Specifications.

5. Stockpiling: a. Stockpile in amounts sufficient for and in a manner to segregate materials suitable

for the following: (1) Topsoiling. (2) Constructing embankments and fills. (3) Backfilling. (4) Waste only.

b. Do not obstruct or prevent access to: (1) Roads and driveways. (2) Utility control devices. (3) Ditches or natural drainage channels.

c. Perform in a manner to avoid endangering the Work, stability of banks or structures, or health of trees and shrubs to be saved.

d. Maintain safe distance between toe of stockpile and edge of excavation or trench.

Page 222: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02300 - SITE PREPARATION AND EARTHWORK: continued

JULY 24, 2008 02300-8 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW)42)

e. Stockpile in other areas or off Site when adjacent structures, easement limitations, or other restrictions prohibit sufficient storage adjacent to the Work. Off-Site areas shall be arranged for by Contractor at no additional cost to Owner.

6. Waste Materials: a. Waste materials as described for purposes of this Contract within this Section

consist of deleterious soils, rock, and other materials considered unacceptable for compaction or placement fill, and which are not environmentally contaminated. Waste materials shall not include environmental pollutants, hazardous substances, contaminated products, by-products, samples, or waste materials of any kind that are regulated under environmental laws.

b. Remove waste materials from Work area as excavated. c. Deposit such materials in locations and within areas designated by Owner and as

indicated. d. Material shall become property of Contractor and shall be disposed of off Site at

locations arranged for by Contractor. e. Place excavated rock in the interior of waste area fills so that it will not be exposed

to view. f. Grade waste areas and leave them free draining and with an orderly and neat

appearance. B. Embankment:

1. Construct embankments to the contours and elevations indicated, using suitable approved material from excavations and borrow areas: a. Borrow:

(1) Refers to all fill materials and topsoil obtained from approved locations off the Site.

(2) Borrow shall include all excavating, handling, and final disposal of materials as specified.

(3) Borrow areas shall be: (a) Arranged for by Contractor at no additional cost to Owner. (b) Subject to approval.

(4) Material removed from borrow areas shall be as approved. (5) Leave borrow areas graded to drain and to present a neat appearance.

b. Compaction: (1) Compact embankments using equipment as required to obtain reasonable

uniformity. (2) Except as indicated otherwise, compact embankments to 95% of maximum

dry density within the moisture content range from 2% below optimum to 2% above optimum. Optimum moisture and maximum density shall be as determined by AASHTO T99.

(3) Compaction shall be as obtained by normal methods and equipment during the placing and grading of layers and to the minimum density specified for particular locations.

(4) Moisture content shall be that required to obtain specified compaction of the soil: (a) Perform moisture curing by wetting or drying of the material as

required to attain required compaction criteria. (5) Achieve minimum densities specified.

c. Placement:

Page 223: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02300 - SITE PREPARATION AND EARTHWORK: continued

CITY OF LONGMONT 02300-9 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

(1) Place fill material in 4-inch to 8-inch layers in areas requiring a high degree of compaction and in 8-inch to 12-inch layers in other embankment areas.

(2) Place embankment only on subgrades approved by Owner. (3) Do not place snow, ice, or frozen earth in fill; do not place fill on a frozen

surface. C. Subgrades:

1. General: a. Excavate or fill as required to construct subgrades to the elevations and grades

indicated. b. Remove all unsuitable material and replace with approved fill materials. c. Perform all wetting, drying, shaping, and compacting required to prepare a suitable

subgrade. d. Exposed area to receive fill, backfill, or embankment shall be proofrolled to detect

localized zones of excessively wet, unstable, organic, or low bearing capacity materials to the extent as follows: (1) Proofroll as a single-pass operation with conventional compaction equipment

during subgrade preparation and prior to placement of fill, and as a spot check process without the need for complete coverage per unit area of tire. Soft spots will be overexcavated, backfilled and compacted with suitable material.

(2) Proofroll within limits of proposed construction of foundations, slabs, mats, or pavements and to extent of 10 feet beyond the proposed exterior walls and stated limits, or as otherwise noted. Proofroll with loaded dump truck, loaded pan scrapper, 15-ton light class pneumatic tired roller compactor, or equivalent. Ground contact pressure of 80 psi with average speed of 5 miles per hour shall be maintained and continue until extent of soft spots is determined with not less than one pass per unit area of tire. Soft spots shall be overexcavated, backfilled, and compacted with suitable material.

2. Subgrade for Fills and Embankment: Roughen by discing or scarifying. Wet or dry top 6 inches, as required, to bond with fill or embankment.

3. Subgrade for Roadways, Drives, Parking Areas, and Railroads: a. Extend subgrade the full width of the roadbed plus 1 foot outside the edges of the

overlying course to be placed. b. Except for the top 6 inches, compact subgrade embankments to 95% of maximum

dry density within the moisture content range from 2% below optimum to 2% above optimum. Optimum moisture and maximum dry density shall be determined by AASHTO T99.

c. Compact the top 6 inches of subgrades for traffic areas and railroads in embankment or excavation to 95% of maximum dry density within the moisture content range from2% below optimum to 2% above optimum. Optimum moisture and maximum dry density shall be determined by AASHTO T99.

d. Subgrades shall be rolled (except those to receive aggregate- type surfacing). D. Site Grading:

1. Excavate, fill, compact fill, and rough grade to bring Project area outside of buildings to subgrades as follows: a. For surfaced areas, to underside of respective surfacing or base course: b. Prepare subgrades as specified in this Section. c. For lawn and planted areas, to 4 inches below finished grade.

Page 224: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02300 - SITE PREPARATION AND EARTHWORK: continued

JULY 24, 2008 02300-10 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW)42)

2. Rock: a. Includes rock encountered in grading areas outside of buildings. b. Excavate rock to depths as follows:

(1) Under surfaced areas, to 6 inches below the top of respective subgrades. (2) Under lawn and planted areas, to 24 inches below finished grade:

(a) Boulder or protruding rock outcrop shall be left undisturbed where indicated.

c. Backfill to grade with approved earth fill compacted-in-place: (1) Achieve minimum density specified for particular location.

3. Fill: a. Fill as required to raise existing grades outside of building areas to the new grades

as indicated. b. Such fill shall be performed as specified in PART 3, paragraph 3.02B -

Embankment, this Section. c. Remove all debris subject to termite attack, rot, or corrosion from areas to be

filled. 4. Rough Grading:

a. All areas within the Project, including excavated and filled sections, and adjacent transition areas shall be reasonably smooth, compacted, and free from irregular surface changes.

b. Degree of finish shall be that ordinarily obtained from blade grader or scraper operations, except as otherwise specified.

c. Finished rough grades shall generally be not more than 0.5 foot above or below established grade or approved cross sections with due allowance for topsoil and sod.

d. Tolerance for areas within 10 feet of building and areas to be paved shall not exceed 0.15 foot above or below established subgrade. Finish all ditches, swales, and gutters to drain readily.

e. Finish all ditches, swales, and gutters to drain readily. f. Unless otherwise indicated, slope the subgrade evenly to provide drainage away

from building walls in all directions at a grade not less than 1/4 inch per foot. g. Provide roundings at top and bottom of banks and at other breaks in grade.

E. Topsoiling: 1. Includes placement of topsoil on all areas not specified to receive paving or other surface

treatment (including borrow or waste areas). 2. Materials:

a. Those obtained from excavation which are most suitable and stockpiles for such purpose: (1) Topsoil shall be a fertile, friable, and loamy soil of uniform quality, free from

materials such as hard clods, stiff clay, stone with any dimension greater than 1 inch, and similar impurities. Relatively free from grass, roots, weeds, and other objectionable plant material.

b. Borrow when required. 3. Subgrade Treatment:

a. Clear Site of vegetation heavy enough to interfere with proper grading and tillage operations.

b. Clear surfaces of all stones or other objects larger than 3 inches in thickness or diameter, all roots, brush, wire, grade stakes, or other objectionable material.

Page 225: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02300 - SITE PREPARATION AND EARTHWORK: continued

CITY OF LONGMONT 02300-11 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

c. Loosen subgrade by discing or scarifying to a depth of 2 inches wherever compacted by traffic or other causes to permit bonding of the topsoil to the subgrade.

4. Placement of Topsoil: a. Distribute over required areas without compaction in upper 1 foot, other than that

obtained with spreading equipment. b. To extent material is available within following limits:

(1) Not less than 4 inches in depth. (2) Do not exceed 2 feet in depth. (3) Shape cuts, fills, and embankments to contours indicated. (4) Grade to match contours of adjacent areas and permit good, natural

drainage. Provide gentle mound over trenches. 5. Maintenance:

a. After topsoil has been spread, clear surface of stones or other objects larger than 1 inch in thickness or diameter and all other objects that might interfere with planting and maintenance operations.

b. Protect topsoiled areas from the elements until grass is established and repair eroded areas as required.

c. Keep paved areas clean. Promptly remove topsoil or other dirt dropped upon surfacing.

3.03 FIELD QUALITY CONTROL: A. Compaction:

1. Owner will, through services of an independent laboratory, test all embankments, fills, and subgrades under this Contract to determine conformance with specified density relationships.

2. Method of test may be either of the following at Owner's option: a. ASTM D2167. b. ASTM D6938.

3. The frequency of tests will be in compliance with jurisdictional requirements (or as otherwise required by Owner).

B. Subgrades: 1. Owner will inspect all subgrades to determine conformance with indicated lines and

grades. 2. Subgrades for roadways, drives, parking areas, and railroads shall have a maximum

deviation of not more than 1/2 inch in any 10 feet when tested with a 10-foot straightedge applied parallel with and at right angles to the centerlines of subgrade areas, except that subgrades to receive aggregate-type surfacing shall have a maximum deviation of not more than 1 inch in any 10 feet.

3.04 PROTECTION OF THE WORK: A. Maintenance:

1. Protect newly graded and topsoiled areas from actions of the elements. 2. Fill and repair settling or erosion occurring prior to landscaping and reestablish grades to

the required elevations and slopes. B. Correction of Backfill Settlement:

1. Under provisions of the guarantee, Contractor is responsible for correcting any settlement of backfill and damages created thereby within 1 year after acceptance of the Work.

Page 226: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02300 - SITE PREPARATION AND EARTHWORK: continued

JULY 24, 2008 02300-12 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW)42)

2. Make repairs within 10 days from and after due notification by Owner of backfill settlement and resulting damage.

3. Make own arrangements for access to the Site for purposes of repair. END OF SECTION 02300

Page 227: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 02321-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 02321 - EXCAVATION, FILLING, AND BACKFILLING FOR STRUCTURES

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes all necessary excavation, filling, and backfilling for structures and all

related Work, including duct banks, vaults and manholes. B. Related Work Specified Elsewhere:

1. Site Preparation and Earthwork: SECTION 02300. 2. Trenching and Backfilling for Utilities: SECTION 02322. 3. Concrete: DIVISION 3.

1.02 REFERENCES: A. Applicable Standards:

1. American Association of State Highway and Transportation Officials (AASHTO): a. T99 - The Moisture-Density Relations of Soils Using a 5.5-lb (2.5 kg) Rammer and

a 12-Inch (305 mm) Drop. 2. American Society for Testing and Materials (ASTM):

a. D4253 - Test Method for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table.

b. D4254 - Test Method for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density.

3. Occupational Safety and Health Administration (OSHA): a. Part 1926 - Safety and Health Regulations for Construction.

1.03 SUBMITTALS: A. Submit as specified in DIVISION 1. B. Where selecting an option for excavation, trenching, and shoring in compliance with local,

state, or federal safety regulations such as "OSHA Part 1926" or successor regulations, which require design by a registered professional engineer, submit (for information only and not for Engineer approval) the following: 1. Copies of design calculations and notes for sloping, benching, support systems, shield

systems, and other protective systems prepared by or under the supervision of a professional engineer legally authorized to practice in the jurisdiction where the Project is located.

2. Documents provided with evidence of registered professional engineer's seal, signature, and date in accordance with appropriate state licensing requirements.

PART 2 - PRODUCTS

2.01 FILL AND BACKFILL MATERIAL: A. Earth Backfill: Use suitable material as specified in SECTION 02300, PART 2. B. Granular Fill: Use material as specified in SECTION 02322, PART 2 for granular pipe

embedment.

2.02 CONCRETE: A. Includes all concrete used to restore bottom of excavation to proper elevation, and in concrete

seal coats. B. Concrete shall be as specified in DIVISION 3.

Page 228: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02321 - EXCAVATION, FILLING, AND BACKFILLING FOR STRUCTURES: continued

JULY 24, 2008 02321-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

PART 3 - EXECUTION

3.01 EXCAVATION: A. Perform as specified in SECTION 02300 and as follows:

1. Excavate area adequate to permit efficient erection and removal of forms. 2. Trim to neat lines where details call for concrete to be deposited against earth. 3. Excavate by hand in areas where space and access will not permit use of machines. 4. Notify Owner immediately when excavation has reached the depth indicated. Do not

proceed further until approved. 5. Restore bottom of excavation to proper elevation with compacted fill in areas

overexcavated, as approved. 6. Top with 3-inch concrete seal coat if required to provide satisfactory subgrade for

structural base slabs. a. Seal coat shall conform to applicable requirements of DIVISION 3.

7. Use sides of trenches to form sides of duct banks where possible and where sides of trench are vertical, stable, and excavated to the proper line.

B. Sheeting and Bracing: 1. Design, furnish, place, maintain, and subsequently remove, to the extent required, a

system of temporary supports for cut and cover, open cut, or trench excavations, including bracing, dewatering, and associated items to support the sides and ends of the excavations where excavation slopes might endanger in-place or proposed improvements, extend beyond construction right-of-ways, or where specified or indicated.

2. Provide on-Site prior to start of excavation in each section, and make such adjustments as are required to meet unexpected conditions.

3. Space and arrange sheeting and bracing as required to exclude adjacent material and according to the stability of excavation slopes.

4. Contractor shall make his own assessment of existing conditions including adjacent property, the possible effects of his proposed temporary works and construction methods, and shall select and design such support systems, methods, and details as will assure safety to the public, adjacent property, and the completed Work.

5. Modify or relocate Underground Facilities, at no additional cost to Owner, if existing Underground Facilities interfere with Contractor's proposed method of support.

6. Employ caution in the areas of Underground Facilities, which shall be exposed by hand or other excavation methods acceptable to Owner.

7. Perform sheeting, shoring, and bracing for trench excavation, for Underground Facilities, and for other purposes in accordance with the safety and protection requirements of the General Conditions.

8. Provide sheeting, shoring, and bracing for trench excavation in the subgrade of the excavation to prevent movement of the main excavation support system.

9. Provide shoring, sheeting, and bracing as indicated or specified to meet the following requirements: a. Prevent undermining and damage to all structures, buildings, Underground

Facilities, pavements and slabs. b. Excavations shall be accomplished with vertical banks where necessary for

construction activities or as indicated, and also within all limits of excavation noted on the Drawings.

c. Design excavation support system and components to support lateral earth pressures, unrelieved hydrostatic pressures, utility loads, traffic and construction loads, and building and other surcharge loads to allow the safe and expeditious

Page 229: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02321 - EXCAVATION, FILLING, AND BACKFILLING FOR STRUCTURES: continued

CITY OF LONGMONT 02321-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

construction of the permanent structures without movement or settlement of the ground, and to prevent damage to or movement of adjacent buildings, structures, Underground Facilities, and other improvements. The design shall account for staged removal of bracing to suit the sequence of concrete placement for permanent structures and backfill.

d. Except as otherwise specified herein, shoring and sheeting materials may be extracted and reused at Contractor's option; however, Contractor shall remove and replace any existing structure or Underground Facility damaged during shoring and sheeting. Remove sheeting and bracing as backfill progresses. Fill voids left after withdrawal with sand or other approved material.

e. Where shoring and sheeting materials must be left in-place in the completed Work to prevent settlements or damage to adjacent structures or as directed by Resident Project Representative, backfill the excavation to within 3 feet below the finished grade and remove the remaining exposed portion of the shoring before completing the backfill. If soldier piles and wood lagging are used for shoring, remove wood lagging to within 3 feet of finished grade in incremental steps of approximately 6 inches as the backfill is constructed, or to Contractor's design if more stringent. The location of all shoring and sheeting left in-place shall be documented on drawings and provided to Engineer and Owner.

10. Contractor shall be solely responsible for proper design, installation, operation, maintenance, and any failure of any component of the system. Review by Owner of the design and data submitted by Contractor shall not relieve Contractor from full responsibility for errors therein or from the entire responsibility for complete and adequate design and performance of the sheeting and shoring system.

11. Provision for Contingencies: a. The performance of the components of the support system shall be monitored for

both vertical and horizontal movement at least three times a week. b. A contingency plan or alternative procedure shall be provided for implementation, if

the designed system does not adequately perform. c. The materials and equipment necessary to implement the contingency plan shall be

kept readily available. 12. Damages:

a. Contractor shall document all existing damage to adjacent facilities and submit the information to Owner prior to performing any excavation. Documentation shall include a written description, diagrams, measurements, and appropriate photographs.

b. Repair all damage resulting from Contractor's excavation and remove and replace all undermined pavements with Owner-approved equal, either concrete or asphalt, at Contractor's expense and in accordance with SECTION 02300.

3.02 FILLING AND BACKFILLING: A. Granular Fill:

1. Place on prepared subgrade where indicated, prior to placing concrete in slabs on grade. 2. Lifts shall not exceed 6 inches in loose-layer thickness. 3. Compact to 95% relative density as referenced to ASTM D4253 and D4254.

B. Earth Backfill: 1. Backfill only after concrete has attained 70% design strength. 2. Backfill adjacent to structures only after, in the opinion of Owner, a sufficient portion of

the structure has been built to resist the imposed load.

Page 230: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02321 - EXCAVATION, FILLING, AND BACKFILLING FOR STRUCTURES: continued

JULY 24, 2008 02321-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

3. Remove all debris from excavation prior to placement of material. 4. The slope bounding the excavation, if steeper than 6 horizontal: 1 vertical, shall be

stepped or serrated prior to placing the backfill material. 5. Perform backfilling simultaneously on all sides of structures. 6. Place backfill in level layers not exceeding 4 to 8 inches in loose-layer thickness. 7. Exercise extreme care in the use of heavy equipment in areas adjacent to structures. 8. Compact to 95% of maximum dry density within the moisture content range from 2%

below optimum to 2% above optimum. Optimum moisture and maximum dry density shall be determined by AASHTO T99. Accomplish without inundation or flooding.

3.03 FIELD QUALITY ASSURANCE: A. Compaction:

1. Owner will, through services of an independent laboratory, test all filling and backfilling for structures to determine conformance with density relationships specified.

2. Method of test shall be as specified in SECTION 02300, PART 3. 3. The frequency of tests shall be in compliance with jurisdictional requirements (or as

otherwise required by Owner). END OF SECTION 02321

Page 231: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 02322-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 02322 - TRENCHING AND BACKFILLING FOR UTILITIES

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes:

1. Excavation, sheeting, bracing, and all operations necessary for the preparation of trenches for bedding of pipes and pipe appurtenances, conduit, and buried cable.

2. Pipe embedments and encasements. 3. Backfilling of trenches.

B. Related Work Specified Elsewhere: 1. Site Preparation and Earthwork: SECTION 02300. 2. Excavation, Filling, and Backfilling for Structures: SECTION 02321. 3. Concrete: DIVISION 3.

1.02 REFERENCES: A. Applicable Standards:

1. American Association of State Highway and Transportation Officials (AASHTO): a. M147 - Materials for Aggregate and Soil-Aggregate Subbase, Base and Surface

Courses. b. T99 - The Moisture-Density Relations of Soils Using a 5.5-Pound Rammer and a

12-Inch Drop. c. T104 - Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate.

2. American Society for Testing and Materials (ASTM): a. D4253 - Test Method for Maximum Index Density of Soils Using a Vibratory

Table. b. D4254 - Test Method for Minimum Index Density and Unit Weight of Soils and

Calculation of Relative Density. 3. Occupational Safety and Health Administration (OSHA):

a. Part 1926 - Safety and Health Regulations for Construction. 4. State of Colorado Standard Specifications for Highway Construction.

1.03 SUBMITTALS: A. Submit as specified in DIVISION 1. B. Includes, but not limited to, the following:

1. Steel reinforcement for concrete encasement. 2. Steel reinforcement for concrete cradle. 3. Concrete Submittals as specified in DIVISION 3.

C. Where selecting an option for excavation, trenching, and shoring in compliance with local, state, or federal safety regulations such as "OSHA Part 1926" or successor regulations, which require design by a registered professional engineer, submit (for information only and not for Engineer approval) the following: 1. Copies of design calculations and notes for sloping, benching, support systems, shield

systems, and other protective systems prepared by or under the supervision of a professional engineer legally authorized to practice in the jurisdiction where the Project is located.

2. Documents provided with evidence of registered professional engineer's seal, signature, and date in accordance with appropriate state licensing requirements.

Page 232: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02322 - TRENCHING AND BACKFILLING FOR UTILITIES: continued

JULY 24, 2008 02322-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

PART 2 - PRODUCTS

2.01 GRANULAR PIPE EMBEDMENT: A. Material:

1. Coarse Aggregate No. 8 of the State of Colorado Standard Specifications for Road and Bridge Construction.

2. Gravel or crushed stone which shall not have a loss of more than 15% after five cycles when tested for soundness with sodium sulfate as described in AASHTO T104.

B. Gradation:

AGGREGATE GRADATION ASTM C-33 No. 8

Sieve Size Percent Passing by Weight 1/2 –inch 100 3/8-inch 85-100

#4 10-30 #8 0-10

#16 0-5

No substituions of sand or squeegee will be allowed.

2.02 TRENCH STABILIZATION MATERIAL: A. Material shall be one of the following:

1. 2-inch minus river-run or pit-run gravel free from clay balls, roots, and organic matter, well graded from couse to find with less than 8 percent by weight passing a ¼-inch sieve.

2.03 CONCRETE: A. Concrete and reinforcing steel shall conform to applicable requirements of DIVISION 3.

2.04 TRENCH BACKFILL MATERIALS: A. Obtain from the following:

1. Trenches and other excavations included in this Project. 2. Borrow from location off Site. 3. As specified for pipe embedment. 4. Combination of above.

B. Free from organic matter, refuse, ashes, cinders, frozen, or other unsuitable material. C. Gravel, rock, or shale particle size limited as follows:

1. Not to exceed 2 inches in greatest dimension within 12 inches of pipe or conduit and upper 18 inches of trench.

2. Gravel, rock, or shale not allowed within 12 inches of buried cable. 3. Maximum dimension one-half the depth of layer to be compacted in other areas.

D. Contain sufficient fine materials to provide a dense mass free of voids and capable of satisfactory compaction.

E. Have moisture content enabling satisfactory placement and compaction. F. Blended or otherwise processed to provide required gradation and moisture content.

Page 233: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02322 - TRENCHING AND BACKFILLING FOR UTILITIES: continued

CITY OF LONGMONT 02322-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

G. Use granular material as specified for pipe embedment under pavements, shoulders, driveways, berms and median strips.

2.05 GEOTEXTILE A. Non-woven geotextile fabric, Type 140N, as manufactured by Mirafi, Inc., or approved equal. B. Weight shall be a minimum of 4-5 oz/sy. C. Grab tensile strenght shall be a minimum of 120 pounds.

2.06 CUT OFF WALLS A. Shall be constructed with one of the following:

1. Compacted clay soils with ASTM D2487 Classification C1, Ch or OH and with at least 60 percent fines passing the No. 200 sieve and a plasticity index of 15 or greater.

2. Low strength concrete flow fill with 7-day compressive strength not less that 100 psi or more that 200 psi as determined in accordance with ASTM D4832.

PART 3 - EXECUTION

3.01 TRENCHING: A. Equipment and Methods:

1. Types of Equipment and methods may be at Contractor's option, where structures or other facilities are not endangered.

2. Equipment and methods shall be subject to approval of jurisdictional agency where stability or usefulness of other facilities may be impaired.

3. Perform by hand methods when required to save or protect trees, culverts, utilities, or other structures above or below ground.

4. Maximum length of open trench shall be limited to 50 feet in advance and to 50 feet behind pipe installation, except as approved.

B. Side Walls: 1. Make vertical or slope within specified trench-width limitations below a horizontal plane

12 inches above top of pipe. 2. Vertical or sloped (stepped) as required for stability, above a horizontal plane 12 inches

above top of pipe. 3. Sheet and brace where necessary. Conform to applicable requirements of SECTION

02321. 4. Excavate without undercutting.

C. Trench Depth: 1. Depth shall be sufficient to provide the minimum bedding requirements for the pipe

being placed. 2. Do not exceed the indicated depth where conditions of bottom are satisfactory. 3. Increase depth as necessary to remove unsuitable supporting materials.

D. Trench Bottom: 1. Protect and maintain when suitable natural materials are encountered. 2. Remove rock fragments and materials disturbed during excavation or raveled from trench

walls. 3. When in the opinion of the Owner the material in the bottom of the trench is unsuitable

for supporting the pipe, excavate below the flow line of the pipe. Backfill the trench to subgrade of the pipe base with trench stabilization material specificed herein. Pleace the trench stabilization material over the full width of the trench and compact in loose lifts

Page 234: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02322 - TRENCHING AND BACKFILLING FOR UTILITIES: continued

JULY 24, 2008 02322-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

not exceeding 6-inches deep to requied grade. Place geotextile material over trench stabilization material before installing pipe bedding material.

4. Restore to proper subgrade with trench-stabilization material or timber mat topped with trench-stabilization material when overexcavated: a. Payment shall be in accordance with the Unit Price stipulated in the Agreement for

authorized replacement of unsuitable materials. b. Correct, at no additional cost to Owner, when trench is overexcavated without

authority or to stabilize bottom rendered unsuitable through negligence or improper operations.

c. Placement of Trench Stabilization Material: (1) Compact in lifts not exceeding 6-inch loose thickness:

(a) With pneumatic or vibratory equipment. (b) To density specified for granular pipe embedment.

E. Trench Width: 1. Excavate trench to a width which will permit satisfactory jointing of the pipe and

thorough tamping of the bedding. 2. Minimum Trench Width:

a. Below a plane 12 inches above top of pipe. Nominal Pipe Size

Depth of Cover Maximum Trench Width

Minimum Trench Width

36-inch 4.5 feet (min) 12 feet (max)

60-inches 48-inches

18-inch 6.5 feet (min) 12 feet (max)

42-inches 30-inches

8-inch 5.5 feet (min) 6.0 feet (max)

32-inches 20-inches

b. Above plane defined in "a", no maximum limit. c. Maximum trench-width limitations shall apply beginning 3 feet from manhole or

structure walls. d. Maximum width shall be as near the minimum specified as can be controlled by

construction equipment and methods used. e. Correct when overexcavated at no additional cost to Owner:

(1) Use stronger pipe or higher class embedment. (2) Obtain approval of Owner before proceeding.

F. Test Pits: 1. Excavate test pits sufficiently in advance of trenching to enable adequate planning of

construction procedure. 2. Locate as follows:

a. Where unstable material is suspected that may require special protective measures. b. Where groundwater may require special handling methods. c. Where indicated or otherwise approved. d. Where interference or conflict with other utilities or structures could affect

alignment of pipe. 3. With lateral dimension not less than minimum trench width specified for location

excavated. 4. To depth required to obtain information desired.

Page 235: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02322 - TRENCHING AND BACKFILLING FOR UTILITIES: continued

CITY OF LONGMONT 02322-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

3.02 DEWATERING A. Dewatering in accordance with SECTION 02300.

3.03 PIPE EMBEDMENTS AND ENCASEMENTS: A. Granular Pipe Embedment:

1. Place granular embedment as follows: a. Level bottom layer at proper grade to receive and uniformly support pipe barrel

throughout its length. b. Form depression under each joint so that no part of bell or coupling is in contact

with trench when pipe is placed in position. c. Add second layer simultaneously to both sides of the pipe with care to avoid

displacement. d. Complete promptly after completion of jointing operations and approval to

proceed. e. Substitute for any part of earth backfill to within 2 feet of final grade at Contractor's

option. 2. Compact granular bedding as follows:

a. In lifts not exceeding 12 inches in compacted depth. b. Rod, spade, or use pneumatic or vibratory equipment:

(1) As required to obtain not less than 80% relative density as determined by ASTM Method D4253 and D4254.

(2) Throughout depth of embedment. B. Cut-Off Walls: Include concrete or clay cut-off walls as indicated.

1. Compact to 95% of maximum density at optimum moisture content as determined by AASHTO T99.

C. Earth Pipe Embedment: 1. Include earth pipe embedment as indicated. 2. Use at impervious trench checks. 3. Shape trench bottom to fit the pipe and backfill throughout depth of trench with

compacted impervious materials.

3.04 BACKFILLING: A. Placement:

1. Complete promptly after approval to proceed: a. Upon completion of pipe embedment. b. Only after concrete encasement has obtained 70% of design strength.

Determination of design-strength percentage obtained shall be as specified in DIVISION 3.

2. Use hand methods to a horizontal plane 12 inches above top of pipe. 3. Use approved mechanical methods where hand backfill is not required. 4. Place in layers of thickness within compacting ability of equipment used. 5. Until compacted depth over conduit exceeds 3 feet, do not drop fill material over 5 feet.

Then distance may be increased 2 feet for each additional 1 foot of cover. Backfill pipe trenches in layers of 4 to 8 inches.

B. Compaction: 1. Perform at moisture content necessary to achieve required results with equipment used. 2. Perform with spreading equipment supplemented by hand-operated equipment and rollers

as required to obtain density specified. 3. Accomplish without inundation or flooding.

Page 236: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02322 - TRENCHING AND BACKFILLING FOR UTILITIES: continued

JULY 24, 2008 02322-6 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

4. Achieve following densities: a. Unless otherwise specified, adequate to prevent significant future settlement. b. Under Pavements and Shoulders: Entire depth 95% c. Under pavements and shoulders: Entire depth 95% d. Boulevards, berms, median strips, etc.:Entire Depth 95%

5. Backfill failing to meet required densities shall be removed or scarified and recompacted as necessary to achieve specified results.

3.05 FIELD QUALITY CONTROL: A. Compaction: Owner will, through services of an independent laboratory, test all trench-

stabilization material, granular pipe embedment, earth-pipe embedment, clay cut-off walls, and trench backfill to determine conformance with specified moisture- density relationships: 1. Method of test will be as specified in SECTION 02300, PART 3.

B. Concrete: Contractor shall test all concrete for use in encasements, cradles, and concrete cut-off walls to determine conformance with Specifications. Method of test shall be as specified in DIVISION 3.

END OF SECTION 02322

Page 237: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 02445-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 02445 - UTILITY CASINGS

PART 1 - GENERAL

1.01 SUMMARY: This Section includes casing pipe, installed by boring and jacking, carrier pipe alignment skids, and end seals where indicated or where constructed at Contractor's option. Use when required to pass other utilities, streets, highways, railroads or obstructions without open excavation.

1.02 REFERENCES: A. Applicable Standards:

1. American Petroleum Institute (API): a. API RP1102 - Recommended Practice for Liquid Petroleum Pipelines Crossing

Railroads and Highways. b. API 1104 - Standard for Welding Pipelines and Related Facilities.

2. American Society for Testing and Materials (ASTM): a. A36 - Structural Steel. b. A570 - Hot-Rolled Carbon Steel Sheet and Strip, Structural Quality. c. C32 - Sewer and Manhole Brick (Made from Clay or Shale). d. C270 - Mortar for Unit Masonry.

3. American Water Works Association (AWWA): a. C200 - Steel Water Pipe 6 Inches (150 mm) and Larger. b. C206 - Field Welding of Steel Water Pipe.

4. Steel Structures Painting Council (SSPC): a. SP-3 - Power Tool Cleaning.

1.03 SUBMITTALS: A. Submit as specified in DIVISION 1. B. Submit the following for acceptance prior to shipment:

1. Pipe alignment guides. 2. Guide spacer bands.

C. Affidavits: 1. Furnish for acceptance prior to shipment to jobsite. 2. Certify compliance with applicable standards for the following:

a. Casing material. b. Casing paint coating/lining system.

PART 2 - PRODUCTS

2.01 MATERIALS: A. Casing Pipe: New, smooth wall, welded steel pipe fabricated from ASTM A36 plate or ASTM

A570 sheet with a minimum yield point of 36,000 psi, conforming to AWWA C200. Furnish pipe with minimum wall thickness as follows: 1. Minimum Casing Thicknesses:

Casing Station Casing

Diameter (Inches)

Wall Thickness (Inches)

Line A STA 10+65 to STA 11+65 (Railroad) 50 0.66 Line B STA 00+21 to STA 00+98 (Highway 66) 30 0.5

Page 238: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02445 - UTILITY CASINGS: continued

JULY 24, 2008 02445-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

D. 1.

E. 1.

2. Minimum casing inside diameter shall exceed outside diameter of carrier pipe joints or

couplings by an amount appropriate to allow the installation of the insulator bands to be used. Casing size stated above is minimum. If pipe material proposed by Contractor requires a larger casing diameter, Contractor shall determine this and identify this with their bid. All costs associated with the larger diameter casing shall be included in the bid price..

B. Coatings and Linings: 1. Coat exterior and line interior of all casing pipe with iron oxide primer applied at 1.5 mils

minimum thickness. 2. Hold coatings back from end joints to be welded at least 2 inches each side of joint.

C. Joints: 1. All joints in steel pipe casings shall be field welded to conform to API 1104 or AWWA

C206. 2. Clean to SSPC-SP3 and apply iron oxide field coating to all exterior joints after field

welding. 3. Clean to SSPC-SP3 and apply iron oxide field coating to all interior joints on casings

24-inch diameter and larger after field welding. Casing Insulators:

Factory-emersed enamel coated steel casing insulators (minimum 14 gauge band and 10 gauge riser) with 30 percent glass reinforced plastic runners (18,000 psi comprehensive strength) PSI Model A8G-2 for 36-inch and smaller carrier pipes, or Engineer-approved equal. Insulator shall have a heavy-duty PVC liner on the inside and around the edge of the band for double insulation. Depending on pipe material alternate bid, Contractor shall be responsible for indicating outside diameter of carrier pipe and inside diameter of casing to manufacturer when ordering.

End Seals: End seals shall be 1/8-inch thick specially compounded rubber "wrap around" type, PSI Model W end seal, or Engineer approved equal.

PART 3 - EXECUTION

3.01 INSTALLATION: A. All Work shall, as a minimum, meet the requirements of API RP1102 and the highway,

railroad, or utility having jurisdiction, and shall be subject to their inspection and approval. B. Install Casing Pipes:

1. By boring with continuous flight auger, pneumatic or hydraulic jacking, or other acceptable method. Reinforce leading end of casing with jacking band.

2. Including measures for maintaining indicated line and grade for casings less than 24-inch diameter within a plus or minus tolerance of 0.5%. Maintain indicated line and grade for casings 24-inch and larger within a plus or minus tolerance of 3 inches over length of casing.

3. With working pits of adequate size to provide safe working conditions. Install sheeting and bracing to conform to DIVISION 2. Contractor shall ascertain whether or not space is available for their typical boring operation. If it is determined that space limitations warrant a change in operation such as use of shorter pits or other changes, contractor shall factor this into the unit cost for the bore. No additional cost will be paid for claims after the bid related to constructability of any bores.

Page 239: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02445 - UTILITY CASINGS: continued

CITY OF LONGMONT 02445-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

4. In such a manner as not to disrupt traffic or damage the roadway grade or surface. 5. Casings rejected due to misalignment or other failures to conform to Specifications shall

be abandoned in place and filled with concrete grout. Casing pipe shall not be recovered for reuse.

C. If casing walls are found to out of round by more than ¼ of the specified wall thickness, 12-inch butt straps shall be welded on.

3.02 CASING INSULATOR: A. Furnish insulators for pipe alignment guides as indicated for all carrier pipe to be installed in

casing. 1. Minimum space along the carrier pipe shall be three (3) insulators per joint of pipe evenly

spaced, with 10-feet maximum spacing. Also, one (1) insulator shall be installed within 3-feet of each end of the casing.

2. Size to fit outside diameter of carrier pipe and inside diameter of casing pipe. Pipe shall be centered and restrained, where called for, in casing.

3. Insulators to be sized slightly larger than carrier pipes outside joint diameter.

3.03 END SEALS: A. Construct end seals as indicated and as follows:

1. After inside of casing has been thoroughly cleaned and approved by Owner. 2. After carrier pipe has been permanently placed inside casing, tested and approved.

END OF SECTION 02445

Page 240: Project Manual for State Highway 66 Waterline Phase III ...
Page 241: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 02510-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 02510 - PRESSURE PIPE

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes all pressure pipe, fittings, specials, and appurtenances. B. Related Work Specified Elsewhere:

1. Pipe Installation: SECTION 02535. 2. Valves and Accessories: SECTION 02515. 3. Protective Coatings: SECTION 09900.

1.02 REFERENCES: A. Applicable Standards:

1. American Association of State Highway and Transportation Officials (AASHTO). 2. American Water Works Association (AWWA):

a. C104 - Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water. b. C110 - Ductile-Iron and Gray-Iron Fittings, 3 Inches Through 48 Inches (75 mm

Through 1,200 mm), for Water and Other Liquids. c. C111 - Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. d. C115 - Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded

Flanges. e. C150 - Thickness Design of Ductile-Iron Pipe. f. C151 - Ductile-Iron Pipe, Centrifugally Cast, for Water or Other Liquids. g. C153 - Ductile-Iron Compact Fittings, 3 In. Through 24 In. (76 mm Through 610

mm) and 54 In. Through 64 In. (1,400 mm Through 1,600 mm), for Water Service. h. C200 - Steel Water Pipe 6 Inches (150 mm) and Larger. i. C205 - Cement-Mortar Protective Lining and Coating for Steel Water Pipe - 4 Inch

and Larger - Shop Applied. j. C207 - Steel Pipe Flanges for Waterworks Service, Sizes 4 Inch Through 144 Inch

(100 mm Through 3,600 mm). k. C208 - Dimensions for Fabricated Steel Water Pipe Fittings. l. C209 - Cold-Applied Tape Coatings for the Exterior of Special Sections,

Connections, and Fittings for Steel Water Pipelines. m. C210 - Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water

Pipelines. n. C213 - Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water

Pipelines. o. C214 - Tape Coating Systems for the Exterior of Steel Water Pipelines. p. C215 - Extruded Polyolefin Coatings for the Exterior of Steel Water Pipelines. q. C218 - Coating the Exterior of Aboveground Steel Water Pipelines and Fittings. r. C219 - Bolted, Sleeve-Type Couplings for Plain-End Pipe. s. C606 - Grooved and Shouldered Joints. t. C900 - Polyvinyl Chloride (PVC) Pressure Pipe, 4 Inch through 12 Inch, for Water

Distribution. u. C905 - Polyvinyl Chloride (PVC) Water Transmission Pipe, Nominal Diameters 14

Inch Through 36 Inch. v. M11 - Steel Pipe - A Guide for Design and Installation. w. M23 - PVC Pipe-Design and Installation. x. M41 - Ductile-Iron Pipe and Fittings.

3. American National Standards Institute (ANSI):

Page 242: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02510 – PRESSURE PIPE: continued

JULY 24, 2008 02510-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

a. B16.1 - Cast-Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250 and 800. b. B16.21 - Nonmetallic Flat Gaskets for Pipe Flanges.

4. American Society for Testing and Materials (ASTM): a. A307 - Carbon Steel Bolts and Studs, 60,000 psi Tensile. b. D1248 - Polyethylene Plastics Molding and Extrusion Materials. c. F477 - Elastomeric Seals (Gaskets) for Joining Plastic Pipe. d. G62 - Test Methods for Holiday Detection in Pipeline Coatings.

5. National Sanitation Foundation (NSF): a. 61 - Drinking Water System Components - Health Effects.

6. Society for Protective Coatings (SSPC): a. SP1 - Solvent Cleaning. b. SP3 - Power Tool Cleaning. c. SP5 - White Metal Blast Cleaning. d. SP7 - Brush-Off Blast Cleaning. e. SP10 - Near-White Blast Cleaning.

1.03 SUBMITTALS: A. Submit as specified in DIVISION 1. B. Submit the following for acceptance prior to fabrication:

1. Pipe and joint details. 2. Special, fitting, and coupling details. 3. Laying and installation schedule. 4. Specifications, data sheets, and affidavits of compliance for protective shop coatings and

linings. 5. Manufacturer's design calculations including, but not limited to, wall thickness and

deflection under specified live and dead loads. C. Certificates and Affidavits: Furnish the Following Prior to Shipment:

1. Affidavit of compliance with applicable standard. 2. Certificate or origin for all steel flanges. Flanges shall be manufactured in the U.S.A. 3. Test certificates.

1.04 QUALITY ASSURANCE: A. Manufacturers shall be experienced in the design and manufacture of pipe, fittings, specials, or

appurtenances for a minimum period of 5 years. B. All pipe manufactured to AWWA C-200 series specifications shall be furnished by a

manufacturer certified by the Steel Plate Fabricators Association (SPAA) for steel pipe fabrication or registered under the ISO 9000 program.

1.05 DELIVERY, STORAGE AND HANDLING: A. As specified in SECTION 02535

PART 2 - PRODUCTS

2.01 PIPE REQUIREMENTS: A. Furnish pipe of materials, joint types, and sizes as indicated or specified. B. Pipe shall be designed to withstand all stresses resulting from external loads and internal

pressures listed in the following table plus applicable allowance for surge unless otherwise specified:

Page 243: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02510 – PRESSURE PIPE: continued

CITY OF LONGMONT 02510-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

Nominal Pipe Size and Location Design Cover Depth

Live Load

Internal Working Pressure

Maximum Test Pressure

36-inch Waterline 4.5’ (min) 12.0’ (max)

H-20 80 150

36-inch Waterline at Railroad 9.0’ (min) 10.0’ (max)

H-80 80 150

18-inch Waterline 6.0’ (min) 12.0’ (max)

H-20 80 150

8-inch Waterline 6.0’ (min) 6.0’ (max)

H-20 80 150

C. Pipe Marking: All pipe and fittings shall be marked conforming to the applicable standard specification under which the pipe is manufactured and as otherwise specified.

2.02 DUCTILE-IRON PIPE: A. Design and Manufacture of Pipe:

1. Ductile-iron pipe shall conform to AWWA C115, C150 and C151 except as otherwise specified.

2. With laying condition Type 4 for ductile iron for load requirements tabulated herein. a. Use E' of 700 and bedding angle of 90. b. 3% deflection limit. c. Add service allowance and standard casting tolerances of AWWA C150 and

AWWA C151. d. Select standard pressure class thickness next above total calculated thickness.

B. Dimensions: The minimum thickness as defined by pressure class for mechanical or push-on-type joint ductile-iron pipe shall be as follows:

Location Nominal Pipe Size

Minimum Pressure Class

Nominal Thickness

Line A STA 0+00 to STA 38+10.00 36-inch 200 0.42-inch Line B STA 0+00 to STA 1+12.15 18-inch 250 0.31-inch Line C STA 0+00 to STA 0+25.00 8-inch 350 0.25-inch

1. Minimum thickness for ductile-iron pipe threaded for screw-on flanges shall be in

accordance with AWWA C115. 2. Pipe with grooved barrel for any type of restrained joint shall have wall thickness

increased to provide a minimum wall thickness conforming to AWWA C606. C. Joints:

1. Mechanical and Push-On Type: a. Provide mechanical or push-on-type joints for all buried pipe less than 30 inches in

diameter unless otherwise specified or indicated. Provide push-on-type joints for sizes 30 inches in diameter and greater.

b. Joints shall conform to AWWA C111. 2. Flanged:

Page 244: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02510 – PRESSURE PIPE: continued

JULY 24, 2008 02510-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

a. Provide flanged joints for all interior and exposed exterior pipe except where otherwise specified or indicated.

b. Flanges for pipe shall be ductile iron and conform to the applicable provisions of AWWA C110 and C115 and shall be drilled ANSI B16.1 Class 125.

3. Sleeved or Coupled: a. Provide for sleeves or couplings where indicated. b. Furnish pipe ends suitable for receiving style of sleeve or coupling indicated or

specified. c. Provide anchored couplings where restraint is required to withstand specified

operating or hydrostatic test pressure and where indicated. 4. Restrained:

a. Furnish for all fittings and where joint restraint is required to offset internal pipeline forces. As a minimum provide restrained joints as identified in the Contract Drawings Profiles.

b. Provide restrained joints of following approved types: (1) Restrained mechanical joint. (2) Restrained push-on joint. (3) Anchored couplings.

c. Mechanical joint retainer glands shall not be used where joint restraint is required unless indicated. When indicated, retainer glands shall be Megalug manufactured by EBAA Iron, Inc. or approved equal.

D. Fittings: 1. Fittings shall conform to AWWA C110 or C153 and shall have a pressure rating of not

less than that specified for pipe. 2. Fittings shall be ductile iron. 3. Fittings for pipe with mechanical joint shall have mechanical joints. 4. Fittings for pipe with push-on joints shall be mechanical joint or push-on-type joint. 5. Include all specials, taps, plugs, flanges, and wall fittings as required. 6. Provide openings for air valve, drain, sampling, sensing, testing, and other connections

with threaded bosses or flange outlets sized and located where indicated. 7. Provide tangent blow-off and drain assemblies where indicated. Outlet size shall be 6-

inches and have flanged end. a. Fabricated/welded outlets will be allowed for small branch outlets (8-inch and

smaller) provided outlets are manufactured at the plant and not in the field. Outlets shall be Special Thickness Class 53 or thicker.

b. Joints for buried tangential outlets should be a flexible, restrained, push-on joint and only the exposed joints on an Air Release Valve application should be Flanged (4” and Larger) or Threaded (3” and Smaller Only).

E. Lining: 1. All pipe and fittings for water shall be cement-mortar lined in accordance with AWWA

C104. F. Coating:

1. All iron pipe and fittings shall be coated with manufacturer's standard bituminous paint coating.

2. Flange faces shall be coated in accordance with AWWA C115.

2.03 STEEL PIPE: A. Materials: Steel Pipe shall confirm to AWWA C200 and ASTM A139, Grade C, D or E.

Page 245: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02510 – PRESSURE PIPE: continued

CITY OF LONGMONT 02510-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

B. Design of Pipe: Design shall conform to AWWA C200, AWWA M11, and as specified except that hydrostatic test of fittings after fabrication will not be required. Fittings shall be tested by dye penetrant method. 1. Size indicated or specified shall mean the nominal inside diameter of lining. 2. Nominal length of pipe section shall be not less than 25 feet nor more than 45 feet.

Shorter sections shall be used where required and where otherwise approved. 3. External Loading:

a. Earth dead load cover at 120 pcf plus AASHTO H-20 live loads. Use Cooper E-80 live loads for railroad crossings.

b. Use 100% of earth prism above the pipe. c. 2% initial deflection limit and 1.0 time lag factor. d. Bedding condition as indicated.

4. Use E' of 700 and bedding angle of 90o. 5. Allowable design stresses for steel shall be as follows:

a. 50% of minimum yield stress when subjected to working pressure. b. 70% of minimum yield stress when subjected to working pressure plus surge.

6. Allowable design deflection shall be 2% of mean diameter. 7. Deflection lag factor shall be 1.0 for the dead load and 1.0 for live loads. 8. Minimum wall thickness shall be not less than tabulated hereafter:

Description Pipe Size (inches)

Minimum Wall Thickness (inches)

Line A STA 0+00 to STA 1+20 36 0.38 STA 1+20 To STA 9+80 36 0.21 STA 9+80 to STA 18+40 36 0.38 STA 18+40 to STA 38+10 36 0.21

Line B STA 0+00 to STA 1+13 18 0.188

C. Joints: 1. Push-On Type:

a. Provide push-on-type joints for all buried pipe unless otherwise specified or indicated.

b. Joints shall conform to AWWA C200. 2. Flanged:

a. Provide certificate of origin for all flanges. b. Provide flanged joints for all interior and exposed exterior pipe except where

otherwise specified or indicated. c. Joints shall conform to AWWA C200 and AWWA C207. d. Flanges shall have a pressure rating not less than that required for pipe. Flanges

shall be Class D and be drilled ANSI B16.1 Class 125. e. Pipe with AWWA C606 shouldered-type joints may be substituted for Class D

flanged pipe. 3. Sleeved or Coupled:

a. Provide for sleeves or couplings where indicated. b. Furnish pipe ends suitable for receiving style of sleeve or coupling indicated or

specified.

Page 246: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02510 – PRESSURE PIPE: continued

JULY 24, 2008 02510-6 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

c. Provide anchored couplings where restraint is required to withstand specified operating or hydrostatic test pressure and where indicated.

4. Restrained: Furnish where joint restraint is required to offset internal pipeline forces. Shouldered type joints for victaulic-style couplings shall be rigid and conform to AWWA C606. Roll grooved type joints shall not be used.

5. Welded: a. Provide pipe prepared for lap joints for field welding. b. Lap welded joints to be prepared for fillet welding on outside of the pipe.

D. Fittings and Specials: 1. Fabricate from tested pipe to conform to AWWA C208 except where otherwise indicated

or specified. 2. Design to withstand internal and external loading specified for pipeline in which located. 3. Reinforce tees, laterals, and outlets conforming to applicable provisions of AWWA

M11. 4. Include wall fittings with approved anchor ring where indicated. 5. Include all adapters, outlets, taps, plugs, and other specials as required to complete

installation as specified or indicated. 6. Provide openings for air valve, drain, sampling, sensing, testing, and other connections

with threaded bosses or flanged outlets sized and located where indicated. 7. Provide tangent blowoff assemblies where indicated. Outlet size shall be 6 inches and

have flanged end. E. Test Plugs:

1. Provide pressure test plugs where required to test the installation. 2. Design test plugs to withstand the internal and external loading. 3. Join test plug to pipe and tie as required to sustain internal and external loading.

F. Lining: 1. All pipe and fittings shall be lined with cement mortar to conform to AWWA C205.

Thickness of lining shall conform to AWWA C205. 2. Termination of lining at ends shall be as follows:

a. End of steel on spigot, flanged, or plain end. b. Anticipated termination of mating spigot on bell end of push-on type joints.

G. Coating: 1. All pipe for buried service shall be factory coated with a three-layer polyethylene backed

butyl rubber tape coating system to conform to AWWA C214 consisting of primer, 20 mil corrosion-preventive tape (inner layer), and two wraps of 30 mil mechanical protective tape (outer layers). All special sections, connections, and fittings shall be factory and/or field coated with a three-layer, cold-applied tape system to conform to AWWA C209.

2. All pipe and fittings for buried service shall be coated with epoxy to conform to AWWA C210.

3. All pipe and fittings for buried service shall be coated with epoxy to conform to AWWA C213.

4. All pipe and fittings for exposed interior installation shall be shop prime coated as specified in SECTION 09900.

5. Flange faces shall be coated with one of the following rust preventive compounds: a. Houghton "Rust Veto 344." b. Rust-Oleum "R-9." c. Engineer-approved equal.

Page 247: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02510 – PRESSURE PIPE: continued

CITY OF LONGMONT 02510-7 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

H. Marking Pipe: In addition to the marking specified in paragraph "Pipe Marking," the following information shall be on all pipe, fittings, and specials: 1. Design pressure in feet. 2. Point of installation on all fittings and specials. 3. Length of any short pipe.

2.04 PVC PIPE: A. Materials:

1. Materials shall conform to AWWA C900 or C905. 2. Gaskets shall conform to ASTM F477 and be synthetic rubber.

B. Design of Pipe: Design shall conform to AWWA C900, C905 and as specified: 1. Internal Loading:

a. Internal pressure specified plus allowance for surge pressure conforming to AWWA C900 or C905.

b. Hydrostatic test pressure as specified. 2. External Loading:

a. Earth dead load cover at 120 pcf plus AASHTO H-20 live loads. b. 5% deflection limit. c. Bedding condition as indicated.

3. Use E' of 700 and bedding angle of 90o. C. Dimensions: The minimum pressure class for PVC pipe shall be as follows:

Description Pipe Size (inches)

Minimum Pressure Class (psi)

Line B STA 0+00 to STA 1+13 18 165

Line C STA 0+00 to STA 0+25 8 150

D. Diameters: PVC pressure pipe shall have Cast-Iron-Pipe-Equivalent (CI) outside diameters. E. Joints: Pipe shall be furnished with integral bell-type pipe ends designed for joint assembly

using elastomeric gaskets. F. Fittings:

1. Fittings shall conform to AWWA C110 or C153 and be ductile iron. Fittings shall be mechanical joint or push-on-type joint.

2. Fittings for 4-inch through 8-inch pipe shall be injection-molded PVC with push-on-type joint, Class 150, conforming to AWWA C907.

G. Marking: Identification markings on pipe shall conform to AWWA C900 or C905.

2.05 SLEEVES AND COUPLINGS: A. Sleeves:

1. AWWA C110 mechanical joint ductile-iron solid or transition sleeve type: a. Pipe end space shall not exceed one-third of the sleeve laying length. b. Interior, exposed, exterior, or buried service as indicated.

B. Couplings: 1. Center sleeve and compression gland-type end ring conforming to AWWA C219. 2. Center sleeve shall be without pipe stop. 3. Couplings for joining concrete or steel pipe shall be steel.

Page 248: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02510 – PRESSURE PIPE: continued

JULY 24, 2008 02510-8 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

4. Couplings for joining direct buried, exposed exterior, vault or pit installations of iron, or PVC pipe up to 12-inch diameter shall be iron. Provide lined and coated steel couplings for larger pipe diameters.

5. Couplings for exposed interior iron or PVC pipe may be steel or iron. 6. Fastener bolts shall be ductile iron or stainless steel for iron couplings and high-strength,

low-alloy steel for steel couplings. Bolts for direct buried coupling installations shall be stainless steel.

7. Center sleeve and end rings shall be: a. Ductile or malleable iron for iron couplings. b. Steel for steel couplings.

8. Lining and Exterior Coating: a. Use for all steel couplings intended for direct bury, exposed exterior, vault or pit

installations. b. Completely coat center sleeve and end rings. c. Two-part epoxy or nylon fuse-coated to a minimum 10 mils thickness. d. Line interior of all steel couplings intended for exposed-interior installations. Coat

exterior with normal shop coating. C. Flanged Coupling Adapters:

1. Flanged end and body to be one unit conforming to AWWA C219. Coupling end to be compression gland type with follower ring.

2. Adapters for joining direct buried, exposed exterior, vault or pit installations of iron pipe shall be iron.

3. Adapters for joining exposed interior iron pipe may be steel or iron. 4. Flanged end bolt circle, bolt size, and spacing shall conform to the applicable provisions

of ANSI B16.1 and shall be drilled Class 125 for iron adapters. Flanges on steel adapters shall be AWWA C207, Class D, drilled ANSI B16.1 Class 125.

5. Bolts and nuts shall be ductile iron for iron adapters and high-strength, low-alloy steel for steel adapters.

6. Anchor studs shall not be used where joint restraint is required. Furnish adapters with tie rod harness assemblies where indicated.

7. Lining and Exterior Coating for Steel Adapters: a. Two-part epoxy or nylon fuse-coated to a minimum 10 mils thickness. b. Completely coat adapter sleeve and end follower gland plus line interior for

adapters intended for exposed exterior, vault or pit installations. c. Line interior of all adapters intended for exposed interior installations. Coat

exterior with normal shop coating. D. Anchored Couplings:

1. Furnish where joint restraint required to offset internal pipeline forces. 2. Provide harnessed sleeve couplings and flanged coupling adapters with tie rod harnesses

where indicated. a. Harnesses shall consist of lugs or clamps welded or otherwise securely fastened to

opposite joint elements with tie bolts between opposing lugs. "Dog ear" lugs shall be fabricated as indicated.

b. Design of harnesses for steel pipe shall conform with applicable provisions of AWWA M11.

3. Provide expansion couplings with limit rods. 4. Provide couplings for grooved and shouldered type joints conforming to AWWA C606.

a. Furnish grooved ends on ductile-iron end pipe. b. Furnish shouldered ends on steel pipe.

Page 249: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02510 – PRESSURE PIPE: continued

CITY OF LONGMONT 02510-9 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

5. Mechanical joint retainer glands shall not be used where joint restraint is required unless indicated. When indicated, retainer glands shall be Megalug manufactured by EBAA Iron, Inc.

E. Insulated Couplings: 1. Couplings shall be insulated to prevent electrical conductivity where indicated. 2. Insulated coupling design shall be otherwise conforming to the standard types and styles

specified. F. Dismantling Couplings: (Dismantling Joint):

1. Consists of a mechanical joint fitting located between two pipe flanges with restraining rods across the mechanical joint section, providing a restrained system with integral space for removal of adjacent equipment.

2. Shall conform to AWWA C-219. 3. Materials shall be steel. 4. When connected to DIP system, install insulating flange kit.

2.06 GASKETS AND BOLTING MATERIALS: A. Provide all gaskets, bolts, lubricant, and other accessories required to install pipe, fittings, and

specials complete and ready for service. B. Gaskets for flanged joints shall conform to ANSI B16.21, 1/8-inch thick full-face synthetic

rubber (or American Cast Iron Pipe Company Toruseal 1/8-inch thick full-face gasket. Provide full-face gaskets for all pump and equipment connections.

C. Gaskets for ductile iron flanged pipe and fittings 300 mm (12 inch) and smaller shall have "nominal" inside diameters, not the larger inside diameters per ANSI B16.21.

D. Bolts for flanged joints shall conform to ASTM A307, Grade B. Nut and bolt heads shall be hexagonal.

E. Gaskets and bolts for other than flanged joints shall be as otherwise specified for pipe and pipe joints.

2.07 JOINT BONDING: A. Joint bonding shall be provided for all joints. B. Bonding shall be accomplished:

1. With 2 #4awg x 18-inch long copper wires attached to pipe cylinder by thermic weld. 2. With manufacturer's standard subject to Engineer's approval.

PART 3 - EXECUTION

3.01 INSTALLATION: A. Specified in SECTION 02535.

3.02 FIELD TESTING: A. Specified in SECTION 02535.

3.03 FIELD PROTECTIVE COATING: A. Specified in SECTION 09900.

END OF SECTION 02510

Page 250: Project Manual for State Highway 66 Waterline Phase III ...
Page 251: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 02515-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 02515 - UTILITY VALVES AND ACCESSORIES

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes all valves and accessories. B. Related Work Specified Elsewhere:

1. Pipe Installation: SECTION 02535. 2. Protective Coatings: SECTION 09900.

1.02 REFERENCES: A. Applicable Standards:

1. American National Standards Institute (ANSI): a. B16.1 - Cast-Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250 and 800.

2. American Society for Testing and Materials (ASTM): a. A126 - Gray Iron Castings for Valves, Flanges and Pipe Fittings. b. A276 - Stainless and Heat Resisting Steel Bars and Shapes. c. A536 - Ductile Iron Castings. d. A564 - Hot-Rolled and Cold-Finished Age-Hardening Stainless and Heat Resisting

Steel Bars and Shapes. 3. American Water Works Association (AWWA):

a. C111 - Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. b. C207 - Steel Pipe Flanges for Waterworks Service - Sizes 4 Inch Through 144 Inch

(100 mm through 3600 mm). c. C500 - Metal-Seated Gate Valves for Water Supply Service. d. C502 - Dry-Barrel Fire Hydrants. e. C504 - Rubber-Seated Butterfly Valves. f. C507 - Ball Valves, 6 Inch Through 48 Inch (150 mm through 1200 mm). g. C509 - Resilient-Seated Gate Valves for Water Supply Service. h. C512 - Air-Release, Air/Vacuum, and Combination Air Valves for Waterworks

Service. i. C550 - Protective Epoxy Interior Coatings for Valves and Hydrants. j. C600 - Installation of Ductile-Iron Water Mains and Their Appurtenances. k. C604 – Installation of Steel Water Pipe 4-Inches (100 mm) and Larger l. C605 – Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and

Fittings for Water. 4. National Fire Protection Association (NFPA):

a. 1963 - Screw Threads and Gaskets, Fire Hose Connections.

1.03 SUBMITTALS: A. Submit as specified in DIVISION 1. B. Include, but not limited to, the following:

1. Catalog data or illustrations showing principal dimensions, parts, and materials. 2. Spare parts list referenced to illustration of parts. 3. Assembly and disassembly or repair instructions. 4. Dimensions of the clearance required for butterfly valve discs.

C. Certificates and Affidavits: Furnish prior to shipment. Include the following: 1. Test certificates. 2. Affidavit of compliance with applicable AWWA Standard.

Page 252: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02515 - UTILITY VALVES AND ACCESSORIES: continued

JULY 24, 2008 02515-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1.04 QUALITY ASSURANCE: A. Manufacturers shall be experienced in the design and manufacture of specific valves and

accessories for a minimum period of 5 years.

1.05 DELIVERY, STORAGE, AND HANDLING: A. Ship all valves with suitable end covers to prevent entrance of foreign material into valve

body. B. Protect valve threads, flanges, stems, and operators from damage. C. Ship valves 2-1/2-inch and larger to the Project Site tagged with the valve number shown on

the Drawings. Tag smaller valves to show the piping system in which it is to be used.

1.06 RESPONSIBILITY: A. Actuators, their controls, and accessories shall be the responsibility of the valve manufacturer

for sizing, assembly, certification, field testing, and any adjustments necessary to operate the valve as specified.

PART 2 - PRODUCTS

2.01 RESILIENT-SEATED GATE VALVES: A. Acceptable Manufacturers:

1. American Flow Control.: DI Resilient Wedge Valve Waterous Model AFC 2500 2. American Flow Control: Resilient Wedge Valve Waterous Series 500 3. Mueller Company. – A2360 4. AVK: Resilient Seated Gate Valve 5. Clow: Resilient Seated Gate Valve 6. U.S. Pipe: Metroseal 250 Resilient Seated Gate Valve

B. Design: 1. Conform to AWWA C509 and as specified. 2. All stem seals shall be double O-ring type.

C. Actuators: 1. All valves shall open counterclockwise. 2. Provide indicators on OS&Y valves to show gate position.

D. Interior Coating: 1. Conform to AWWA C550. 2. Apply to all interior ferrous metal surfaces.

E. Testing: 1. Testing shall be performed conforming to AWWA C509. 2. Furnish affidavit of compliance.

F. Valve Schedule: See drawings for sizes and locations.

2.02 BUTTERFLY VALVES: A. Acceptable Manufacturers:

1. DeZurik, a unit of General Signal Corporation. 2. Henry Pratt Company.

B. Design: 1. Conform to AWWA C504, AWWA C540, and as specified. 2. Suitable for type of installation specified. 3. Conform to criteria indicated in Design Data and Valve Schedule Tables.

Page 253: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02515 - UTILITY VALVES AND ACCESSORIES: continued

CITY OF LONGMONT 02515-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

4. All valve end flanges shall conform to the following: a. ANSI B16.1, Class 125 for cast-iron body, Class 25A through Class 150B valves. b. AWWA C207, Class D with ANSI B16.1 Class 125 drilling for steel body, Class

25A through Class 150B valves. c. ANSI B16.1, Class (125) (250) for ductile-iron body, Class 250 valves. d. AWWA C207, Class E for steel body, Class 250 valves.

5. Flange faces shall be coated with on of the following rust preventive compounds: a. Houghton “Rust Veto 344” b. Rust-Oleum “R-9” c. Engineer approved equal

6. Mechanical or push-on type rubber-gasket joint ends shall conform to AWWA C111. 7. Valves with a stop or lug cast integrally or mechanically secured to the body for the

purpose of limiting disc travel will not be acceptable. C. Design Data:

Size (inches)

Location Pressure Normal

(psi)

AWWA Class/Flange

Class

Actuator Type

36 Direct bury valve with actuator in manhole along the 42-inch waterline

80 150/150 Manual with stem extension and 2-inch operating nut

18 Direct bury valve and actuator

80 150/150 Manual with stem extension and 2-inch operating nut

D. Materials and Construction:

1. Body shall be of cast iron for Class 25A through Class 150B valves and ductile iron for Class 250 valves.

2. Shafts shall be ASTM A276 Type 304 or 316 stainless steel for Class 25A through Class 150B valves and ASTM 564 Type 630 stainless steel for Class 250 valves. Design velocity for Class 250 valves shall be 16 fps.

3. Disc shall be cast or ductile iron for Class 25A through Class 150B valves and ductile iron for Class 250 valves.

4. Seats shall be synthetic rubber and be body mounted. Provide field replaceable and adjustable seat accessible from downpressure side of valve for sizes 30-inch and larger. Mating seat surface shall be stainless steel or Monel. Sprayed or plated mating surfaces are not acceptable.

5. Shaft seals shall be designed for use of standard self-adjusting split-V-type packing or standard O-ring seals. Pull-down packing is not acceptable.

E. Actuators: 1. Manual Actuators:

a. All valves shall open counterclockwise. b. Provide indicators to show position of disc except on buried actuators. Provide

handwheels with raised cast arrow and word OPEN on rim oriented to specified opening direction.

c. Actuators shall be oil or grease-lubricated, totally-enclosed compound lever, traveling nut type to provide characterized closure. Actuator shall be self-locking at all variable opening positions.

Page 254: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02515 - UTILITY VALVES AND ACCESSORIES: continued

JULY 24, 2008 02515-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

d. Travel limiting stop nuts or collars installed in the actuating mechanisms shall be field adjustable and shall be locked in position by means of a removable roll pin, cotter pin, or other positive locking device. Clamps or setscrews are not acceptable.

e. Actuators and handwheels shall be located in positions indicated or as otherwise determined when manufacturer's drawings are submitted.

f. Furnish actuators with AWWA operating nuts for all buried installations unless otherwise scheduled.

g. Exposed buried actuator case, supports, and connection to the valve shall be cast iron.

h. Exposed, buried service actuator shafting, bolts, and fastening hardware shall be stainless steel.

i. Hand chains shall be cadmium plated. F. Testing: Furnish certified copies of results of performance, leakage, and hydrostatic tests

performed in compliance with Section 5, AWWA C504. G. Shop Painting: Paint exterior surface of valves in compliance with AWWA C504 for

installation as noted. Apply interior coating conforming to AWWA C550 to exposed ferrous metal surfaces. Provide affidavit or certificate of compliance per AWWA C550.

2.03 COMBINATION AIR AND VACUUM VALVES: A. Acceptable Manufacturers:

1. Apco Williamette Valve and Primer Corporation. 2. Crispin Valves, Multiplex Manufacturing Company. 3. GA Industries, Inc. 4. Val-Matic Valve and Manufacturing Corporation.

B. Design: Conform to AWWA C512 and as specified. 1. Valve shall be heavy-duty combination air release, water style. 2. Body and cover shall be cast or ductile iron. 3. Float shall be stainless steel. 4. All internal parts shall be stainless steel. 5. provide valves 4-inches and larger with internal surge check units ahead of air/vacuum

valve. C. Operation:

1. Release air when filling line. 2. Admit air when emptying line. 3. Release accumulated air while pipeline is full and operating under pressure.

D. Connection: 1. Connect air valves 2 inches and smaller to pipeline through corporation stops. 2. Connect air valves 3 inches and larger through tapped bosses or flanged outlets. 3. Connecting fittings and pipe shall be bronze, brass, or copper rated for 150 psi service. 4. Isolation valves shall be provided for all air valves and shall be bronze gate valves, Crane

No. 424 or Engineer-approved equal for sizes 3 inches and smaller unless otherwise noted. Isolation valves 4 inches and larger shall be flanged AWWA C504 butterfly valves.

5. Couplings or unions indicated between pipeline and air valve piping shall be insulated style.

E. Valve Schedule: See drawings, for all sizes and locations.

Page 255: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02515 - UTILITY VALVES AND ACCESSORIES: continued

CITY OF LONGMONT 02515-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2.04 CORPORATION STOPS: A. Provide corporation stops as specified to isolate air valves or as manual air release or inlet

valves. B. Mueller Company Style H-10003, H-10013, or H-10045 or Engineer-approved equal as

applicable.

2.05 FLOOR STANDS: A. Provide cast-iron floor stands where indicated.

1. Base shall be suitable for bolting to supporting structure. 2. Equip with bronze shaft bearing. 3. Nonrising stem design with clear plastic stem cover. 4. Handwheel operated. 5. Equip with an indicating device.

B. Provide extension shafts where required. 1. Include bronze-bushed, cast-iron shaft guides adjustable in two directions. 2. Locate guides to limit unsupported extension shaft length to 5 feet.

2.06 VALVE BOXES: A. Acceptable Manufacturers:

1. Tyler Company: 6850 Series 2. East Jordan Iron Works: 8550 Series.

B. Provide for all buried valves. C. Design:

1. Boxes shall be three-piece cast-iron screw type with 5-1/4-inch shaft. 2. Boxes shall consist of a cast-iron cover, lid, and base castings with 6-inch ductile-iron

pipe shaft. 3. Provide extension stem to bring operating nut within 2 feet of valve box top. 4. Drop cover shall be marked "WATER."

2.07 SHOP PAINTING: A. Prepare surfaces and paint or coat all valves, fire hydrants, floor stands, valve boxes,

corporation stops, and all related accessories standard of the manufacturer unless otherwise specified herein.

B. Paint and coatings shall be suitable for the service intended. C. Submit type of paint or coating proposed with drawings and data for Engineer approval prior to

fabrication.

PART 3 - EXECUTION

3.01 INSTALLATION: A. Comply with provisions of AWWA C600 and as specified. B. Thoroughly clean and remove all shipping materials prior to setting. Operate all valves from

fully opened to totally closed. C. Equip with anchorage where indicated.

3.02 FIELD PAINTING: Surface preparation and finish painting are specified in SECTION 09900.

Page 256: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02515 - UTILITY VALVES AND ACCESSORIES: continued

JULY 24, 2008 02515-6 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

3.03 FIELD TESTING: A. Perform on piping and valves as specified in SECTION 02535 and for the following:

1. Gate valves. 2. Butterfly valves. 3. Air and air/vacuum valves.

END OF SECTION 02515

Page 257: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 02532-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 02532 - UTILITY STRUCTURES

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes the following structures and related appurtenances:

1. Manholes. 2. Combination air/vacuum valve vaults.

B. Related Work Specified Elsewhere: 1. Concrete: DIVISION 3.

C. Applicable Standards: 1. American Society for Testing and Materials (ASTM):

a. A48 - Gray Iron Castings. b. C478 - Precast Reinforced Concrete Manhole Sections. c. C913 – Standard Specifications for Precast Concrete Water and Wastewater

Structures 2. Federal Specification (FS):

a. SS-S-00210 - Sealing Compound, Preformed Plastic, for Expansion Joints and Pipe Joints.

1.02 QUALITY ASSURANCE A. The quality of all materials, the process of manufacturer, and the finished sections shall be

subject to inspection and approval by the Owner. Such inspection may be made at the place of manufacturer, or on the work site after delivery, or at both places, and the materials shall be subject to rejection at any time on account of failure to meet any of the Specification requirements; even through samples may have been accepted as satisfactory at the place of manufactuer. Material rejected after delivery to the job shall be marked for identification and shall be removed from the job at once. All materials which have been damaged will be rejected, and if already installed, shall be acceptably repaired, if permited by the Owner, or removed and replaced, entirely at the Contractor’s expense.

B. At the time of inspection, the materials will be carefully examined for compliance with the leatest ASTM designation and these specifications, and with the approved manufacturer’s drawings. All manhole sections shall be inspected for general appearance, dimension, “scratch-strength”, blisters, cracks, roughness, soundness, etc. The surface shall be dense and close-textured.

C. Imperfections in manhole section may be repaired, subject to the approval of the Owner, after demonstration by the manufacturer that strong and permanent repairs result. Repaires shall be carefully inspected before final approval. Cement mortar used for repaires shall have a minimum compressive strenght of 4,000 psi at 7 days and 5,000 psi at 28 days, when tested in 3”x6” cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs submect to the approval of the Owenr.

1.03 SUBMITTALS: A. Submittals shall be made as required in, DIVISION 1. In addition, the following specific

information shall be provided: 1. Structural Design Certification:

a. Properly identified with project name, location, and date, provide written certification of the precast manufacturer's compliance with the requirements specified herein.

Page 258: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02532 - UTILITY STRUCTURES: continued

JULY 24, 2008 02532-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

b. The certification shall state that the precast units have been designed by a Professional engineer registered in the State of Colorado. The Engineer's seal shall appear on the certification.

c. The Owner reserves the right to review, upon request, calculations specifically for this project for compliance with the requirements of these specifications. This review in no way relieves the Contractor or his engineer of complete responsibility for the design of the precast concrete as referred to on the drawings and these specifications.

d. Calculations shall identify all loading and stress analysis of precast units as installed.

e. Submit information for reinforcing, joints, connection to structures, manhole rungs (steps), manhole frames, and covers.

PART 2 - PRODUCTS

2.01 MATERIALS: A. Concrete: Reinforced, 4250 psi. Conform to DIVISION 3. B. Mortar:

1. Conform to ASTM C270 Type M. 2. Type II portland cement, Type S lime. 3. Proportion 1 part portland cement to 1/4 part lime to not less than 2-1/4 nor more than 3

times the sum of the cement and lime used of loose damp sand. C. Precast Concrete Sections:

1. Precast concrete barrel sections and transition top sections. a. Precast concrete barrel sections and transition top sections shall conform to

Specifications for Precast Reinforced Concrete Manhole Sections, ASTM C478 and meet the following requirements:

b. The wall thickness shall not be less than that shown on the drawings or 5 inches for 48-inch or 54-inch diameter reinforced barrel sections, 6-inch for 60-inch diameter reinforced barrel sections, and 7-inch for 72-inch diameter reinforced barrel sections, whichever is greatest.

c. Top sections shall be eccentric where called for in details. d. Barrel sections shall have tongue and groove joints. e. All sections shall be cured by an approved method and shall not be shipped nor

subjected to loading until the concrete compressive strength has attained 3,000 psi and not before 5 days after fabrication and/or repair, whichever is longer.

f. Precast concrete barrel sections with precast top slabs and precast concrete transition sections shall be designed for a minimum of H-20 loading plus the weight of the soil above.

g. The date of manufacture and the name and trademark of the manufacturer shall be clearly marked on the inside of each precast section.

h. All materials shall conform to Drawings. 2. Concrete Bases:

a. Precast concrete bases shall be constructed and installed as shown on the Drawings. The thickness of the bottom slab of the precast bases shall not be less than the manhole barrel sections or that called for specifically on Drawings.

b. See project details sheets for specific design requirements including reinforcement requirements for each structure to be installed under this project.

D. Jointing Precast Manhole Sections:

Page 259: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02532 - UTILITY STRUCTURES: continued

CITY OF LONGMONT 02532-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1. Tongue and groove joints of precast manhole sections shall be sealed with either a round rubber "O"-ring gasket or a preformed flexible SS-S-00210 butyl joint sealant with external Conwrap CS-212 joint seam wrap 6-inches wide. The "O"-ring shall conform to ASTM C443. The preformed flexible joint sealant shall be: a. Kent Seal No. 2, as manufactured by Hamilton-Kent. b. Rubber-Nek, as manufactured by K.T. Snyder Company. c. Or equal on approval of the Owner or Engineer.

E. Pipe Connections to Manhole: 1. Manhole pipe connections may be accomplished in the following ways:

a. A tapered hole filled with non-shrink waterproof grout after the pipe inserted is acceptable, providing the grout is placed carefully to completely fill around the pipe. If this method is used, place concrete encasement to assure a total 12 inches of concrete including manhole thickness around the pipe stub. A rubber gasket will be put around the pipe prior to grouting.

b. The "Lock Joint Flexible Manhole Sleeve" shall be cast in the precast manhole base. The stainless steel strap shall be protected from corrosion with a bituminous coat.

c. "A-Lok" shall be a rubber-like gasket cast in the precast manhole base. The rubber gasket shall be cast into a formed opening in the manhole.

d. "KOR-N-SEAL" joint shall be installed as recommended by the manufacturer. The stainless steel clamp shall be protected from corrosion with a bituminous coat.

e. "Res-Seal" shall be a rubber-like O-ring set in a formed opening in the manhole. Once the pipe is in place, the "O"-ring and pipe shall be secured in place by means of a cast iron follower or compression flange. All exposed metal shall be protected from corrosion with a bituminous coat.

F. Warning Signs: 1. Warning signs shall be installed in every unventilated manhole. A plastic warning sign

will be permanently affixed on the inside wall between the top two steps. The sign will be inscribed with the words: "CAUTION - VENTILATE BEFORE ENTERING" in clear, large lettering. Attach the sign to the concrete with four plastic and Type 316 stainless steel screws.

G. Castings: 1. Manhole Steps:

a. Steel reinforced polypropylene plastic or rubber, M.A. Industries Model PS2-PF, American Step Company Model ML, or equal as approved by Engineer.

b. Steps shall be 14-inches wide. c. Copolymer polypropylene shall be Type II, grade 16906 meeting ASTM

specification D2146. d. Steel reinforcing shall be 3/8-inch diameter, grade 60 conforming to ASTM

Specification A615 and shall be continuous throughout the step. The portion of the legs to be embedded in the precast section shall have fins and be tapered to insure a secure bond.

2. Manhole Frames and Covers: a. Cast iron shall conform ASTM A48, Class 30B. b. Manhole frames and covers shall be of good quality, strong, tough, even-grained

cast iron smooth, free from scales, lumps, blisters, sand holes and defects of any kin which render them unfit for the service for which they are intended.

c. Manhole covers and frame seats shall be machined to a true surface to provide even seating.

d. Castings shall be thoroughly cleaned and subject to hammer inspection.

Page 260: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02532 - UTILITY STRUCTURES: continued

JULY 24, 2008 02532-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

e. Before shipment form the foundry, castings shall be given one coat of coal tar pitch varnish which shall present a casting that is smooth and tough, but no brittle.

f. The cover shall have a diamond pattern, 1-inch by 1-¼-inch pickhole and the word, “WATER” cast in 3-inch letters.

g. Interchangeable within same pattern. h. Conform to Drawings in all essentials of design. Weight shall be within 10% of that

listed for pattern. i. Machine-bearing surfaces to provide even seating. j. Coat with coal-tar pitch varnish.

PART 3 - EXECUTION

3.01 MANHOLES: A. Design:

1. Construct (to conform to one of the acceptable alternatives described) as follows: a. Precast manhole with cast-in-place concrete base or precast concrete base:

(1) Precast manhole shall conform to ASTM C478 with rubber O-ring to concrete joint.

b. Conform to Drawings. c. Provide Submittal for precast reinforced concrete manholes prior to installation. d. Caulk and repair any leaks or remove entire Work and rebuild to obtain watertight

construction. B. Manhole Frames and Cover:

1. Set frame level to proper grade on full bed of mortar. C. Connections:

1. Grout around pipes with nonmetallic nonshrink grout. 2. Make provisions for future connections where indicated. 3. Place pipe stub in manhole wall with bell or coupling outside manhole wall to provide

flexible joint as indicated. 4. Include plug or stopper capable of withstanding 4.3 psi of internal or external pressure

without leakage for future connections. D. Waterproofing:

1. Apply coal-tar coating to exterior walls on all manholes from base to finish grade: a. Carboline - Bitumastic 300M. b. International - Intertuf 100. c. Tnemec - HB Tnemecol 46-465.

2. Apply coating in two coats to minimum 12-mil dry-film thickness per coat.

3.02 AIR VALVE VAULT: A. Design:

1. Precast and masonry construction as indicated. 2. Precast concrete footings. 3. Riser of ASTM C76, Class II pipe. 4. Top slab shall be precast as indicated.

B. Installation: 1. Install within 8 feet of station indicated. 2. Set top of footing a minimum of 2 inches above at center of pipe. Include fiberglass batt

to prevent transmission of loads to pipe barrel. 3. Provide three courses of brick between top slab and manhole frame:

Page 261: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02532 - UTILITY STRUCTURES: continued

CITY OF LONGMONT 02532-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

a. Lay in mortar. b. Remove surplus mortar from inside joints and tool.

C. Manhole Frame and Cover: 1. Set frame level and to grade in full bed of mortar.

3.03 STRUCTURE STEPS A. Steps shall be driven into tapered holes in the precast riser and cone sections during

manufacturing of the sections. B. Holes for steps shall be performed druing the casting of the sections and shall not bedrilled out

after casting. C. The preformed holes shall be a minimum of 3-1/2-inches deep and shall taper from 1-1/8-inch

to 1-3/8-inch diameter.

3.04 CLEANING OF STRUCTURES A. Prior to substantial completion, remove all accumulated construction debris, rocks, gravel,

sand silt and other foreign material from the sewer system. Use mechanical rodding or bucketing equipment as requied.

B. Upon final inspection, if any foreign matter is present in the system, flush and clean the sections of the line as required.

END OF SECTION 02532

Page 262: Project Manual for State Highway 66 Waterline Phase III ...
Page 263: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 02535-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 02535 - PIPE INSTALLATION

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes handling, installation and testing of pipe, fittings, specials, and

appurtenances as indicated or specified. B. Related Work Specified Elsewhere:

1. Utility Structures: SECTION 02532. 2. Pressure Pipe: SECTION 02510. 3. Utility Valves and Accessories: SECTION 02515. 4. Protective Coatings: SECTION 09900.

1.02 REFERENCES: A. Applicable Standards:

1. American Water Works Association (AWWA): a. C105 - Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C203 - Coal-Tar Protective Coatings and Linings for Steel Water Pipelines -Enamel

and Tape- Hot-Applied. c. C205 - Cement-Mortar Protective Lining and Coating for Steel Water Pipe - 4 Inch

and Larger - Shop Applied. d. C206 - Field Welding of Steel Water Pipe. e. C209 - Cold-Applied Tape Coatings for the Exterior of Special Sections,

Connections, and Fittings for Steel Water Pipelines. f. C214 – Tape Coating Systems for Exterior of Steel Water Pipelines g. C600 - Installation of Ductile-Iron Water Mains and Their Appurtenances. h. C604 - Installation of Steel Water Pipe - 4 In. (100 mm) and Larger. i. C605 - Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and

Fittings for Water - Second Edition. j. C651- Disinfecting Water Mains. k. M11 - Steel Pipe - A Guide for Design and Installation.

2. Federal Specifications (FS): a. SS-S-00210 - Sealing Compound, Preformed Plastic, For Expansion Joints and Pipe

Joints.

1.03 DELIVERY, STORAGE AND HANDLING: A. Handle in a manner to ensure installation in sound and undamaged condition.

1. Do not drop or bump. 2. Use slings, lifting lugs, hooks, and other devices designed to protect pipe, joint elements,

linings, and coatings. B. Ship, move, and store with provisions to prevent movement or shock contact with adjacent

units. C. Handle with equipment capable of work with adequate factor of safety against overturning or

other unsafe procedures.

PART 2 - PRODUCTS Specified in respective Sections, this Division.

PART 3 - EXECUTION

3.01 INSTALLATION - GENERAL:

Page 264: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02535 – PIPE INSTALLATION: continued

JULY 24, 2008 02535-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

A. Use equipment, methods, and materials ensuring installation to lines and grades indicated. 1. Maintain within tolerances specified or acceptable laying schedule.

a. Alignment: +1 inch per 100 feet in open cut or tunnel. b. Grade:+1 inch per 100 feet.

2. Do not lay on blocks unless pipe is to receive total concrete encasement. 3. Accomplish horizontal and vertical curve alignments with bends, bevels, and joint

deflections. a. Limit joint deflection with ductile-iron pipe to conform to AWWA C600.

Deflection may, with approval, exceed standard deflections by using machined bells.

b. Limit joint deflection in steel pipe to manufacturer’s standard. c. Use short specials preceding curves as required.

4. Obtain acceptance of method proposed for transfer of line and grade from control to the Work.

B. All field joints shall be inspected proir to backfilling. C. Install pipe of size, materials, strength class, and joint type with embedment indicated for plan

location. D. Insofar as possible, install pipe with bell ends in direction of flow. Obtain Owner approval for

deviations therefrom. E. Clean interior of all pipe, fittings, and joints prior to installation. Exclude entrance of foreign

matter during installation and at discontinuance of installation. 1. Close open ends of pipe with snug-fitting closures. 2. Do not let water fill trench. Include provisions to prevent flotation should water control

measures prove inadequate. 3. Remove water, sand, mud, and other undesirable materials from trench before removal of

end cap. F. Brace or anchor as required to prevent displacement after establishing final position. G. Perform only when weather and trench conditions are suitable. Do not lay in water. H. Observe extra precaution when hazardous atmospheres might be encountered.

3.02 JOINTING: A. General Requirements:

1. Locate joint to provide for differential movement at changes in type of pipe embedment, impervious trench checks, and structures. a. Not more than 8 inches from structure wall, or b. Support pipe from wall to first joint with concrete cradle structurally continuous

with base slab or footing. c. As indicated.

2. Perform conforming to manufacturer's recommendations. 3. Clean and lubricate all joint and gasket surfaces with lubricant recommended. 4. Use methods and equipment capable of fully seating or making up joints without

damage. 5. Check joint opening and deflection for specification limits.

B. Special Provisions for Jointing Ductile-Iron Pipe: 1. Conform to AWWA C600. 2. Visually examine while suspended and before lowering into trench.

a. Paint bell, spigot, or other suspected portions with turpentine and dust with cement to check for cracks invisible to the eye.

b. Remove turpentine and cement by washing when test is satisfactorily completed.

Page 265: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02535 – PIPE INSTALLATION: continued

CITY OF LONGMONT 02535-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

C. Special Provisions for Jointing Steel Pressure Pipe: 1. Conform to AWWA M11. 2. Check for holidays in coating and make repairs as required. 3. Weld pipe and fittings to conform to AWWA C206. 4. Grout inside joints of welded pipe and fittings mortar lined conforming to AWWA

C205. 5. Apply cold tape coating conforming to AWWA C209 to buried exterior connections,

special sections, fittings, couplings, and bare metal.

3.03 ELECTRICAL BONDING AND INSULATION: A. Electrically bond adjacent lengths of pipe and fittings unless otherwise indicated. B. Use materials specified in SECTION 02510 applied to conform to manufacturer's instructions. C. Install insulated joints of dielectric materials.

1. Where indicated. 2. Between dissimilar materials which could cause galvanic action. 3. Conform to manufacturer's instructions.

3.04 CUTTING: A. Cut in neat manner without damage to pipe. B. Observe Specifications regarding joint locations. C. Cut cast-iron, ductile-iron, and steel pipe with carborundum saw or other acceptable method

per manufacturer's instructions. 1. Smooth cut by power grinding to remove burrs and sharp edges. 2. Repair lining as required and approved.

3.05 CLOSURE PIECES: A. Connect two segments of pipeline or a pipeline segment and existing structure with short

sections of pipe fabricated for the purpose. B. Observe Specifications regarding location of joints, type of joints, and pipe materials and

strength classifications. C. Field-fabricated closures, where required, shall be concrete encased between adjacent flexible

joints. D. May be accomplished with sleeve coupling:

1. Of length such that gaskets are not less than 3 inches from pipe ends. 2. Wrap exterior of buried steel couplings with cold tape coating conforming to AWWA

C209.

3.06 TEMPORARY PLUGS: A. Remove from pipe laid under adjacent contract in order to complete pipe connection when

work by other contractor is finished prior to work at connection point under this Contract. B. Plugs:

1. Test plugs as manufactured by pipe supplier. 2. Fabricated by Contractor of substantial construction. 3. Watertight against heads up to 20 feet of water. 4. Secured in place in a manner to facilitate removal when required to connect pipe.

3.07 CONNECTION TO EXISTING SYSTEM:

Page 266: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02535 – PIPE INSTALLATION: continued

JULY 24, 2008 02535-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

A. At locations where connections to existing water mains are to be installed, the Contractor shall locate the existing mains both vertically and horizontally and verify their exact size and material in advance of the time scheduled for making the connections.

B. Prior to connecting to existing water mains, the Contractor shall have all personnel, materials, and equipment ready to connect the fitting to the existing main, so as to keep the shutoff time to a minimum. As soon as possible after making the connections, the Contractor shall flush the connection so as to prevent contamination of the existing facilities. The Contractor shall take every precaution necessary to prevent dirt or debris from entering the main.

C. Connections to the existing water system shall be completed in a neat and workmanlike manner. The Owner shall be notified at least forty-eight (48) hours in advance and be present at all times during the Construction of the connection. The connection is subject to approval by the Owner. Under NO circumstances shall a non-disinfected main, which cannot be isolated, be connected to an existing disinfected main.

D. The City does not guarantee the water tightness of its valves on existing facilities. If existing valves leak, the Contractor must use methods at his own disposal to dewater the trench and complete any required testing or disinfection of the water line.

E. All connections shall be valved to separate new Construction from the existing system. Valves shall be kept closed until acceptance of the new system.

3.08 COATING AND LINING REPAIR FOR STEEL PIPE: A. Repair tape coated steel pipe as indicated:

1. At the coating plant. a. Conform to AWWA C214 or C209. b. Test repaired area with a holiday tester.

2. In the field. a. Conform to AWWA C214. b. Tape conforming to AWWA C209 may be used for inner-layer tape. c. Test repaired area with a holiday tester.

B. Repair cement-mortar lining in accordance to AWWA C205.

3.09 POLYETHYLENE ENCASEMENT: A. Encase pipe, fittings, valves, and other appurtenances with polyethylene film as indicated or

specified. B. Materials:

1. Polyethylene material shall be as follows: a. Conform to AWWA C105. b. Class C (Black).

2. Adhesive tape shall be as follows: a. Approximately 2 inches wide and plastic backed. b. Capable of bonding securely to metal surfaces and/or polyethylene material. c. Polyken No. 900, Scotchrap No. 50, or Engineer-approved equal.

C. Installation: 1. Perform to conform to AWWA C105. 2. Use adhesive tape to fasten polyethylene film in place. 3. Minimize exposure of polyethylene film to sunlight. 4. Wrap pipe, valves, fittings, and couplings per AWWA C105 installation standards.

3.10 FIELD TESTING: A. Acceptance Tests for Pressure Pipelines:

Page 267: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02535 – PIPE INSTALLATION: continued

CITY OF LONGMONT 02535-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1. Perform hydrostatic pressure and leakage tests. a. Conform to AWWA C600, C604, and C605 procedures.

(1) As modified herein. (2) Shall apply to all pipe materials specified.

b. Perform after backfilling. 2. Test separately in segments between sectionalizing valves, between a sectionalizing valve

and a test plug, or between test plugs. a. Select test segments such that adjustable seated valves are isolated for individual

checking. b. Contractor shall furnish and install test plugs.

(1) Including all anchors, braces, and other devices to withstand hydrostatic pressure on plugs.

(2) Be responsible for any damage to public or private property caused by failure of plugs.

3. Limit fill rate of line to available venting capacity. Fill rate shall be regulated to limit velocity in lines when flowing full to not more than 0.05 to 1 fps.

4. Owner shall make water for testing available to Contractor at nearest source. 5. Pressure and Leakage Test: (Actual maximum test pressure shall not exceed 150 psi

or maximum rated test pressure for butterfly valves.) a. Conduct at pressure determined by following formula:

Ppt = 0.650 (OP-LE) -0.433 (GE-LE), in which Ppt = test pressure in psi at gauge elevation OP = operating pressure in feet as indicated by elevation of operating hydraulic gradient on each section of the line LE = lowest elevation in feet on each section of the line GE = elevation in feet at center line of gauge

a. Be at least 2-hour duration. Maintain pressure throughout test +5 psi of test pressure.

b. Leakage test shall be conducted concurrently with the pressure test. c. Acceptable when leakage does not exceed that determined by the following

formula: (1) In English units:

L = 0.0000075 SD(P)1/2, in which L = allowable leakage, in gallons per hour S = length of pipe tested, in feet D = nominal diameter of the pipe, in inches P = average actual leakage test pressure in psig

d. This formulas are based on an allowable leakage of 11.65 gpd/mile/in of nominal diameter at a pressure of 150 psi.

e. When testing against closed metal-seated valves, an additional leakage per closed valve of 0.0078 gal/hr/in of nominal valve size shall be allowed.

f. When hydrants are in the test section, the test shall be made against the main valve in the hydrant.

g. Repeat test as necessary. (1) After location of leaks and repair or replacement of defective joints, pipe,

fittings, valves or hydrants. All visible leaks are to be repaired regardless of the amount of leakage.

(2) Until satisfactory performance of test. h. Owner will witness pressure and leakage test.

Page 268: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02535 – PIPE INSTALLATION: continued

JULY 24, 2008 02535-6 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

B. Deflection Testing: 1. Maximum installed deflections of flexible pipe shall be as follows:

Type of Pipe Deflection – Percent of Mean Internal Diameter Steel Pipe (lined) 2

2. Owner may require Contractor to test flexible pipe after backfill has been in place 30 days. a. Provide rigid ball or mandrel deflection testing equipment and labor. b. Obtain approval of equipment and acceptance of method proposed for use. Test

shall be performed without mechanical pulling devices. c. Remove and replace pipe exceeding deflection limits.

C. Soil Corrosion Testing: 1. Perform electrical conductivity test on bonded pipe segments. 2. Perform pipe-to-soil potential surveys. 3. Submit 3 copies of test and survey reports to Owner.

3.11 DISINFECTION: A. Disinfection of Pipelines for Conveying Potable Water:

1. Contractor shall provide all equipment and materials and perform conforming to AWWA C651. a. As modified herein. b. Include preliminary flushing, chlorination, and final flushing.

2. Obtain approval of materials and acceptance of methods proposed for use. 3. May be conducted in conjunction with acceptance tests. 4. Owner will provide sampling and laboratory testing. 5. Minimum preliminary flushing rates to produce 2.5 fps velocity in main shall be as

follows:

Pipe Size Flow Rate Hydrant Outlets No. of 2-1/2-inch 8-inch 400 gpm 1 18-inch 2000 gpm 2 42-inch 1800 gpm 8

a. Valve hydrant outlet to control flow. With a 40 psi pressure in the main with the

hydrant flowing to atmosphere, a 2-1/2-inch hydrant outlet will discharge approximately 1,000 gpm and a 4-1/2-inch hydrant outlet will discharge approximately 2,500 gpm.

b. Flush pipeline before use for potable water supply purposes. Dispose of preliminary flushing water without damage to public or private property.

6. Dispose of final flushing water without damage to public or private property. 7. Repeat disinfection procedure should initial treatment fail to yield satisfactory results.

a. At no additional cost to Owner. b. Owner will provide water under terms stipulated for acceptance tests.

3.12 FIELD PAINTING: Specified in SECTION 09900. END OF SECTION 02535

Page 269: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 02618-1 July 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 02618 - CORROSION CONTROL SYSTEM PART 1 - GENERAL 1.01 SUMMARY:

A. Work under this section is subject to all the requirements of the Contract Documents, including the General Conditions, Special Conditions and all the related sections of the Specifications.

1.02 SCOPE OF WORK:

A. The corrosion control shall consist of monitoring and cathodic protection systems which shall include the furnishing and installation of all wiring, test stations, fittings, anodes, exothermic welding and all other work and items required for a complete and functioning system for the specified buried piping.

B. The corrosion control systems shall be installed as shown on the Drawings and as specified herein.

1.03 REFERENCE STANDARDS:

A. The cathodic protection installation shall comply with applicable requirement codes, laws and ordinances of Federal, State and Local bodies having jurisdiction; the National Association of Corrosion Engineers (NACE), including applicable supplements, bulletins and special rulings.

B. Where more stringent requirements than code are shown or specified, the more stringent requirements shall apply. All electrical items shall be UL listed or labeled, where such listing or labeling is obtainable.

1.04 RELATED WORK SPECIFIED ELSEWHERE:

A. Dielectric couplings, protective pipe coating, wrapping, and patching will be provided by the Contractor under other sections of the specifications.

B. Backfilling other than specified herein for anodes will be provided by the Contractor under another section of the specifications.

1.05 SUBMITTALS:

A. Products and Manufacturers: 1. As soon as practicable and within thirty (30) days after the date of receipt of notice to

proceed, and before any material or equipment is purchased, the contractor shall submit for approval a complete list of materials and equipment to be incorporated in the work. The list shall include catalog numbers, cuts, diagrams, drawings and other descriptive data as may be necessary. No consideration will be given to partial lists submitted from time to time. Approval will be based on the manufacturer's published ratings. Any materials and equipment listed, which are not in accordance with the specification requirements, will be rejected. As a minimum submittals for the following items are required: a. Galvanic anode alloy, size, and wire type and length b. Dielectric insulating fittings c. Test station wire conductors d. Joint bond wire e. Joint bond clips f. Test station enclosures, terminal boards, and shunts g. Exothermic welding equipment h. Exothermic weld connection coating i. Wire splice kits j. Wire marker tags

Page 270: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02618 - CORROSION CONTROL SYSTEM: continued

7/24/2008 02618-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2.

3.

1.

2.

3.

k. Wire terminals As soon as practicable and within thirty (30) days after the date of receipt of notice to proceed, and before any material or equipment is purchased, the contractor shall submit for approval: a. Qualifications and certification of NACE International Specialist b. The NACE International Specialist's Test Plan. c. Instrument Calibrations for all field test equipment. After completion of the cathodic protection installation work, and in compliance with the data submittal requirements of the contract documents, the Contractor shall submit the following: a. As-Built drawings. b. Cathodic protection system test report and O&M manual.

B. Certification: The cathodic protection systems shall be tested by a NACE International certified Corrosion Specialist or Cathodic Protection Specialist (NACE International Specialist). The NACE International Specialist shall have successfully completed a minimum of ten Contracts of similar nature and scope as that indicated in this Specification. The NACE International Specialist shall insure the proper installation of the galvanic cathodic protection system indicated on the Contract Drawings, verify electrical continuity of the pipeline, verify the effectiveness of insulating fittings, and obtain test results of the cathodic protection system. Test shall include cathodic protection anode currents and pipe-to-soil potentials at the location of the work. The NACE International Specialist shall prepare a written test program and shall perform or supervise all testing as the work progresses and for the completed work. The testing program shall include: a. Procedures for completing joint bond testing with digital low resistance ohmmeter

during construction. b. Procedures for verifying electrical continuity of pipe joints provided with continuity

bond cables after construction. c. Procedures for measuring the cathodic protection potentials and galvanic anode

currents for the structure. d. Methods for determining the effectiveness of dielectric fittings. e. Procedures for verifying complete test station installation.

PART 2 - PRODUCTS 2.01 STANDARD PRODUCTS:

A. Materials and equipment submitted for approval under this specification shall be product of a manufacturer regularly engaged in the manufacture of the product, shall be of the best quality used for the purpose in commercial service, shall be the respective manufacturers latest standard design and shall meet the requirements of the specifications.

2.02 MATERIALS AND EQUIPMENT:

A. Anodes: 1. Magnesium anodes shall be Hi-Potential and conform to the following specifications:

Aluminum (Al) 0.10% maximum Manganese (Mn) 0.50 to 1.30% Zinc (Zn) 0.005% maximum

Page 271: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02618 – CORROSION CONTROL SYSTEM: Continued

CITY OF LONGMONT 02618-3 July 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2.

3.

4. 5.

1. 2.

1.

2.

3.

1.

2.

3.

1.

Copper (Cu) 0.02% maximum Nickel (Ni) 0.001% maximum Iron (Fe) 0.03% maximum Other Impurities - each 0.05% maximum Total 0.30% maximum Magnesium (Mg) Balance All anodes shall be furnished prepackaged in special backfill material consisting of 75% ground hydrated gypsum, 20% powdered bentonite and 5% anhydrous sodium sulfate. The backfill shall have a grain size such that 100% is capable of passing through a 20-mesh screen and 50% will be retained by a 100-mesh screen. The backfill mixture shall be firmly packaged around the anode within a cotton bag by means of adequate vibration. Anode lead wires shall be No. 12 AWG stranded copper conductors with Type RHW/RHH/USE black insulation. Lead wires shall be a minimum of 20 feet in length. The lead wires shall be connected to the galvanized steel core of the anode by silver soldering and sealed with waterproof epoxy or electrical potting compound. The anode weight shall be 48 lb. Bare = 100 lb. Packaged. Anodes shall be shipped in waterproof bags or wrapping and shall remain dry until installation. Anodes shall be Far West “MaxMag” high potential magnesium anodes or approved equal.

B. Test Station Wire Conductors: All wires shall be single conductor, stranded copper. No. 6 AWG through No. 12 AWG wire shall have Type RHW/RHH/USE insulation unless otherwise specified or shown on the Drawings. Color-coding shall be as specified or as shown on the Drawings.

C. Test Stations: Flush-to-ground test stations shall consist of test station enclosure, cast iron lid, terminal block with studs, and shunt. Flush-to-ground test stations shall be concrete valve box enclosures such as Christy Mfg. Model "G3" or "G5" or Brooks Products, Inc., Model "No. 1-RT" with the lid inscribed with the words "CP TEST" for unpaved areas. Flush-to-ground test stations shall be furnished with an insulated terminal board made of fiberglass reinforced polyester laminate similar to that as manufactured by CP Test Services, Inc. (test station model NM-5 or NM 7 terminal board). Terminal board hardware shall be nickel plated brass and consist of a minimum of five 1/4 inch studs with double nuts, flat washers, and lock washers. Each test station shall also be furnished with a Cott Mfg. Co. calibrated 0.01 ohm - 8 ampere (color code yellow) test station shunt or approved equal. Exception: shunts are not required at Insulating Fitting Test Stations.

D. Exothermic Welds: All electrical cable connections to the buried piping shall be made by an exothermic weld. Exothermic type weld materials including the proper size and type of weld cartridges and welder molds for use on ductile-iron or steel pipe shall be Erico Products Inc. "CADWELD" or Burndy "THERMOWELD" or other approved equal. Weld materials shall be compatible to the pipe material as recommended by the manufacturer. Copper sleeves specifically designed for the purpose shall be crimped on all bare wire ends prior to exothermic welding to improve mechanical strength and thermal capacity.

E. Coating: Exothermic weld coatings and fittings Royston 747 Primer plus plastic weld caps prefilled

Page 272: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02618 - CORROSION CONTROL SYSTEM: continued

7/24/2008 02618-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

2.

1.

2.

1.

with mastic. Royston Handy Caps are acceptable. Weld caps using an integrated primer such as Royston/Tapecoat Handicap IP may also be used.

F. Wire Splicing: All splices of buried test station or anode wires shall be made using a copper split bolt type mechanical connector or a copper compression type connector and sealed with an epoxy type material. Splice kits shall be Royston Mini-Splice-Rite or equal.

G. Joint Bond Materials: Conductors: a. All conductors shall be No. 2 AWG stranded, single conductor, copper. Exception:

bond wires for MJ follower gland rings and mechanical coupling follower rings shall be No. 8 AWG.

b. All joint bond wire shall be cathodic protection cable specifically designed for the purpose, shall comply with ASTM D 1248 and shall be insulated with high molecular weight polyethylene, type I class C, grade 5.

c. The minimum thickness of insulation at any point shall not be less than 90% of the nominal wall thickness of 7/64".

d. All joint bonding clip material shall comply with ASTM A 366 and shall be designed for cathodic protection. Filler material shall a lytherm strip that shall overlap the sides of the clip.

PART 3 - EXECUTION 3.01 INSTALLATION:

A. Galvanic Anodes: 1. 2. 3.

4.

1. 2. 3.

Anodes shall be installed at the locations indicated on the Drawings. The anode wires shall be routed into the test station boxes as shown on the Drawings. All anodes shall be installed vertically or horizontally in native soils, a minimum of five feet laterally from the pipe to be protected and with the top of the anode below the centerline of the pipe. However, anode spacing and lateral distance can be adjusted from permanent obstacles with the approval of the Owner’s Representative. The specified magnesium anodes shall be installed completely dry and shall be lowered into the excavated (augured or otherwise) holes as shown on the Drawings by rope sling or by grasping the closest gather. The anode lead wire shall not be used in lowering the anodes. The anode shall be backfilled with fine native excavated soil (imported sand or other select backfill shall not be allowed) in 6-inch layers and each layer shall be hand tamped around the anode. Care must be exercised not strike the anode or lead wire with the tamper. After the anode has been backfilled approximately halfway, a minimum of ten gallons of fresh water shall be added and allowed to soak into and around the anode. After water absorption by the anode and surrounding soil, continue backfilling and tamping with native soil to a point approximately 6-inches above the anode. Add another 5 gallons minimum of fresh water and allow it to soak into the soil. After water has soaked in, backfilling and soil compaction may be completed to the top of the hole.

B. Wiring: All wiring shall be as shown on the Drawings. Buried wire with damaged insulation shall be replaced at the Contractor's cost. Wire splices shall only be accepted upon approval of the Owner’s Representative. The wires spliced using the copper split bolt or compression connector must also be soldered

Page 273: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02618 – CORROSION CONTROL SYSTEM: Continued

CITY OF LONGMONT 02618-5 July 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1.

2.

3. 4.

1.

2. 3. 4. 5.

6.

7.

prior to sealing. Soldering shall be completed using paste flux and resin core solder. C. Exothermic Welding:

Exothermic welding techniques shall comply with the manufacturer's recommendations. Only properly sized cartridges and welders will be permissible. The type of weld material to be used is different for ductile iron pipe and steel pipe. The Contractor shall ensure that the appropriate weld metal charges are used for each type of material. The surface of the pipe shall be cleaned with a grinder or metal file to a bright, shiny condition. The exothermic weld shall be completed using the appropriate weld charge and welder as per the manufacturer's recommendations. A properly size copper wire sleeve shall be installed around the bare wire end prior to welding to improve weld strength and thermal capacity. Completed welds shall be capable of withstanding moderate hammer blows. The slag shall be removed from the completed braze with a hammer. The adequacy of each weld shall be demonstrated by sharply striking the top of the connection with a one pound hammer.

5. After cooling, the weld and surrounding cleaned metal surface shall be primed. After the primer has dried, the weld shall be covered with an exothermic weld cap. The weld cap shall then be secured to the pipe with tape wrap.

D. Test Stations: The Contractor shall install cathodic protection test stations as shown on the drawings and specified herein. Test stations shall be installed directly over the pipe unless otherwise specified. Test station wiring shall be configured as indicated on the Drawings. Test station wires shall be attached to buried piping via exothermic welding. Test station wiring shall be arranged and completed as shown herein. Wire connections to the test station terminal boards for conductor sizes of No.8 AWG and larger shall be made with single hole terminal lugs of corrosion resistant bronze, copper, or nickel plated brass similar to Blackburn Type L (socket), Square D Company Type LU, Burndy SCRULUG Type KPA or other approved equal. Wire connections to the test station terminal boards for conductor sizes of No.14 - No.10 AWG shall be terminated with a properly sized uninsulated ring tongue compression connector similar to Burndy Hylug Type "YAV Box Ring Tongue" connectors, or other approved equal. Additionally, all wires shall be soldered to the ring tongue connectors. Test station wires shall be color coded as shown on the drawings and specified herein and each wire shall be permanently identified using nylon marker tags and plastic cable ties as shown on the drawings and specified herein. Marker tags shall be permanent, shall be made of weather resistant/UV light resistant nylon, and shall be attached to a plastic non-releasing holding device and cable fastening tail similar to Panduit Corporation Part No. PLF1MA. The marker tag writing surface shall have minimum dimensions of 0.75"L x 1.0"W. Marker tag identification shall be completed by using a waterproof ink nylon marker marking pen and using block type lettering with the letter size to be a minimum of 1/8-inch high and shall specify test station number, pipe diameter, pipe material, and pipe service. Test station wiring shall extend by extra wire slack to a distance of two feet above the top of the test station box.

Examples: TS #4 TS #2 42” Steel 42” Steel Water Water

Page 274: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02618 - CORROSION CONTROL SYSTEM: continued

7/24/2008 02618-6 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1.

2. 3. 4.

5. 6.

7.

8.

1.

2.

Test Station numbering shall be as indicated herein or shown on the drawings.

E. Joint Bonds: Electrical continuity shall be provided on all underground metallic piping, valves and fittings and component parts thereof (except bolts) by installing bond cables across every non-welded pipe joint (except for designated dielectric fittings). Two bonds shall be installed at each pipe joint (except designated isolation joints). Bond wires shall also be installed around specified manholes as shown on the Drawings. Flexible couplings shall have the follower rings and barrel bonded to the pipeline as shown on the drawings. Bonding must be done in a fashion to avoid shorting out Style 39 type couplings. Mechanical joint (MJ) follower gland rings shall be bonded as shown on the Drawings. Exothermic welding techniques as indicated in Part 3.01 C.," Exothermic Welding", shall be used to attach joint bonds to buried pipe and fittings. Exothermic welding to narrow surfaces such as MJ follower gland rings shall be accomplished using mold sealing material temporarily placed around the base of the exothermic welder to minimize the leakage of molten weld metal. Any MJ or flexible coupling follower gland rubber seals damaged by molten weld metal shall be replaced by and at the Contractor’s sole expense.

F. Buried Piping Electrical Isolation: Electrical isolation of the buried piping shall be accomplished by the use of insulating mechanical couplings (IMCs) to be installed as shown on the drawings. A test station shall be installed at all insulating fittings as shown on the Drawings.

3.02 QUALITY CONTROL:

A. Prior to construction, the contractor shall compile and present submittal information required under Submittals.

B. During construction, the contractor shall be responsible for ensuring that all cathodic protection work is performed in accordance with the Drawings and Specifications.

C. After completion of construction, the contractor shall be responsible for all repairs of the system as may be required to assure correct and proper operation as determined by the Owner’s Representative. The contractor shall submit as-built drawings with dimensioned locations for anodes and test stations.

3.03 TESTS AND MEASUREMENTS:

A. Upon completion of the cathodic protection system installation work, the Contractor shall perform testing to ensure proper operation of the system.

B. All cathodic protection system tests shall be conducted by the Contractor’s Corrosion Specialist, Cathodic Protection Specialist or Corrosion Engineer. All testing shall be conducted in the presence of the Owner’s Representative.

C. Electrical continuity of pipe joints shall be verified by field testing during construction and after completion of the pipeline installation. The following test procedures shall be employed during construction: 1. Provide necessary equipment and materials and make electrical connections to pipe as

required to test continuity of bonded joints. 2. Conduct continuity test on buried joints that are required to be bonded. Test electrical

continuity of joint bonds after bonds are installed but before backfilling of pipe. 3. Have Cathodic Protection Specialist monitor tests of bonded joints. 4. Test electrical continuity of completed joint bonds using either a digital low resistance

Page 275: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02618 – CORROSION CONTROL SYSTEM: Continued

CITY OF LONGMONT 02618-7 July 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

ohmmeter including the following equipment: One Biddle Model 247001 digital low resistance ohmmeter. One set of duplex helical current and potential hand spikes, Biddle Model No. 241001,

cable length as required. One calibration shunt rated at 0.001 ohms, 100 amperes, Biddle Model No. 249004.

5. Test Procedure: Measure resistance of joint bonds with low resistance ohmmeter in accordance with manufacturer’s written instructions. Use helical hand spikes to contact pipe on each side of joint, without touching thermite weld or bond. Clean contact area to bright metal by filing or grinding and without surface rusting or oxidation. Record measured joint bond resistance on test form described herein. Repair damaged pipe coating.

6. Joint Bond Resistance: Less than or equal to the maximum allowable bond resistance values in Table 1.

Table 1 Max. Allowable Resistance Joint Type 1 Bond/Joint 2 Bonds/Joint Push-On or Mechanical 0.000325 ohm 0.000162 ohm Flexible Coupling 0.000425 ohm 0.000212 ohm

7. Replace joint bonds that exceed the allowable resistance. Retest replacement joint bonds for compliance with bond resistance.

8. Repair defective joint bonds discovered during energizing and testing. 9. Record Tests of Each Bonded Pipeline:

Description and location of pipeline tested. Starting location and direction of test. Date of test. Joint type.

D. After completion of the pipe system and installation of the cathodic protection system, the

Contractor shall complete the post electric continuity testing of the pipeline. E. After the installation of all specified test stations, anodes, and electrical isolation fittings, the

Contractor shall obtain pipe-to-soil and anode-to-soil potential measurements using a saturated copper/copper sulfate reference electrode and a voltmeter with a minimum input impedance of 10 meg-ohms. Measurements shall be obtained before (native state potentials) and after connection of the anode wires in the test stations.

F. Measurements shall be obtained at all test stations and at all buried valves and any other locations deemed appropriate by the Contractor’s Corrosion Specialist, Cathodic Protection Specialist or Corrosion Engineer. The reference electrode shall be positioned in the soil directly over the pipe or structure where possible.

G. Current output of the sacrificial anodes shall be obtained after connecting the anode wire in the test station boxes and utilizing the shunt provided in each test stations. All anode current output and pipe-to-soil and anode-to-soil potential measurements shall be recorded including the test date in tabular form. The test data shall be included in the Operation and Maintenance Manual to be submitted at the completion of the Project.

3.04 CATHODIC PROTECTION CRITERIA:

A. Cathodic protection level shall be considered satisfactory when all pipe-to-soil potential measurements are –0.85 volts or more negative. IR drops in the soil shall be compensated for in the measurements.

B. All “Native State” anode-to-soil potential measurements must be shall be -1.6 volts or more negative.

Page 276: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02618 - CORROSION CONTROL SYSTEM: continued

7/24/2008 02618-8 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

3.05 INADEQUATE PROTECTION:

A. Inadequate pipe joint continuity and/or cathodic protection levels due to defective or incorrect installation work shall be corrected by and at the sole expense of the Contractor.

B. Any anode with a “Native State” anode-to-soil potential less than the specified -1.6 volts (CSE) shall be replaced by and at the sole expense of the Contractor.

3.06 OPERATION AND MAINTENANCE MANUAL:

A. The Contractor’s Corrosion Specialist, Cathodic Protection Specialist or Corrosion Engineer shall prepare and furnish a written O&M Manual upon completion of the cathodic protection system testing.

3.07 GUARANTEE:

A. The work under this section shall be guaranteed in accordance with the GENERAL CONDITIONS.

END OF SECTION 02618

Page 277: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 02745-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 02745 - ASPHALTIC CONCRETE PAVEMENT

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes asphaltic concrete pavement for roads, drives, and parking areas. B. Related Work Specified Elsewhere:

1. Site Preparation and Earthwork: SECTION 2300. 2. Pavement Marking: SECTION 02765.

1.02 REFERENCES: A. Applicable Standards:

1. Colorado Department of Transportation (CDOT) a. Standard Sprcification for Road and Bridge Construction, current edition.

B. American Society for Testing and Materials (ASTM): a. D946 - Penetration-Graded Asphalt Cement for Use in Pavement Construction. b. D2950 - Test Method for Density of Bituminous Concrete in Place by Nuclear

Method.

1.03 SUBMITTALS: A. Submit as specified in DIVISION 1. B. Mix Design:

1. Contractor shall provide mix designs and prepare a job mix formula (no more than one year old) for each mixture specified. Mix designs shall be accomplished by a qualified, independent, commercial testing laboratory.

2. Furnish seven copies of the proposed job mix formula, including the laboratory test report, to Engineer for approval not less than 30 days prior to beginning production of paving mixture. Test reports shall indicate the following: a. Gradation: Each component aggregate and combined aggregates. b. Asphalt cement content in percent of total mix by weight. c. Graphic plots of:

(1) Density versus asphalt content. (2) Stability versus asphalt content. (3) Percent voids total mix versus asphalt content. (4) Flow versus asphalt content.

C. Submit certificates accompanied by a copy of the refinery test report for bituminous materials for: 1. Tack coat. 2. Asphalt cement.

D. Samples: 1. Core or saw undamaged Samples from the completed pavement courses at locations

designated by Engineer: a. Core Samples shall be not less than 6-inch diameter. b. Take three Samples from each day's production or from each 300 tons of mixture

placed, whichever is the greater number of Samples. c. Deliver Samples to the laboratory designated by Engineer. Samples may be tested

for density and extraction. 2. Replace pavement at Sample location with fresh bituminous mixture and thoroughly

compact repaired area.

Page 278: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02745 – ASPHALTIC CONCRETE PAVEMENT: continued

JULY 24, 2008 02745-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1.04 TESTING: A. Completed pavement will be tested to determine density, gradation, and asphalt content (by

extraction) without charge to Contractor: 1. At Engineer's option, density may be tested by any of the following methods:

a. As specified in Article 2205.31 of APWA 2205. b. ASTM D2950.

B. Contractor shall perform such other tests as Contractor deems necessary to assure production of asphaltic concrete conforming to specified quality.

C. Contractor shall test surface smoothness by applying a 10-foot straightedge both parallel and at right angles to the centerline of paved areas: 1. Test at 50-foot maximum intervals, and more frequently when requested by Engineer. 2. Owner will observe straightedge testing. 3. A rolling straightedge of the "Skorch" type may be used at Contractor's option.

1.05 TOLERANCES: A. Density of completed pavement shall be not less than the following percentage of the density

of the laboratory mix design: 1. First Lift of Base Course: 95%. 2. All Other Courses: 97%.

B. Surface: 1. Surface shall be of uniform texture and appearance. 2. Smoothness shall be such that variation from a 10-foot straightedge does not exceed the

following limits: a. Final Lift of Base Course: 1/2-inch. b. Surface Course: 3/8-inch.

PART 2 - PRODUCTS

2.01 GENERAL: A. Equipment and Materials shall conform to the requirements of APWA 2205.

2.02 MATERIAL: A. Bituminous Material:

1. Asphalt Cement: PG 64-22. 2. Tack Coat: Any of the following liquid asphalts at Contractor's option:

a. SS-1h emulsion diluted 1 part emulsion to 2 parts water. b. RC-70, MC-30, or MC-70.

B. Asphaltic Concrete Mixture: 1. Mixtures:

a. Base Course: Grading S. b. Surface Course: Grading SX.

PART 3 - EXECUTION

3.01 GENERAL: A. Performance shall conform to the requirements of the Colorado Department of

Transportation’s “Standary Specifications for Road and Bridge Construction”, current edition.

3.02 TACK COAT:

Page 279: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02745 – ASPHALTIC CONCRETE PAVEMENT: continued

CITY OF LONGMONT 02745-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

A. Apply tack coat to the surface of all existing pavement and all previously placed asphaltic concrete lifts or courses before placing the succeeding lift.

B. Apply at the following rates: 1. Emulsion: 0.2 + 0.05 gallon diluted per square yard). 2. Liquid Asphalt: 0.15 + 0.05 gallon per square yard.

END OF SECTION 02745

Page 280: Project Manual for State Highway 66 Waterline Phase III ...
Page 281: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 02765-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 02765 - PAVEMENT MARKING

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes lane marking paint for roads and streets:

1.02 SUBMITTALS: A. Submit as specified in DIVISION 1. B. Includes, but not limited to, the following:

1. Product data and label analysis on marking paint.

1.03 DELIVERY AND STORAGE: A. Deliver all paint materials to jobsite in original unopened containers with labels intact and

legible. B. Store as recommended by the manufacturer.

PART 2 - PRODUCTS

2.01 MARKING PAINT: A. Traffic lane-marking paint, quick-drying, nonbleeding, and be compatible with substrate. B. Acceptable Manufacturers:

1. PPG Architectural Finishes, Inc. - Traffic and Zone Marking Paint, Series (11-3 white) (11-4 yellow).

PART 3 - EXECUTION

3.01 SURFACE PREPARATION: A. Clean surface dry, smooth, and free of dust, oil, grease, and frost.

3.02 MARKING PAINT: A. Apply markings where indicated, including direction arrows, handicapped symbols, and other

indicated symbols or wording. B. Apply under dry and dust-free conditions, with temperature not less than 40oF. C. Apply by brush, roller, or striping machine. D. Apply one coat 4 inches wide at the manufacturer's recommended application rate, but not less

than 1.5 mils dry. E. Repaint voids, thin spots, or unsatisfactory markings. F. Protect paint from traffic until paint has dried sufficiently to prevent tracking.

END OF SECTION 02765

Page 282: Project Manual for State Highway 66 Waterline Phase III ...
Page 283: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 02920-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

SECTION 02920 – SEEDING

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes the following areas of Work:

1. Preparation of seeded areas. 2. Seeding. 3. Mulching. 4. Fertilizing of lawn areas. 5. Maintenance.

B. Related Work Specified Elsewhere: 1. Earthwork and Site Preparation: SECTION 02300.

1.02 SUBMITTALS: A. Certificates:

1. Seed and fertilizer shall be accompanied by certificate from vendors certifying they meet requirements of these Specifications, stating botanical name, percentage by weight, percentage of purity, germination, and weed seed for each grass seed species.

PART 2 - PRODUCTS

2.01 TOPSOIL: Specified in SECTION 02300.

2.02 GRASS SEED: A. Provide fresh, clean, new crop seed complying with tolerance for purity and germination

established by Official Seed Analysts of North America and as required below. B. Be labeled according to the U.S. Department of Agriculture Federal Seed Act and shall be

furnished in containers with tags showing seed mixture, purity, germination, weed content, name of seller, and date on which seed was tested: 1. Seed Mixture:

a. Meet the following minimum percentage requirements for purity and germination: Common and

Botanical Names Pounds Pure Live Seed (PLS) per Acre

Grasses: Western wheatgrass Pascopyrum smithii v. Arriba 2.02

Western wheatgrass Pascopyrum smithii v. Native 2.02

Blue gramma Bouteloua gracilis v. Native, Lovington, or Hachita 0.79 Buffalograss Buchloe dactyloides v. Native 11.67 Little Bluestem Schizachyrium scoparium Pastura or Blaze 1.09 Canada Bluegrass Poa compressa v. Reubens 2.1

Sideoats gramma Bouteloua curtipendula v. Vaughn 2.05

Page 284: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02920 - SEEDING: continued

JULY 24, 2008 02920-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

Wildflowers: Blanketflower Gaillardaia aristata 0.20

Blue Flax Linum lewisii 0.14

Scarlet Globemallow Sphaeralcea coccinea 0.08

Total: 20.15

2. Moldy seed or seed that has been damaged in storage shall not be used.

2.03 FERTILIZER: A. Contractor shall, through services of an independent laboratory approved by and at no

additional cost to Owner, test topsoil to determine concentrations of phosphoric acid, potassium, and nitrogen required for optimum growth of newly planted seed. Fertilizer shall be commercial, of neutral character, and with some elements derived from organic sources. Provide nitrogen in form that will be available to the lawn during initial period of growth.

B. Deliver to site in labeled bags or containers.

2.04 MULCH: A. Tackifiers:

1. Asphalt Emulsion: Conform to ASTM D977, Type SS-1. 2. Organic Glue: Hydrobond as manufactured by Erosion Control Products or approved

equal. B. Wood Cellulose Fiber:

1. Not contain germination or growth-inhibiting ingredients. 2. Dyed an appropriate color to aid in visual inspection. 3. Be easily and evenly dispersed when agitated in water. 4. Supply in packages of not more than 100-pound gross weight, and be marked by the

manufacturer to show the air dry weight content.

PART 3 - EXECUTION

3.01 SOIL PREPARATION: A. Dispose of any growth, rocks, or other obstructions which might interfere with tilling, seeding,

sodding, or later maintenance operations. Remove stones over 1-1/2 inches in any dimension and sticks, roots, rubbish, and other extraneous matter.

B. Thoroughly loosen and pulverize topsoil to a depth of at least 4 inches. C. Grade lawn areas to a smooth, even surface with loose, uniformly fine texture. Roll and rake,

remove ridges and fill depressions to meet finish grades. Limit fine grading to areas which can be planted within immediate future.

D. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry off before planting of lawns. Do not create a muddy soil condition.

E. Restore prepared areas to specified condition if eroded or otherwise disturbed after fine grading and prior to planting.

F. Spread planting soil mixture to depth required to meet thickness, grades, and elevations indicated after light rolling and natural settlement.

Page 285: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02920 - SEEDING: continued

CITY OF LONGMONT 02920-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

G. Allow for sod thickness in areas to be sodded. H. Preparation of Unchanged Grades:

1. Where lawns are to be planted in areas that have not been altered or disturbed by excavating, grading, or stripping operations, prepare soil for lawn planting as follows: a. Till to a depth of not less than 6 inches. b. Apply soil amendments and initial fertilizers. c. Remove high areas and fill in depressions. d. Till soil to a homogeneous mixture of fine texture, free of lumps, clods, stones,

roots, and other extraneous matter.

3.02 FERTILIZING: A. Apply fertilizer at the rate recommended by the soil analysis to the prepared area to be seeded. B. Incorporate fertilizer into the soil to a depth of at least 2 inches by discing, harrowing, or

raking, except where applied hydraulically on slopes steeper than 2 horizontal to 1 vertical.

3.03 SEEDING: A. Do not use wet seed or seed which is moldy or otherwise damaged in transit or storage. B. Do not seed when wind velocity exceeds 5 miles per hour. Distribute seed evenly over entire

area by sowing equal quantity in two directions at right angles to each other. C. Sow not less than rate of 20.15 pounds per acre. D. Rake seed lightly into top 1/8-inch of soil, roll lightly, and water with fine spray. E. Seasonal Limitations:

1. Perform seeding only during the spring or fall: F. Methods of Application:

1. Dry Seeding: Spreader or seeding machine. 2. Hydroseeding: Mix seed, fertilizer and pulverized mulch with water and constantly

agitate. Do not add seed to water more than 4 hours before application: a. On slopes of 2 horizontal to 1 vertical or flatter, apply seed separately from

fertilizer. Cover seed with soil to an average depth of 1/2-inch by raking or other approved methods.

b. On slopes steeper than 2 horizontal to 1 vertical, seed and fertilizer may be applied in a single operation. Incorporation into the soil will not be required.

3.04 MULCHING: A. Apply a mulch covering to all seeded areas. B. Apply wood-cellulose fiber mulch hydraulically at the rate of 1,000 pounds per acre:

1. Mulch and seed may be applied in a single operation. 2. Apply mulch to achieve a uniform coverage of the soil surface.

C. Immediately following the application of the mulch, water the seeded area in one watering, in sufficient amount to penetrate the seedbed to a minimum depth of 2 inches. Perform so as not to cause erosion or damage to the seeded surface.

D. Protect seeded areas against hot, dry weather or drying winds by applying mulch not more than 24 hours after completion of seeding operations.

3.05 RECONDITIONING SEEDED AREAS: A. Recondition seeded damaged by Contractor's operations, including storage of materials or

equipment and movement of vehicles. Also recondition seeded areas where settlement or washouts occur or where minor regrading is required. Recondition other existing seeded areas where indicated.

Page 286: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 02920 - SEEDING: continued

JULY 24, 2008 02920-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

B. Provide fertilizer, seed or sod, and soil amendments as specified for new lawns and as required to provide satisfactorily reconditioned lawn. Provide new planting soil as required to fill low spots and meet new finish grades.

C. Cultivate bare and compacted areas thoroughly to provide a good, deep planting bed. D. Remove diseased or unsatisfactory lawn areas; do not bury into soil. Remove topsoil

containing foreign materials resulting from Contractor's operations including oil drippings, stone, gravel, and other construction materials. Replace with new topsoil.

E. Where substantial grass remains (but is thin), mow, rake, aerate if compacted, fill low spots, remove humps and cultivate soil, fertilize, and seed. Remove weeds before seeding or, if extensive, apply selective chemical weed killers as required. Apply a seedbed mulch, if required, to maintain moist condition.

F. Water newly planted areas and keep moist until new grass is established.

3.06 PROTECTION: A. Erect barricades and warning signs as required to protect newly planted areas from traffic.

Maintain barricades throughout maintenance period until lawn is established.

3.07 MAINTENANCE: A. Mow grass to a height of 2 inches as soon as there is enough top growth to cut with mower.

Remove no more than 40% of grass leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted.

B. Remove weeds by pulling or chemical treatment. C. Perform maintenance until the date of final acceptance. D. Seeded Areas:

1. Water as required by good practice and as necessary to obtain a flourishing cover. 2. Repair any portion of the seeded surface which becomes gullied or otherwise damaged,

or the seeding becomes damaged or destroyed.

3.08 ACCEPTANCE OF SEEDED AREAS: A. When lawn Work is Substantially Complete, including maintenance, Owner will, upon request,

make an inspection to determine acceptability: 1. Seeding Work may be inspected for acceptance in parts agreeable to Owner, provided

Work offered for inspection is complete, including maintenance. B. Reseed rejected Work and continue specified maintenance until reinspected by Engineer and

Owner and found to be acceptable. C. Seeded areas will be acceptable provided requirements, including maintenance, have been

complied with and healthy, uniform, close stand of specified grass is established free of weeds, bare spots, and surface irregularities.

3.09 CLEANUP: A. Promptly remove soil and debris created by lawn Work from paved areas. Clean wheels of

vehicles prior to leaving Site to avoid tracking soil onto surfacing of roads, walks, or other paved areas.

END OF SECTION 02920

Page 287: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 03050-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

DIVISION 3 - CONCRETE SECTION 03050 - CONCRETE, FORMS, AND REINFORCEMENT

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes concrete, forms, and steel reinforcement.

1.02 REFERENCES: A. Applicable Standards:

1. American Concrete Institute (ACI): a. 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete. b. 305R - Hot-Weather Concreting. c. 306R - Cold-Weather Concreting. d. 318 - Building Code Requirements for Structural Concrete. e. SP-66 - Detailing Manual.

2. American Society for Testing and Materials (ASTM): a. A82 - Steel Wire, Plain, for Concrete Reinforcement. b. A167 - Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip. c. A185 - Steel Welded Wire Fabric, Plain, for Concrete Reinforcement. d. A312 - Seamless and Welded Austenitic Stainless Steel Pipe. e. A615 - Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. f. B370 - Copper Steel and Strip for Building Construction. g. C31 - Practice for Making and Curing Concrete Test Specimens in the Field. h. C33 - Concrete Aggregates. i. C39 - Test Method for Compressive Strength of Cylindrical Concrete Specimens. j. C94 - Ready-Mixed Concrete. k. C143 - Test Method for Slump of Hydraulic Cement Concrete. l. C150 - Portland Cement. m. C172 - Practice for Sampling Freshly Mixed Concrete. n. C192 - Practice of Making and Curing Concrete Test Specimens in the Laboratory. o. C309 - Liquid Membrane-Forming Compounds for Curing Concrete. p. C494 - Chemical Admixtures for Concrete. q. C881 - Epoxy-Resin-Base Bonding Systems for Concrete. r. C1107 - Packaged Dry, Hydraulic Cement Grout (Nonshrink). s. C1315 - Liquid Membrane-Forming Compounds Having Special Properties for

Curing and Sealing Concrete. t. D1751 - Preformed Expansion Joint Filler for Concrete Paving and Structural

Construction. (Nonextruding and Resilient Bituminous Types). u. D1752 - Preformed Sponge Rubber, Cork and Recycled PVC Expansion Joint

Fillers for Concrete Paving and Structural Construction. v. F436 - Hardened Steel Washers. w. F593 - Stainless Steel Bolts, Hex Cap Screws, and Studs. x. F594 - Stainless Steel Nuts. y. F1554 - Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength.

3. Concrete Reinforcing Steel Institute (CRSI): a. Manual of Standard Practice.

Page 288: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 03050 - CONCRETE, FORMS, AND REINFORCEMENT: continued

JULY 24, 2008 03050-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1.03 SUBMITTALS: A. Submit as specified in DIVISION 1. B. Include, but not limited to, the following:

1. Complete reinforcing-bar schedule, reinforcing-bar details, and erection drawings to conform to ACI SP-66.

2. Each type of reinforcing bar marked with identification corresponding to identification tag on bar.

3. Erection drawings clear, easily legible, and to a minimum scale of: a. 1/4 inch = 1 foot. b. 1/8 inch = 1 foot if bars in each face are shown in separate views.

4. Size and location of all openings. 5. Grade of steel. 6. Lap lengths.

C. Concrete Mix: 1. Submit proposed concrete-mix proportions for approval prior to placing concrete. Mix

proportions shall be selected preferably on the basis of field experience. 2. Submit fine- and coarse-aggregate gradation data for approval prior to placing concrete.

1.04 QUALITY ASSURANCE: A. Field Testing: Shall be performed by an ACI Concrete Field Testing Technician Grade 1.

PART 2 - PRODUCTS

2.01 CONCRETE MATERIALS: A. Cement: Conform to ASTM C150. Portland cement Type I/II. B. Water: Clean and free from injurious amounts of oil, acids, alkalies, or other deleterious

substances. Any potable drinking water will be acceptable. C. Fine Aggregates: Clean natural sand. Manufactured sand may be used upon written approval

of Engineer. Conform to ASTM C33. D. Coarse Aggregates: Clean crushed stone or processed gravel, not containing organic

materials. Conform to ASTM C33, size No. 57. E. Air Entrainment: Conform to ASTM C260. F. Water-Reducing Admixture: Conform to ASTM C494, Type A. G. Admixtures shall not contain chloride ions.

2.02 CONCRETE MIX PROPORTIONS: A. 4,000 psi with the following proportions and limitations:.

1. Minimum Compressive Strength: 4,000 psi at 28 days. 2. Water/Cement Ratio: 0.45. 3. Slump: 3 inches, +1 inch. 4. Air Content: 6% +1.5%.

B. Ready-Mixed Concrete: 1. Concrete shall meet requirements of ASTM C94 and of materials and proportions

specified. 2. Ready-mixed concrete plant shall be subject to approval of Engineer.

2.03 FORMS: A. Form Materials:

1. Use one of the following:

Page 289: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 03050 - CONCRETE, FORMS, AND REINFORCEMENT: continued

CITY OF LONGMONT 03050-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

a. Exterior Grade Plywood: 5/8-inch-thick (use only plywood or steel for all exposed concrete Work).

b. Steel. c. Approved wood fiberboard. d. Dressed lumber free of loose knots.

2. Form Ties: a. Break-back, coil, or screw-type, except where otherwise specified. b. Use water-seal coil type in walls below grade and in walls of water-bearing

structures. 3. Chamfer Strips:

a. 3/4-inch chamfer except where otherwise indicated. b. Place in all forms to provide chamfer where concrete will have exposed projecting

corners.

2.04 CONCRETE REINFORCEMENT: A. Reinforcement Bars: Conform to ASTM A615, Grade 60 for all bars No. 4 or larger. B. Tie, and all No. 3 Bars: Conform to ASTM A615, Grade 40. C. Welded Wire Fabric: Conform to ASTM A185, using bright basic wire conforming to ASTM

A82. Wire gage No. 11 or smaller shall be galvanized. Provide mats only. D. Bolsters, Chairs, and Accessories: Conform to ACI SP-66 and CRSI Manual of Standard

Practice.

2.05 GROUT: A. Grout for Dry Packing:

1. Volume: 1 part portland cement to 2 parts sand. 2. Keep water to a minimum as required for placing by the dry packing method. 3. Place after the mixed grout has been allowed to stand for 2 hours. 4. The sand and cement shall be as specified for concrete.

B. Flowable Nonshrinking Grout: 1. Required for setting handrail posts, for setting equipment recommended by the

manufacturer to be set with nonshrinking grout, and in other places indicated. 2. Grout shall be nonmetallic and conform to ASTM C1107. 3. Prepare and place conforming to manufacturer's printed instructions. 4. For equipment bases, the concrete surfaces shall be grit blasted or roughened with a

chipping hammer prior to grouting. The foundation plates shall be cleaned of any grease, oil, paint, primers, or epoxy coatings.

C. Grout for Bonding: 1. Proportion (by weight): 1 part cement to 1-1/2 parts sand. 2. Keep water to a minimum.

2.06 BONDING AGENT: A. Provide moisture-insensitive, epoxy-resin bonding agent conforming to ASTM C881,

Type V.

PART 3 - EXECUTION

3.01 FIELD TESTING: A. Field Testing of Concrete and Making of Concrete Test Cylinders:

Page 290: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 03050 - CONCRETE, FORMS, AND REINFORCEMENT: continued

JULY 24, 2008 03050-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

1. Contractor shall furnish test equipment, test cylinder molds, and certified personnel to perform all required field tests, make the required concrete test cylinders, and deliver test cylinders to the testing laboratory. The prescribed tests shall be made in the presence of or with the concurrence of Owner.

2. Test concrete and make test cylinders conforming to ASTM C31, C143, and C172. Samples shall be taken at random and at the point of truck discharge.

3. Perform slump and air content tests throughout any placement as required to maintain constant quality of fresh concrete, and when directed by Engineer.

4. Field testing personnel shall remain on Site throughout placement of concrete. 5. Make not less than four test cylinders for each 100 cubic yards of concrete or fraction

thereof for each day concrete is placed. Deliver to testing laboratory within 24 hours after taking cylinders. Exercise care not to damage cylinders in transit.

B. Laboratory Testing: 1. An independent testing laboratory will be selected and paid by the Owner to perform the

required laboratory tests. 2. Laboratory will cure concrete cylinders conforming to ASTM C192. 3. Cylinders shall be tested conforming to ASTM C39. Average strength of two cylinders

(same age) shall be used as result of the test. Break two cylinders at 7 days and two at 28 days.

3.02 PLACING OF CONCRETE: A. Preparation:

1. Clean bonding surfaces free from laitance and foreign materials. 2. Verify that all embedded items are accurately and securely installed. 3. Place concrete on properly prepared and unfrozen subgrade and only in dewatered

excavations. 4. Do not deposit partially hardened concrete or concrete contaminated by foreign

materials. B. Placing Concrete:

1. Conform to ACI 304R. 2. Place within 45 minutes after mixing, except Engineer may extend the period to 90

minutes (maximum) dependent upon weather conditions. 3. Place in horizontal layers not exceeding 18 inches. 4. Vibrate or spade concrete to produce solid mass without honeycomb or surface air

bubbles. C. Curing Concrete:

1. Cure with curing agent. Apply according to manufacturer's recommendations. 2. Apply curing compound to all exposed surfaces immediately after removing form or after

finishing concrete. 3. Keep formwork wet until stripped.

D. Cold-Weather Placing: Conform to the practice recommended in ACI 306R when the temperature is below 40oF or is likely to fall below 40oF during 24-hour period after placing.

E. Hot-Weather Placing: Conform to practices recommended in ACI 305R when temperature is 90oF or above or is likely to rise above 90oF within 24-hour period after placing, or when there is a combination of high air temperature, low relative humidity, and wind velocity which would impair either concrete strength or quality.

Page 291: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 03050 - CONCRETE, FORMS, AND REINFORCEMENT: continued

CITY OF LONGMONT 03050-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

3.03 FORMS: A. Treat forms with commercially available form releasing agents that will not bond with, stain,

or adversely affect concrete surfaces. Agents shall not impair subsequent treatment of concrete surfaces depending upon bond or adhesion, nor shall it impede the wetting of surfaces to be cured with water or curing compounds. Form releasing agents shall be VOC compliant with a maximum VOC content of 3.8 lbs/gal, or less where area restrictions are more stringent.

B. Wet forms with clean, clear water prior to placing concrete. C. Adequately brace and stiffen forms to prevent deflection and settlement.

3.04 STEEL REINFORCEMENT: A. Place all steel reinforcement before concrete is cast in accordance with approved erection

drawings, ACI 117, Chapters 7 and 12 of ACI 318, and the CRSI Manual of Standard Practice. B. Tie securely with 16-gage or larger annealed iron wire. C. Splice steel reinforcement where indicated. Unless otherwise indicated, the minimum length

of lap for tension lap splices shall be as required for Class B splices as defined by ACI 318. D. Lap welded wire fabric not less than the length of one mesh.

3.05 REPAIR, REPLACEMENT, AND FIELD MODIFICATIONS: A. Embedded items and concrete that are misplaced or damaged during construction shall not be

repaired, replaced, or field-modified without approval of Engineer. END OF SECTION 03050

Page 292: Project Manual for State Highway 66 Waterline Phase III ...
Page 293: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT 09900-1 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

DIVISION 9 – FINISHES

SECTION 09900 - PROTECTIVE COATINGS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes coating of exterior and interior surfaces throughout the Project and

which are listed in PART 2, with systems specified on "coating system" sheets at the end of this Section.

B. Coating systems include surface preparation, prime coat (first coat), finish coats (second and third coats), inspection, cleaning, and touch-up of surfaces and equipment. Shop preparation, prime coat, and finish coats to be shop-applied, may be specified elsewhere or referenced to this Section so that a complete system is specified and coordinated. 1. Where surface preparation and first (prime) coat are specified in other Sections to be

shop-applied, such as for structural steel, hollow metal doors or equipment, only the touch-up and finish coats are a part of field painting. Surface preparation is the required degree of preparation prior to application of first (prime) coat regardless if done in shop or field.

2. If materials are provided without shop primer such as miscellaneous steel or sheet metal, then surface preparation, first, second, and third coats are a part of field painting.

3. Where Equipment and Materials are provided with shop-applied finished coating system, only touch-up is part of field painting.

4. Refer to applicable Sections to determine whether surface preparation and first coat, or complete coating system, is to be shop-applied.

C. Related Work Specified Elsewhere: 1. Shop Painting and Coatings: All applicable Divisions. 2. Factory Prefinished Items: All applicable Divisions.

D. Colors: 1. Color of finish coatings shall match accepted color Samples. 2. When second and finish coats of a system are of same type, tint or use an alternate color

on second coat to enable visual coverage inspection of the third coat. When first and second coats only are specified and are of same or different types, tint or use an alternate color on first coat to enable visual coverage inspection of the second coat.

1.02 REFERENCES: A. Applicable Standards:

1. American National Standards Institute (ANSI): a. A13.1 - Scheme for the Identification of Piping Systems. b. Z53.1 - Safety Color Code for Marking Physical Hazards.

2. American Society for Testing and Materials (ASTM): a. D2092 – Guide for Treatment of Zinc-Coated (Galvanized) Steel Surfaces for

Painting. b. D4258 - Surface Cleaning Concrete for Coating. c. D4259 - Abrading Concrete. d. D4260 - Acid Etching Concrete. e. D4261 - Surface Cleaning Concrete Unit Masonry for Coating.

3. Society for Protective Coatings (SSPC) Surface Preparation Specifications: a. SP1 - Solvent Cleaning: Removes oil, grease, soil, drawing and cutting compounds,

and other soluble contaminants.

Page 294: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 09900 –PROTECTIVE COATINGS: continued

JULY 24, 2008 09900-2 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

b. SP2 - Hand Tool Cleaning: Remove loose material. Not intended to remove adherent mill scale, rust, and paint.

c. SP3 - Power Tool Cleaning: Removes loose material. Not intended to remove all scale or rust.

d. SP5 - White Metal Blast Cleaning: Removes all scale, rust, foreign matter. Leaves surface gray-white uniform metallic color.

e. SP6 - Commercial Blast Cleaning: Two-thirds of every nine square inches free of all visible residues; remainder only light discoloration.

f. SP7 - Brush-Off Blast Cleaning: Removes only loose material, remaining surface tight and abraded to give anchor pattern.

g. SP10 - Near-White Blast Cleaning: At least 95% of every nine square inches shall be free of all visible residues.

h. SP11 - Power Tool Cleaning to Bare Metal. i. SP12 – Surface Preparation and Cleaning of Steel and Other Hard Materials by

High and Ultrahigh Pressure Water Jetting Prior to Recoating. j. SP13 – Surface Preparation of Concrete.

4. National Sanitation Foundation (NSF): a. 61 - Drinking Water Treatment Chemicals - Health Effects.

1.03 SUBMITTALS: A. Submit as specified in DIVISION 1. B. Includes, but not limited to, the following:

1. Schedule of products and paint systems to be used. Schedule shall include the following information: a. Surfaces for system to be applied. b. Surface preparation method and degree of cleanliness. c. Product manufacturer, name, and number. d. Method of application. e. Dry film mil thickness per coat of coating to be applied.

2. Color charts for selection and acceptance. 3. Technical and material safety data sheets. 4. Certification by coating manufacturer(s) that all coatings are suitable for service intended

as stated on each coating system sheet. If manufacturer has an equivalent product as that specified, but it is not suitable for the intended purpose, Contractor shall submit the recommended product for approval at no increase in cost, and state reasons for substitution.

5. Contractor shall certify in writing to the Engineer/Architect that applicators have previously applied all the systems in this Specification and have the ability and equipment to prepare the surfaces and apply the coatings correctly.

C. Submittals for industrial maintenance coatings shall be prepared by, or have assistance in preparation of, a corrosion engineer or industrial coatings technical representative of the coating manufacturer.

1.04 QUALITY ASSURANCE: A. Include on label of container:

1. Manufacturer's name, product name, and number. 2. Type of paint and generic name. 3. Color name and number. 4. Storage and temperature limits.

Page 295: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 09900 –PROTECTIVE COATINGS: continued

CITY OF LONGMONT 09900-3 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III 9MUW-42)

5. Mixing and application instructions, including requirements for precautions which must be taken.

6. Drying, recoat, or curing time. B. Prepainting Conference:

1. Before Project field painting starts, representatives for the Owner, Contractor, coating applicator, and coating manufacturer's technical representative shall meet with Engineer/Architect.

2. Agenda for the meeting will include details of surface preparations and coating systems to ensure understanding and agreement by all parties for compliance.

C. A coating report shall be completed daily by Contractor at each phase of the coating system starting with surface preparation. These shall be submitted on the form attached at end of this Section.

D. In the event a problem occurs with coating system, surface preparation, or application, Contractor shall require coating applicator and coating manufacturer's technical representative to promptly investigate the problem and submit results to Engineer/Architect.

E. Specified VOC shall mean unthinned maximum VOC certified by manufacturer. VOC content as a result of thinning shall not exceed that allowed by federal or local environmental regulations.

1.05 DELIVERY, STORAGE, AND HANDLING: A. Delivery of Materials:

1. Deliver in sealed containers with labels and information legible and intact. Containers shall also have correct labels with required information.

2. Allow sufficient time for testing if required. B. Storage of Materials:

1. Store only acceptable materials on Project Site. 2. Provide separate area and suitable containers for storage of coatings and related coating

equipment. 3. Dispose of used or leftover containers, thinners, rags, brushes, and rollers in accordance

with applicable regulations.

1.06 REGULATORY REQUIREMENTS: A. In addition to requirements specified elsewhere for environmental protection, provide coating

materials that conform to the restrictions of the U.S. EPA and the local and regional jurisdictions. Notify Engineer/Architect of any coating specified herein that fails to conform to the requirements for the location of the Project or location of application.

B. Lead Content: Use only coatings that are totally lead free. C. Chromate Content: Do not use coatings containing zinc-chromate or strontium chromate. D. Asbestos Content: Materials shall not contain asbestos. E. Mercury Content: Materials shall not contain mercury or mercury compounds.

PART 2 - PRODUCTS

2.01 ACCEPTABLE MANUFACTURERS: A. Proprietary names and product numbers are specified in most systems for material

identification from these manufacturers: 1. Ameron Protective Coatings Systems Group, Ameron Corp. 2. Carboline Company, Inc. 3. Ceilcote, Division of Smith Corrosion Services, Inc.

Page 296: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 09900 –PROTECTIVE COATINGS: continued

JULY 24, 2008 09900-4 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

4. Devoe Coating Company, Division of ICI. 5. ITW Devcon Futura Coatings, Inc. 6. International Protective Coatings. 7. Keeler & Long, Inc., Division of PPG Industries, Inc. 8. Pittsburgh Paints, PPG Industries Inc. 9. Tnemec Company, Inc. 10. Equivalent coatings (on approval by Engineer/Architect) are acceptable from the

following alternate companies: a. E.I. DuPont de Nemours & Co., Inc. b. Benjamin Moore Company. c. Coronado Paint Company. d. Rust-Oleum. e. Sherwin-Williams. f. Sigma Coatings USA B.V. g. U.S. Coatings, Inc. h. Kwal-Howells, Inc.

2.02 GENERAL: A. Materials furnished for each coating system must be compatible to the substrate. B. When unprimed surfaces are to be coated, entire coating system shall be by the same coating

manufacturer to assure compatibility of coatings. C. When shop-painted surfaces are to be coated, ascertain whether finish materials will be

compatible with shop coating. Inform Engineer/Architect of any unsuitable substrate or coating conditions.

2.03 COATING SYSTEMS: A. Specified on the "Protective Coating System" sheets at the end of this Section.

2.04 SURFACES TO BE COATED: A. System D-1:

1. Interior and Exterior surfaces of Submerged Service Valves B. System E-1:

1. Exterior of all steel and iron piping. 2. Exterior surfaces of Valves (Non-Immersion). 3. Metal pipe supports.

2.05 SURFACES NOT TO BE COATED: 1. Galvanized conduit not on a painted wall. 2. PVC piping and conduit. 3. Stainless Steel. 4. Copper pipe.

PART 3 - EXECUTION

3.01 SURFACE PREPARATION: A. Prepare surfaces for each coating system conforming to SSPC or ASTM surface preparation

specifications listed.

Page 297: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 09900 –PROTECTIVE COATINGS: continued

CITY OF LONGMONT 09900-5 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III 9MUW-42)

1. If grease or oils are present, SSPC-SP1 shall precede any other method specified for metal substrates.

2. Remove surface irregularities such as weld spatter, burrs, or sharp edges prior to specified surface preparation.

B. Depth of profile will be as specified or as recommended by the manufacturer for each system, but in no instance shall it exceed one-third of the total dry film thickness of complete system.

C. Prepare only those areas which will receive the first coat of the system on the same day. 1. On steel substrates, apply coating before rust bloom forms.

3.02 APPLICATION: A. Apply coatings in accordance with coating manufacturer's recommendations. B. Use properly designed brushes, rollers, and spray equipment for all applications. C. On unprimed surfaces apply first coat of the system the same day as surface preparation. D. Dry film thickness of each system shall meet the minimum specified. Maximum dry film

thickness shall not exceed the minimum more than 20% or coating manufacturer's requirements if less. Where a dry film thickness range is specified, the range shall not be less than or exceeded.

E. Shop and field painting shall remain 3 inches away from unprepared surface of any substrate such as areas to be welded or bolted.

F. Environmental Conditions: 1. Atmospheric temperature must be 50oF (10oC) or higher during application, unless

otherwise approved by coating manufacturer. Do not apply coatings when inclement weather or freezing temperature may occur within coating recoat cure times.

2. Wind velocities for exterior applications shall be at a minimum to prevent overspray or fallout and not greater than coating manufacturer's limits.

3. Relative humidity must be less than 85%. The ambient temperature and the temperature of the surface to be painted must be at least 5oF (2.8oC) above the dew point.

4. Provide adequate ventilation in all areas of application to ensure that at no time does the content of air exceed the Threshold Limit Value given on the manufacturer's Material Safety Data Sheets for the specific coatings being applied.

G. Recoat Time: In the event a coating, such as an epoxy, has exceeded its recoat time limit, prepare the applied coating in accordance with manufacturer's recommendations.

H. Protection: 1. Cover or otherwise protect surfaces not to be painted. Remove protective materials when

appropriate. 2. Mask, remove, or otherwise protect finish hardware, machined surfaces, grilles, lighting

fixtures, and prefinished units as necessary. 3. Provide cover or shields to prevent surface preparation media and coatings from entering

orifices in electrical or mechanical Equipment. Where ventilation systems must be kept in operation at time of surface preparation, take precautions to shield intakes and exhausts to prevent the materials from entering system or being dispersed.

4. Provide signs to indicate fresh paint areas. 5. Provide daily cleanup of both storage and working areas and removal of all paint refuse,

trash, rags, and thinners. Dispose of leftover containers, thinners, rags, brushes, and rollers which cannot be reused in accordance with applicable regulations.

6. Do not remove or paint over Equipment data plates, code stamps on piping, or UL labels.

3.03 INSPECTION:

Page 298: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 09900 –PROTECTIVE COATINGS: continued

JULY 24, 2008 09900-6 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

A. Contractor shall provide and use a wet film gauges to check each application approximately every 15 minutes in order to immediately correct film thickness under or over that specified.

B. Contractor shall provide and use a dry film gauge to check each coat mil thickness when dry, and the total system mil thickness when completed.

C. Furnish a sling psychrometer and perform periodic checks on both relative humidity and temperature limits.

D. Check air temperature and temperature of the substrate at regular intervals to be certain surface is 5oF (2.8oC) or more above the dew point.

3.04 CLEANING AND REPAIRS: A. Remove spilled, dripped, or splattered paint from surfaces. B. Touch up and restore damaged finishes to original condition. This includes surface preparation

and application of coatings specified.

END OF SECTION 09900

Page 299: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 09900 –PROTECTIVE COATINGS: continued

CITY OF LONGMONT 09900-7 JULY 24, 2008 STATE HIGHWAY 66 WATERLINE PHASE III 9MUW-42)

PROTECTIVE COATING SYSTEM Burns & McDonnell Engineering Company Engineers – Architects – Consultants Kansas City, Missouri System: D-1 SERVICE: Steel & Iron – Potable Water Immersion, Normal Service

Interior of Tank or Basin. Exterior of steel, Piping, or Equipment in Tank or Basin.

Surface Preparation: Shop or Field First Coat: SSPC-SP10 and profile depth of 1.5 to 2.5 mils (0.038 to 0.064 mm). Field Touch-Up: Same as for first coat.

First Coat: High solids amine, polyamide, or polyamidoamine epoxy coating with minimum 62% solids by volume and be for use with potable water meeting NSF Standard 61. Apply at 5.0 mils (0.127 mm) dry film thickness.

Second Coat: Same as first coat.

System Total: Minimum 10.0 mils (0.254 mm) dry film thickness. Check for voids with holiday or pinhole detector.

Volatile Organic Content: Maximum 2.8 lb/gal (340 g/L).

COATING MANUFACTURER PRODUCT DESIGNATION

Ameron

Carboline

ICI Devoe

Keeler & Long

Pittsburgh Paints

Tnemec

Alternate System International

FIRST COAT TOUCH UP SECOND COAT

Amercoat 370 Same as first coat Same as first coat

Carboguard 891 Same as first coat Same as first coat

Bar-Rust 233H Same as first coat Same as first coat

Kolor-Poxy Primer Same as first coat Same as first coat No. 3200

Aquapon Same as first coat Same as first coat 95-132 Series

Pota-Pox Plus, Same as first coat Same as first coat Series N140

Interline 850 Same as first coat Same as first coat

Page 300: Project Manual for State Highway 66 Waterline Phase III ...

SECTION 09900 –PROTECTIVE COATINGS: continued

JULY 24, 2008 09900-8 CITY OF LONGMONT STATE HIGHWAY 66 WATERLINE PHASE III (MUW-42)

PROTECTIVE COATING SYSTEM Burns & McDonnell Engineering Company

Engineers – Architects – Consultants Kansas City, Missouri System: E-1

SERVICE: Steel & Iron – Nonpotable Liquid Immersion, Normal to Severe Exposure. Interior of Tank or Basin. Exterior of Steel, Piping, or Equipment in Tank or Basin.

Surface Preparation: Shop or Field First Coat: SSPC-SP5 and profile depth of 1.5 to 2.5 mils (0.038 to 0.064 mm). Field Touch-Up: Same as for First Coat.

First Coat: High solids amine or polyamidoamine epoxy coating with minimum 67% solids by volume. Apply at 5.0 mils (0.127 mm) dry film thickness.

Second Coat: Same as first coat.

System Total: Minimum 10.0 mils (0.254 mm) dry film thickness. Check for voids with holiday or pinhole detector.

Volatile Organic Content: Maximum 2.8 lb/gal (340 g/L).

COATING MANUFACTURER PRODUCT DESIGNATION

Ameron

Carboline

ICI Devoe

International

Keeler & Long

Pittsburgh Paints

Sherwin-Williams

Tnemec

FIRST COAT TOUCH UP SECOND COAT

Amerlock 2 or 400 Same as first coat Same as first coat

Carboguard 890 Same as first coat Same as first coat

Bar-Rust 235 Same as first coat Same as first coat

Interseal 670 HS Same as first coat Same as first coat

KL 3500 Kolor-Poxy Same as first coat Same as first coat Self-Prime Enamel

Pitt-Guard DTR Same as first coat Same as first coat 97-145 Series

Macropoxy 646 Same as first coat Same as first coat B58-600/B58V600

Epoxoline II Same as first coat Same as first coat Series N69

Page 301: Project Manual for State Highway 66 Waterline Phase III ...
Page 302: Project Manual for State Highway 66 Waterline Phase III ...

CITY OF LONGMONT

PUBLIC WORKS AND WATER UTILITIES DEPARTMENT

1100 SOUTH SHERMAN STREET

LONGMONT, CO 80501