Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutECAT13-012 Landscape Technology Group With ExhibitsAGREEMENT BETWEEN EAGLE COUNTY AIR TERMINAL CORPORATION
AND LANDSCAPE TECHNOLOGYj
GROUP, INC.
THIS AGREEMENT is made this. of ,? , 2013, by and between Eagle
County Airport Terminal Corporation (`SCAT "), nd Landscape Technology Group, Inc., a
company organized under the laws of the State of Colorado ( "Contractor ").
WHEREAS, ECAT desires to install landscape and irrigation improvements at the Eagle County
Regional Airport property (the "Airport "); and
WHEREAS, ECAT issued an Invitation for Bid dated March 7, 2013 (the "IFB ") together with
Addendums dated March 21, 2013 and March 27, 2013, attached hereto as Exhibit A , and
incorporated herein by this reference„ in order to solicit bids from contractors willing and able to
provide such services and materials; and
WHEREAS, in response to the IFB, Contractor submitted a Bid Form, attached hereto as
Exhibit B and incorporated herein by this reference
WHEREAS, after review of bids submitted in response to Exhibit A ' and review of Contractor's
Bid Form, attached hereto as Exhibit B , ECAT wishes to engage Contractor to provide the
services and materials described in Article 1 hereunder; and
WHEREAS, Contractor is authorized to do business in the State of Colorado, has experience
and expertise necessary to provide said services to ECAT; and
WHEREAS, ECAT and Contractor intend by this Agreement to set forth the scope of the
responsibilities of Contractor in connection with the services and related terms and conditions to
govern the relationship between Contractor and ECAT in connection with this Agreement.
NOW, THEREFORE, in consideration of the foregoing premises and the following promises,
ECAT and Contractor agree as follows:
ARTICLE 1 — THE PROJECT AND THE WORK
1.1 The project which is the subject matter hereof is generally described as follows:
installation of landscape and irrigation improvements at the Airport (the "Project "). Contractor
shall supply and perform all work to complete the Project as specified in the Contract Documents
the "Work" or the "Services ").
1.2 A more complete description of the Project and a description of the applicable Project site
the "Site ") is provided in the Contract Documents.
1.3 Capitalized terms that are not defined in this Agreement shall have the meanings ascribed
to them in the General Conditions and (or) the other Contract Documents as applicable.
ECAT13-012
1.4 The intent of the Contract Documents is to include all items reasonably necessary for the
proper execution and completion of the Work. The Contract Documents are complementary and
what is required by any one shall be binding as if required by all. Based on Contractor's careful
review of the Contract Documents, Contractor acknowledges that the Contract Documents
require the installation of a completed Project in accordance with the terms hereof.
1.5 Contractor shall perform all the Work required by the Contract Documents or reasonably
inferable therefrom, for the complete construction and installation of the Project in accordance
with the Contract Documents. Contractor shall provide and furnish all materials, supplies,
equipment, tools, implements, all other facilities, and all other labor, supervision, security,
transportation, utilities, storage, appliances and all other services as and when required for or in
connection with the completion of the Project.
ARTICLE 2 — ECAT'S REPRESENTATIVE
2.1 The Project is under the authority of the Eagle County Air Terminal Corporation and the
Assistant Aviation Director shall be County's liaison with Contractor with respect to the
performance of the Work (the "Project Manager ").
2.2 Contractor's representative is Rich Leeman.
2.3 Contractor's representative shall not be changed with less than ten (10) days prior written
notice to ECAT.
ARTICLE 3 - CONTRACT TIME
3.1 The Work will be completed and ready for final payment in accordance with the Contract
Documents on or before August 1, 2014 (the "Contract Time ").
3.2 Contractor shall employ all such additional labor, services and supervision, including
such extra shifts and over time, as may be necessary to maintain and to achieve final payment in
accordance with the Contract Documents on or before the Contract Time, all without an increase
in the Contract Price.
3.3 ECAT and Contractor recognize that time is of the essence of this Agreement and that
ECAT will suffer financial loss if the Work is not substantially complete within the time
specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with the
General Conditions. They also recognize the delays, expense, and difficulties involved in
proving at a legal or arbitration hearing, the actual loss suffered by ECAT if the Work is not
substantially complete on time. Accordingly, instead of requiring such proof, ECAT and
Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay
ECAT Five Hundred dollars ($500.00) for each day that expires after the time specified in
paragraph 3.1 for completion until the Work is complete.
2
ARTICLE 4 - CONTRACT PRICE
4.1 For services satisfactorily performed in accordance with the Contract Documents, ECAT
shall pay Contractor an amount not to exceed $272,154.83 (the "Contract Price ") in accordance
with the Bid Form attached hereto as Exhibit B .
4.2 Notwithstanding anything in the Contract Documents to the contrary, the Contract Price
which is based in part upon unit prices) includes, without limitation, the entire amount of
overhead and profit payable to Contractor in connection with the Work under the Contract
Documents. Contractor shall not have the right to, nor shall it seek to recover, any additional
compensation for overhead or profit. Unit quantities actually incorporated in the Project may be
adjusted subject to the not to exceed Contract Price and in accordance with the Contract
Documents. In no event shall the Unit prices set forth in Contractor's Bid Form be adjusted.
4.3 Without invalidating the Contract Documents, SCAT may, at any time or from time to
time, authorize additions, deletions, or revisions in or to the Work by written change order
executed by the Project Manager and Contractor (each a "Change Order "). Within ten (10) days
of receipt of a request for a change from ECAT, Contractor shall prepare and submit to ECAT, a
detailed breakdown (with all supporting documents) sufficient to enable ECAT to determine the
effect to the Contract Price, if any, and the effect to the Contract Time, if any, of a proposed
change. If the change is thereafter approved by the Project Manager or ECAT, the Project
Manager and Contractor shall effect such change by execution of a written Change Order. Upon
receipt by Contractor of an approved Change Order, Contractor shall proceed with the work set
forth in the Change Order. All such work shall be performed under the applicable conditions of
the Contract Documents. The Contract Price may only be changed by a written Change Order
executed by the Project Manager or ECAT. Failure of Contractor to obtain a written Change
Order prior to performing any work shall result in non - payment for such work. There shall be no
verbal Change Orders and Contractor shall not be entitled to rely on verbal Change Orders. The
Project Manager shall be authorized to sign Change Orders revising or changing the Work and
any associated change in the Contract Price within the budget constraints set for this Project.
Change Orders in excess of the budgeted amount must be signed and approved by the ECAT
Board.
4.4 Pursuant to the provisions of §24 -91- 103.6, C.R.S., and notwithstanding anything to the
contrary contained elsewhere in the Contract Documents, no change order or other form of order
or directive by ECAT, and no amendment to this Agreement, requiring additional compensable
Work to be performed which Work causes the aggregate amount payable under the Agreement to
exceed the amount appropriated for the original Agreement, shall be of any force or effect unless
accompanied by a written assurance by ECAT that lawful appropriations to cover the costs of the
additional Work have been made or unless such Work is covered under a remedy - granting
provision in the Agreement.
4.5 All obligations beyond the current fiscal year are subject to funds being budgeted and
appropriated. Specifically, notwithstanding anything to the contrary contained in this Agreement,
ECAT shall have no obligations under this Agreement, nor shall any payment be made to
Contractor in respect of any period after December 31 of each calendar year during the term of
3
this Agreement, without an appropriation therefore by ECAT in accordance with a budget
adopted by the ECAT Board in compliance with the provisions of Article 25 of Title 30 of the
Colorado Revised Statutes, the Local Government Budget Law (C.R.S. §29 -1 -101 et.seq.), and
the TABOR Amendment (Constitution, Article X, Sec. 20).
ARTICLE 5 - PAYMENT PROCEDURES
Contractor shall submit Applications for Payment in accordance with the General Conditions.
Applications for Payment will be processed as provided in the General Conditions.
5.1 PROGRESS PAYMENTS: ECAT shall make monthly progress payments on account of
the Contract Price and as provided in the Contract Documents. All progress payments will be on
the basis of the progress of the Work. ECAT shall have the right to request and inspect
supporting documentation for progress payments, including but not limited to receipts and
invoices evidencing payments of charges associated with the Work.
5.2 The period covered by each Application for Payment shall be one calendar month
beginning on the first of each month and ending on the last day of the month.
5.3 Each Application for Payment shall be based upon the unit prices and percentage of
completion as set forth in the Contract Price and otherwise in accordance with the Contract
Documents. Each Application for Payment shall show actual quantities incorporated into the
Project for each portion of the Work as of the end of the period covered by such Application for
Payment.
5.4 Prior to completion, ECAT shall authorize partial payments at the end of each calendar
month or as soon thereafter as practicable if Contractor is satisfactorily performing in accordance
with the Contract Documents. Progress payments will be in an amount equal to 95% of the
calculated value of the Work completed. The withheld percentage of the Contract Price shall be
retained until the Agreement is completed satisfactorily and finally accepted by the public entity.
5.5 Progress payments and retained funds shall occur in compliance with the General
Conditions attached hereto and C.R.S. §24 -91 -103.
5.6 In taking action on Contractor's Applications for Payment, ECAT shall be entitled to rely
on the accuracy and completeness of the information furnished by Contractor and shall not be
deemed to represent that (i) ECAT has made a detailed examination, audit or arithmetic
verification of the documentation submitted by Contractor; (ii) ECAT has made exhaustive or
continuous on -site inspections of the Work; or (iii) ECAT has made examination to ascertain
how or for what purposes Contractor has used amounts previously paid on the Contract Price.
5.7 FINAL PAYMENT: Upon final completion and acceptance in accordance with the
General Conditions, ECAT shall pay the remainder of the Contract Price. The final payment
shall not be made until after final settlement of this Agreement has been duly advertised at least
ten days prior to such final payment by publication of notice thereof at least twice in a public
newspaper of general circulation published in Eagle County, and the ECAT Board has held a
4
public hearing thereon and complied with C.R.S. §38 -26 -107. Final payment shall be made in
accordance with the requirements of the aforesaid statute. ECAT shall make a final settlement in
accordance with C.R.S. 38 -26 -107 within sixty days after the Agreement is completed
satisfactorily and finally accepted by ECAT.
5.8 ECAT may withhold payments due to Contractor, to such an extent as may be necessary
to protect ECAT from loss, because of defective work or material not remedied or the failure of
Contractor to carry out the Work in accordance with this Agreement and the Contract
Documents.
5.9 Notwithstanding the fact that some of the Work may occur on property owned by third
parties that are not governmental entities, the Contractor acknowledges and agrees that payment
shall be made in accordance with C.R.S. 24 -91 -103 and C.R.S. 38 -26 -107 and hereby waives its
right to lien the property. Contractor shall include the language of this paragraph 5.9 in any
subcontracts for the Project.
ARTICLE 6 — CONTRACTOR'S REPRESENTATIONS
In order to induce ECAT to enter into this Agreement, Contractor makes the following
representations:
6.1 Contractor has familiarized itself with the nature and extent of the Services to be
provided hereunder, the Airport, and with all local conditions, and federal, state, and local laws,
ordinances, rules and regulations that in any manner affect cost, progress, or performance of the
Services.
6.2 Contractor has made, or caused to be made, examinations, investigations, and tests and
studies of such reports and related data as it deems necessary for the performance of the Work at
the Contract Price, within the Contract Time, and in accordance with other terms and conditions
of the Contract Documents; and no additional examinations, investigations, tests, reports, or
similar data are, or will be required by Contractor for such purposes.
6.3 To the extent possible, Contractor has correlated the results of all such observations,
examinations, investigations, tests, reports, and data with the terms and conditions of the
Contract Documents.
6.4 To the extent possible Contractor, has given County written notice of all conflicts, errors,
or discrepancies that he has discovered in the Contract Documents.
6.5 Contractor will be responsible for provision of the Services and shall perform the
Services in a skillful, professional and competent manner and in accordance with the standard of
care, skill and diligence applicable to contractors of its kind. Further, in rendering the Services,
Contractor shall comply with the highest standards of customer service to the public. Contractor
shall provide appropriate supervision of its employees to ensure the Services are performed in
accordance with the Contract Documents.
6.6 Contractor shall maintain insurance as set forth in the General Conditions. Before
permitting any of his subcontractors to perform any Work under this Agreement, Contractor shall
require each of his subcontractors to procure and maintain such insurance as set forth in the
General Conditions.
6.7 In performing the Work under this Agreement, the Contractor acts as an independent
contractor and is solely responsible for necessary and adequate worker's compensation
insurance, personal injury and property damage insurance, as well as errors and omissions
insurance. The Contractor, as an independent contractor, is obligated to pay federal and state
income tax on moneys earned. The personnel employed by the Contractor are not and shall not
become employees, agents or servants of ECAT because of the performance of any work by this
Agreement.
ARTICLE 7 — THE CONTRACT DOCUMENTS
The Contract Documents which comprise the entire Agreement are made a part hereof, and
consist of the following:
7.1 This Agreement.
7.2 Contractor's Bid Form, attached hereto as Exhibit B .
7.3 Bid Documents including Invitation for Bid and Instructions to Bidders, attached hereto
as Exhibit A
7.4 General Conditions, attached hereto as Exhibit A .
7.5 Construction Drawings, attached hereto as Exhibit A .
7.6 Technical Specifications, attached hereto as Exhibit A.
7.7 Bid Schedule Descriptions.
7.8 Addendum(s), attached hereto as Exhibit A .
7.9 Performance and other Bonds.
7.10 Notice of Award and, if any, Notice to Proceed.
7.11 Any modification, including Change Orders, duly delivered after execution of
Agreement.
The parties acknowledge and agree that this Agreement and the General Conditions attached
hereto, shall supersede and control over any inconsistent or contrary provision in any other
attachment or agreement. There are no Contract Documents other than those listed above in this
Article 7. The Contract Documents may only be altered, amended, or repealed by an executed,
n
written amendment to this Agreement.
ARTICLE 8 - BONDS ,
Not later than five business days following the execution of this Agreement, Contractor shall
deliver to ECAT the bonds required by the Contract Documents, and, notwithstanding anything
to the contrary contained in the Contract Documents, ECAT shall have no liability or obligation
hereunder unless and until the bonds have been so delivered.
ARTICLE 9- SUBCONTRAC AND OTHER AGREEMENTS
9.1 Those portions of the Work that Contractor does not customarily perform with
Contractor's own personnel shall be performed under subcontracts and (or) by other appropriate
agreements with Contractor (individually a "Subcontract" and collectively "Subcontracts ").
9.2 All Subcontracts shall conform to provisions of this Agreement, and shall comply with all
applicable federal and state laws and shall provide that such Subcontracts shall be governed by
the laws of the State of Colorado: By an appropriate written agreement, Contractor shall require
the subcontractor to the extent of the Work to be performed by the subcontractor, to be bound to
Contractor by the terms of the Contract Documents and to assume toward Contractor all the
obligation and responsibility which Contractor, by these Documents, assumes towards ECAT.
Said agreement shall preserve and protect the rights of ECAT under the Contract Documents
with respect to the Work to be performed by the subcontractor so that the subcontracting thereof
will not prejudice such rights. Contractor shall require each subcontractor to enter into similar
agreements with its subcontractors. Contractor shall make available to each proposed
subcontractor, prior to the execution of the subcontract, complies of the Contract Documents to
which the subcontractor will be bound by this paragraph 9.2. Each subcontractor shall similarly
make copies of such Documents to its subcontractors. ECAT shall have the right to review and
approve each form of Subcontract.
9.3 Contractor shall be responsible to ECAT for the acts and omissions of its agents,
employees, suppliers, subcontractors performing work under a contract with Contractor and such
subcontractors' lower -tier subcontractors, agents and employees.
9.4 Nothing contained in the Contract Documents shall be deemed to create any contractual
relationship between any subcontractor of any tier and ECAT.
ARTICLE 10 —MISCELLANEOUS
10.1 No assignment by a party hereto of any rights under, or interests in the Agreement will be
binding on another party hereto without the written consent of the party sought to be bound; and
specifically, but without limitation, moneys that may become due and moneys that are due may
not be assigned without such consent (except to the extent that the effect of this restriction may
be limited by law), and unless specifically stated to the contrary in any written consent to an
assignment, no assignment will release or discharge the assignor from any duty or responsibility
under the Agreement.
h
10.2 County and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other partyhereto, in respect to all covenants, agreements, and obligations
contained in this Agreement.
10.3 Provision Mandated by C.R.S. § 8 -17.5 -101 et seq. PROHIBITIONS ON PUBLIC
CONTRACT FOR SERVICES
10.3.1 If Contractor has any employees or subcontractors, Contractor shall comply with
C.R.S. § 8- 17.5 -101, et seq., regarding Illegal Aliens Public Contracts for Services, and this
Contract. By execution of this Contract, Contractor certifies that it does not knowingly employ
or contract with an illegal alien who will perform under this Contract and that Contractor will
participate in the E -verify Program or other Department of Labor and Employment program
Department Program ") in order to confirm the eligibility of all employees who are newly hired
for employment to perform Services under this Contract.
10.3.2 Contractor shall not:
i) Knowingly employ or contract with an illegal alien to perform work under
this contract for services; or
ii) Enter into a contract with a subcontractor that fails to certify to the
Contractor that the subcontractor shall not knowingly employ or contract
with an illegal alien to perform work under the public contract for
services.
10.3.3 Contractor has confirmed the employment eligibility of all employees who are
newly hired for employment to perform work under this Contract through participation in the E-
verify Program or Department Program, as administered by the United States Department of
Homeland Security. Information on applying for the E- verify program can be found at:
h_pt : l/ www.dhs.gov/arevprot/programs/gc 1185221678150.shtm
10.3.4 The Contractor shall not use either the E- verify program or other Department
Program procedures to undertake pre - employment screening of job applicants while the public
contract for services is being performed.
10.3.5 If the Contractor obtains actual knowledge that a subcontractor performing work
under the public contract for services knowingly employs or contracts with an illegal alien, the
Contractor shall be required to:
i) Notify the subcontractor and the County within three days that the
Contractor has actual knowledge that the subcontractor is employing or
contracting with an illegal alien; and
ii) Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to subparagraph (i) of the paragraph
E:3
D) the subcontractor does not stop employing or contracting with the
illegal alien; except that the Contractor shall not terminate the contract
with the subcontractor if during such three days the subcontractor provides
information to establish that the subcontractor has not knowingly
employed or contracted with an illegal alien.
10.3.6 The Contractor shall comply with any reasonable request by the Department of
Labor and Employment made in the course of an investigation that the department is undertaking
pursuant to its authority established in C.R.S. § 8- 17.5 - 102(5).
10.3.7 If a Contractor violates these prohibitions, the County may terminate the contract
for a breach of the contract. If the contract is so terminated specifically for a breach of this
provision of this Contract, the Contractor shall be liable for actual and consequential damages to
the County as required by law.
10.3.8 ECAT will notify the office of the Colorado Secretary of State if Contractor
violates this provision of this Contract and ECAT terminates the Contract for such breach.
10.4 ATTORNEY'S FEES: In the event of litigation between the parties hereto regarding the
interpretation of this Agreement, or the obligations, duties or rights of the parties hereunder, or if
suit otherwise is brought to recover damages for breach of this Agreement, or an action be
brought for injunction or specific performance, then and in such events, the prevailing party shall
recover all reasonable costs incurred with regard to such litigation, including reasonable
attorney's fees.
10.5 Invalidity or unenforceability of any provision of this Agreement shall not affect the
other provisions hereof, and this Agreement shall be construed as if such invalid or
unenforceable provision was omitted.
10.6 Any indemnity, warranty or guaranty given by Contractor to ECAT under the Contract
Documents shall survive the expiration or termination of the Contract Documents and shall be
binding upon Contractor until any action thereunder is barred by the applicable statute of
limitations or as otherwise expressly provided on the Contract Documents.
ARTICLE 11- JURISDICTION AND VENUE:
11.1 This Agreement shall be interpreted in accordance with the laws of the State of Colorado
and the parties hereby agree to submit to the jurisdiction of the courts thereof. Venue shall be in
the Fifth Judicial District for the State of Colorado.
ARTICLE 12 - INDEMNIFICATION:
12.1 The Contractor shall, to the fullest extent permitted by law, indemnify and hold harmless
ECAT and any of its officers, agents and employees against any losses, claims, damages or
liabilities for which ECAT or any of its officers, agents, or employees may become subject to,
insofar as any such losses, claims, damages or liabilities arise out of, directly or indirectly, this
9
Agreement, or are based upon any performance or nonperformance by Contractor hereunder, and
Contractor shall reimburse ECAT for any and all legal and other expenses incurred by ECAT in
connection with investigating or defending any such loss, claim, damage, liability or action. This
indemnification shall not apply to claims by third parties against the County to the extent that
ECAT is primarily liable to such third party for such claim without regard to the involvement of
the Contractor.
ARTICLE 13 - OWNERSHIP OF DOCUMENTS AND MATERIALS:
13.1 All documents (including electronic files) which are obtained during, purchased or
prepared in the performance of the Services shall remain the property of SCAT and are to be
delivered to ECAT before final payment is made to Contractor or upon earlier termination of this
Agreement.
ARTICLE 14 - TERMINATION:
14.1 ECAT may terminate this Agreement, in whole or in part, for any reason, at any time,
with or without cause. Any such termination shall be effected by delivery to Contractor of a
written notice of termination specifying the reason and date upon which termination becomes
effective. In such event, Contractor shall be compensated for all Services satisfactorily
completed up to the date of termination for such Services.
ARTICLE 15 — NOTICE
15.1 Any notice required under this Agreement shall be personally delivered, mailed in the
United States mail, first class postage prepaid, or sent via facsimile provided an original is also
promptly delivered to the appropriate party at the following addresses:
The County: Eagle County Air Terminal Corp.
P.O. Box 850
Eagle, Colorado 81631
970) 328 -2680 (p)
970) 328 -2687 (f)
and a copy to: Eagle County Attorney
P.O. Box 850
Eagle, Colorado 81631
970) 328 -8699 (f)
The Contractor: Landscape Technology Group, Inc.
P.O. Box 5147
Vail, Colorado 81658
970 -524 -0138 (p)
970 -524 -5503 (f)
10
15.2 Notices shall be deemed given on the date of delivery; on the date a FAX is transmitted
and confirmed received or, if transmitted after normal business hours, on the next business day
after transmission, provided that a paper copy is mailed the same date; or three days after the
date of deposit, first class postage prepaid, in an official depositary of the U.S. Postal Service.
ARTICLE 16 — INDEPENDENT CONTRACTOR
16.1 It is expressly acknowledged and understood by the parties hereto that nothing contained
in this Agreement shall result in, or be construed as establishing, an employment relationship
between ECAT and Contractor or ECAT and Contractor's employees. Contractor and its
employees shall be, and shall perform as, independent contractors. No officer, agent,
subcontractor, employee, or servant of Contractor shall be, or shall be deemed to be, the
employee, agent or servant of SCAT. Contractor shall be solely and entirely responsible for the
means and methods to carry out the Services under this Agreement and for Contractor's acts and
for the acts of its officers, agents, employees, and servants during the performance of this
agreement. Neither Contractor nor its officers, agents, subcontractors, employees or servants
may represent, act, purport to act or be deemed the agent, representative, employee or servant of
ECAT.
ARTICLE 17 — INSURANCE REQUIREMENTS
17. Contractor shall maintain insurance as set forth in the General Conditions. Before
permitting any of his subcontractors to perform any Work under the Contract Documents,
Contractor shall require each of his subcontractors to procure and maintain such insurance as set
forth in the General Conditions.
SIGNATURE PAGE TO FOLLOW //
11
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written.
EAGLE COUNTY AIR JtMINAL CORPORATION, by
and through its Board of D" toles
Jox3/Stav *ey, President
Contractor: Landscape Teclbnology Group
IM
Title:
12
EXHIBIT A
Invitation for Bid dated March 7, 2013
Addendums dated March 21, 2013 and March 27, 2013
13
Eagle County Regional Airport Section 000010 - 1
Gypsum Colorado Project Title Page
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
INVITATION FOR BIDS
FOR
EAGLE COUNTY REGIONAL AIRPORT LANDSCAPE
IMPROVEMENTS
219 Eldon Wilson Road
Gypsum, Colorado
Bid Issue
March 7, 2013
SEALED BIDS TO BE RECEIVED BY:
April 1, 2013
5:00 pm
Bids to be sent to:
Attn: Chris Anderson, Assistant Aviation Director, Eagle County Regional Airport
219 Eldon Wilson Road
Gypsum, CO 81637
Eagle County Regional Airport Section 000100 - 3
Gypsum Colorado Table of Contents
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 000100
TABLE OF CONTENTS
TABLE OF CONTENTS .......................................................................................................................................... 3
LIST OF DRAWINGS .............................................................................................................................................. 5
INVITATION FOR BIDS ............................................................................ ERROR! BOOKMARK NOT DEFINED.
INSTRUCTIONS TO BIDDERS .............................................................................................................................. 9
BID FORM ............................................................................................................................................................. 18
BID SUBMITTAL CHECKLIST ............................................................................................................................. 29
SUPPLEMENTAL UNIT PRICING........................................................................................................................ 31
PROPOSED SUBCONTRACTOR FORM............................................................................................................ 37
BIDDER’S QUALIFICATIONS .............................................................................................................................. 39
SAMPLE AGREEMENT ....................................................................................................................................... 41
GENERAL CONDITIONS ..................................................................................................................................... 51
SUMMARY OF WORK ......................................................................................................................................... 65
PROJECT MANAGEMENT AND COORDINATION ............................................................................................ 67
SUBMITTAL PROCESS ....................................................................................................................................... 69
TEMPORARY FACILITIES AND CONTROLS ..................................................................................................... 71
PRODUCT STORAGE AND HANDLING ............................................................................................................. 73
DESIGN-BUILD EXTERIOR ELECTRICAL WORK ............................................................................................. 77
IRRIGATION MAINTENANCE .............................................................................................................................. 81
LANDSCAPE MAINTENANCE ............................................................................................................................. 85
IRRIGATION SYSTEM ......................................................................................................................................... 95
GENERAL LANDSCAPE .................................................................................................................................... 109
SOIL PREPARATION ......................................................................................................................................... 119
SEEDING ............................................................................................................................................................ 125
SODDING ........................................................................................................................................................... 131
END OF SECTION
Eagle County Regional Airport Section 000150 - 5
Gypsum Colorado List of Drawings
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 000150
LIST OF CONSTRUCTION DRAWINGS
The following is a complete list of the construction drawings that are included with the Bid Package (the
“Construction Drawings”).
Sheet No. Sheet Name Most Current Date
L-1 Notes 3/07/2013
L-2 Plant List 3/07/2013
L-3 Landscape Plan 3/07/2013
L-4 Landscape Plan 3/07/2013
L-5 Landscape Details 3/07/2013
I-1 Irrigation Schedule & Notes 3/07/2013
I-2 Irrigation Plan 3/07/2013
I-3 Irrigation Plan 3/07/2013
I-4 Irrigation Two-wire Plan 3/07/2013
I-5 Irrigation Details 3/07/2013
I-6
A-1
A-2
A-3
S1.1
Irrigation Details
Site Plan (Signage)
Elevations, Sections – Horizontal Sign
Elevations, Sections – Vertical Sign
Structural Sign Details & Notes
3/07/2013
3/07/2013
3/07/2013
3/07/2013
3/07/2013
END OF SECTION
Eagle County Regional Airport Section 001110 - 7
Gypsum Colorado Invitation for Bids
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 001110
INVITATION FOR BIDS
Distribution Date: March 7, 2013
Project: Eagle County Regional Airport Landscape Improvements
Location: 217 Eldon Wilson Road
Gypsum, Colorado
The Project is a renovation of the existing landscape at the Eagle County Regional Airport. Improvements
include: soil preparation, dry land seeding, sodding, relocating cobble mulch, planting and installing various
site amenities. Retrofitting the existing irrigation system and construction of entry and exit monuments are
other key components to this Project. This Project is divided up into several areas and each area is to be
priced out separately. Each improved area will be maintained for a full landscape season following the
installation. The start date for the Project is anticipated to be May 1, 2013 and substantial completion of the
Project is anticipated by June 28, 2013.
Bids for the Project must be sent to Chris Anderson, the Assistant Aviation Director for the Eagle County
Regional Airport, via ground shipping methods only, i.e. FedEx, UPS, or via hand delivery to the Eagle
County Regional Airport, 219 Eldon Wilson Road, Gypsum, CO 81637. Bids shall be submitted in a sealed
envelope clearly marked “Eagle County Regional Airport Landscape Improvements” on the outside of the
envelope/package (the “Sealed Bid”). The outside of the envelope must also contain the name and address
of the Bidder. Sealed Bids must be received by 5:00 PM (Mountain Time) on April 1, 2013 in order to be
considered. The Sealed Bid shall be accompanied by the required Bid Security. No telephone, email or
facsimile Bids will be accepted. All documents submitted with the Bid shall be clearly marked with the
Bidder’s name.
No Bids will be considered which are received after the date and time set forth above and any Bids
received after such date and time shall be returned to the Bidder and will not be considered under any
circumstances. Sole responsibility rests with the Bidder to ensure that their Bid is received on time at the
stated location.
The Owner of the Project, Eagle County Air Terminal Corporation (“ECAT” ),(hereinafter referred to as the
“Owner”) presently anticipates opening the Sealed Bids on April 2, 2013, and issuing a Notice to Proceed to
the Successful Bidder on May 1, 2013.
The Successful Bidder will be required to furnish certification of specific insurance requirements and
performance bonds required for contracts with Owner prior to the commencement of any services.
All Bidders are required to attend a mandatory pre-Bid meeting and site visit on March 15th at 10:00 am,
inside the main commercial passenger terminal entrance (217 Eldon Wilson Road Gypsum, CO). Failure to
attend will result in disqualification of a Bidder’s Bid. Potential subcontractors are encouraged to attend.
The Construction Drawings and the Technical Specifications for the Project will be available electronically
through Norris Design (hereinafter “Owner’s Representative”) via ftp site by contacting the Owner’s
Representative, John Birkey, contact information below. Bidders will be responsible for all printing costs.
Hard copy plan sets can be sent to Bidders upon request at a cost of $35.00. Checks must be made
payable to “Norris Design”.
Eagle County Regional Airport Section 001110 - 8
Gypsum Colorado Invitation for Bids
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
Owner reserves the right, in its sole discretion, to accept or reject any and all Bids, to waive any
informality or technicality in any Bid, to negotiate contract terms with a Bidder, to disregard all non-
conforming, non-responsive or conditional Bids and to postpone the award of the Project
Agreement for a period not exceeding ninety (90) days after the Bid opening.
Any questions concerning this Bid shall be directed in writing (e-mail) to:
Owner’s Representative: John Birkey, Norris Design
jbirkey@norris-design.com
303-892-1166
END OF SECTION
Eagle County Regional Airport Section 004100 - 9
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 002110
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS
1. Defined Terms
Terms used in these Instructions to Bidders which are defined elsewhere in the Contract
Documents have the same meanings. The term "Successful Bidder" means the most qualified,
responsible Bidder to whom the Owner (on the basis of Owner's evaluation as hereinafter
provided) makes an award.
“Applicable Requirements” means all federal, state and local laws, statutes, ordinances, codes,
rules, regulations, orders, judgments and decrees applicable to the Work, including without
limitation a state or federal Storm Water Management Plan (“SWMP”).
“Bid” means the offer or proposal of the Bidder submitted on the prescribed Bid Form setting forth
the prices for the Project to be constructed.
“Bid Package” means all documents and drawings provided to the Contractor for bidding
purposes, consisting of: List of Construction Drawings, Invitation for Bids, Instructions to Bidders,
Bid Form, Bid Submittal Checklist, Supplemental Unit Pricing, Proposed Subcontractor Form,
Bidder’s Qualifications, General Conditions, General Requirements, Technical Specifications and
Sample Project Agreement.
“Bid Form” means the form of the offer or proposal setting forth the Project to be constructed.
“Bidder” means any individual, firm or corporation submitting a Bid for the Project contemplated,
acting directly or through a duly authorized representative.
“Change Order” means a written document provided by Contractor to the Owner, requesting an
authorization for an addition, deletion or revision in the Work, or an adjustment in the Construction
Schedule or Contract Price, issued after the effective date of the Project Agreement, to be signed
by both Owner and Contractor.
“Construction Schedule” means a document containing specific time periods and deadlines
associated with construction of the Project and performance of the Work.
“Contractor” means the company that undertakes a Project Agreement to provide material and
labor to complete the Project.
“Contract Time” means the time between the signing of the Project Agreement and Final
Completion.
“Contract Price” means the compensation for the Work, as specified in the Project Agreement
authorizing the Work to be performed.
“ECAT” means the Eagle County Airport Terminal Corporation
“Effective Date” means the date upon which the Project Agreement is signed.
Eagle County Regional Airport Section 004100 - 10
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
“FPO” is defined as a Field Purchase Order issued for additional Work by Owner’s
Authorized Representative.
Final Completion means (a) the Work has passed all applicable inspections and
Contractor has obtained all required approvals, permits, certificates and sign-offs from the
appropriate agencies, including governmental authorities and utilities, (b) all Work,
including all punch list Work, has been completed to Owner’s satisfaction, as evidenced
by a written approval notice to Contractor from Owner’s Authorized Representative and
(c) Contractor has delivered to Owner the as-built Plans, and other documentation
required in Section 011100 Summary of Work, and cleaned the Site as required in the
Division 2 technical specifications.
“General Conditions” means the general conditions as set forth in the Contract
Documents.
“Owner” means the Eagle County Airport Terminal Corporation
“Payment Authorization” means all written authorizations that ECAT requires Contractor
to submit with invoices for payment.
“Phase” means a portion of the Project defined as such.
“Plans” means the official plans, drawings, Working drawings, or supplemental drawings
or exact reproductions thereof, approved by Owner’s Authorized Representative, which
show the location, character, dimensions, and details of the Work.
“Project” means the construction Project specified in the Project Agreement and Scope
of Work; in the total construction of which the Work may be the whole or a part.
“Project Agreement” means the legally binding contract that is signed by the Owner and
the Contractor to successfully complete the Project defined by the Contract Documents.
“Punch List” means a list of issues compiled by the Owner and Owner’s Representative
that need to be resolved by the Contractor prior to Final Completion.
“Site” means the physical location of the Project(s).
“Special Conditions” means the specific clauses setting forth conditions or requirements
peculiar to the Project, covering Work or materials involved in the Bid which are not
thoroughly or satisfactorily stipulated in the General Conditions or Technical
Specifications.
“Substantial Completion” means the Work (or a specified part thereof) has progressed
to the point where, in the opinion of Owner as evidenced by its definitive certificate of
substantial completion, it is sufficiently complete, in accordance with the Contract
Documents, so that the Work (or specified part) can be utilized for the purposes for which
it was intended; or if there be no such certificate issued, when final payment is due in
accordance with paragraph 21 of the General Conditions. The terms “substantially
complete” and “substantially completed” as applied to any Work refer to substantial
completion thereof.
Eagle County Regional Airport Section 004100 - 11
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
“Technical Specifications” means the specifications specified in the Scope of Work in drawing
and document format.
“Subcontractor” means an individual or entity having a direct contract with the Contractor or with
any other Subcontractor for the performance of a portion of the Work.
“Supervisor” means Contractor’s Supervisor designated under the Contract Documents.
“Time and Material Authorization” or “TMA” means a document, which will be provided to
Owner by Contractor identifying hourly charges for specific Work to be performed and equipment to
be used to complete the Project.
"Work" or “Scope of Work” means the Work specified in the Construction Drawings and the
Technical Specifications.
2. Copies of Contract Documents
a. The Contract Documents consist of the following:
Contract
Contractor’s Bid Form
Invitation for Bids and Instructions to Bidders
General Conditions
Construction Drawings
Technical Specifications
Bid Schedule Descriptions
Addenda
Performance and other Bonds
Notice of Award and Notice to Proceed
Change Orders
In case of a discrepancy between the documents, the order of precedence is as listed above.
b. The Construction Drawings and the Technical Specifications will be available electronically
through the Owner’s Representative (Norris Design) via ftp site. Bidders will be responsible
for all printing costs. Hard copy plan sets can be sent to a Bidder upon request at a cost of
$35.00. Checks should be made payable to Norris Design.
c. Complete sets of Contract Documents shall be used in preparing Bids. Neither Owner, nor
Owner’s Representative assume any responsibility for errors or misinterpretations resulting
from the use of incomplete sets of Contract Documents.
d. The Owner reserves the right to issue Addenda. Bidders shall provide an e-mail address to
which the Owner can e-mail the Addenda or notice thereof. In the event the Bidder does not
have an e-mail address, the Bidder shall provide a telephone number where the Owner can
notify the Bidder by phone of the Addenda. The Bidder shall be responsible for obtaining any
Addenda.
e. The Owner, in making Contract Documents available, does so only for the purpose of
obtaining Bids on the Work and does not confer a license or grant for any other use.
3. Qualifications of Bidders
Eagle County Regional Airport Section 004100 - 12
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
To demonstrate qualifications to perform the Work, each Bidder is required to complete and submit
the attached Contractor's Qualification Statement with its Sealed Bid.
4. Examination of Contract Documents and Site
b. Before submitting a Bid, each Bidder shall (a) examine the Contract Documents thoroughly;
(b) visit the site to become familiar with local conditions that in any manner affect cost,
progress or performance of the Work; (c) become familiar with federal, state and local laws,
ordinances, rules and regulations that in any manner affect cost, progress or performance of
the Work; and (d) study and carefully correlate the Bidder’s observations with the Contract
Documents.
c. Bidders may visit the site at any time to review the area of Work.
d. The submission of a Bid shall constitute an incontrovertible representation by the Bidder of
compliance with every requirement of the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey understanding of all terms
and conditions for performance of the Work.
5. Interpretations
All questions about the meaning or intent of the Contract Documents shall be submitted to the
Owners Representative in writing. Replies shall be issued by Addenda . The last day for
interpretation of the Contract Documents is March 21, 2013. Questions received after 5:00 pm on
this date shall not be answered. All Addendums shall be issued by the Owners Representative no
later than 5:00 pm on March 27, 2013. Only questions answered by formal written Addenda shall
be binding. The Owner has not and will not authorize anyone to orally interpret any of the Contract
Documents and any such oral or other interpretations or clarifications shall be without legal effect.
6. Bid Security
a. Bid security shall be made payable to Owner in an amount of five percent (5%) of the Bidder’s
maximum bid price, and in the form of a certified or bank check, or a bid bond issued by a surety
meeting the requirements of Section 6. c. below (“Bid Security”).
b. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the
Project Agreement and furnished the required contract security, whereupon it will be returned; if the
Successful Bidder fails to execute and deliver the Project Agreement and furnish the required
contract security within fifteen (15) days of the Notice of Award, Owner may annul the Notice of
Award and the Bid Security of the Bidder will be forfeited. The Bid Security of any Bidder whom
Owner believes to have a reasonable chance of receiving the award may be retained by Owner
until the thirty-first (31st) day after the bid opening. Bid Security of other Bidders will be returned
within seven (7) days of the bid opening.
c. All bonds shall be in the forms prescribed by the Contract Documents, and be executed by such
sureties as (a) are licensed to conduct business in the state where the Project is located, and (b)
are named in the current list of “Companies Holding Certificates of Authority as Acceptable
Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570
Eagle County Regional Airport Section 004100 - 13
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
(amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by
an agent must be accompanied by a certified copy of the authority to act.
7. Substitute Material and Equipment
a. The Project Agreement, if awarded, will be on the basis of material and equipment described in the
Construction Drawings as specified in the Technical Specifications without consideration of
possible substitute or “or-equal” items. Whenever it is indicated in the Construction Drawings, or
specified in the Technical Specifications, that a substitute or “or-equal” item of material or
equipment may be furnished or used by Contractor if acceptable to Owner, application for such
acceptance will not be considered by Owner until after the effective date of the Project Agreement.
8. Bid Form
a. Bidder shall submit three hard copies of completed Bid Form
b. The Bidder shall submit a completed Bid Form in an electronic format.
c. Bid Forms shall be clearly printed, so as to be legible. Bids may be disqualified if they are
illegible, as determined by the parties reviewing the Bids.
d. Bids by corporations must be executed in the corporate name by the president or a vice-
president (or other corporate officer accompanied by evidence of authority to sign) and the
corporate seal must be affixed and attested by the secretary or an assistant secretary. The
corporate address and state of incorporation shall be shown.
e. Bids by partnerships must be executed in the partnership name and signed by a general
partner, whose title must appear under the signature, and the official address of the
partnership must be shown below the signature.
f. All names must be typed or printed by the signature.
g. Bidders are required to complete all Bid Schedules electronically. If all Bid Schedules are not
complete, the Bid will be considered incomplete and may be rejected in the sole discretion of
the Owner. Bids with other omissions may also be rejected in the sole discretion of the
Owner.
h. Alterations of the Bid Form will not be accepted.
9. Submission of Bids
Bids shall be submitted at the time and place indicated in the Invitation for Bid. Bids shall be
submitted in a sealed envelope, plainly marked "Eagle County Regional Airport Landscape
Improvements." The outside of the envelope must contain the name and address of the Bidder.
All documents submitted with the Bid shall be clearly marked with the Bidder’s name. The Bid
shall be accompanied by the Bid Security and all other required documents and a disk (or
electronic storage device e.g. “thumb drives”) containing the Bid Form, Bid Schedule, and any
other relevant information. No telephone, email or facsimile Bids will be accepted.
10. Modification and Withdrawal of Bids
Eagle County Regional Airport Section 004100 - 14
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
a. Bids may be modified or withdrawn at any time prior to the opening of the Bids by submission of an
appropriate document executed in the manner that a Bid must be executed, and delivered to the
Assistant Aviation Director for the Eagle County Regional Airport at the address where Bids are to
be submitted
b. If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice
with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of the Owner
that there was a material and substantial mistake in the preparation of the Bid, that Bidder may
withdraw its Bid. Thereafter, that Bidder will be disqualified from further Bidding on the Work.
11. Opening of Bids
a. When Bids are opened publicly, they will be read aloud, and an abstract of the amounts of
the base Bids and major alternates (if any) will be made available after the opening Bids.
b. All Bids shall remain open for thirty (30) days after the day of the Bid opening, but Owner
may, in its sole discretion, release any Bid and return the Bid Security, if required, prior to
that date.
12. Award of Contract
a. If a Project Agreement is to be awarded, it shall be awarded to the most qualified, responsible
Bidder; however, the Owner reserves the right, in its sole discretion, to accept or reject any
and all Bids, to waive any and all informality or technicality in any Bid, to negotiate contract
terms with a Bidder, to add or delete work on the Bid and adjust cost accordingly, to disregard
all non-conforming, non-responsive, or conditional Bids and to postpone the award of the
Project Agreement for a period not exceeding ninety days after the Bid opening. Owner may
accept a Bid other than the lowest responsive Bid if it determines in its sole discretion that
doing so is in the best interest of the Project and the County.
b. Discrepancies between words and figures will be resolved in favor of words. Discrepancies
between the indicated sum or product and the correct sum or product thereof will be resolved
in favor of the correct sum or product.
c. In evaluating bids, Owner shall consider the qualifications of the Bidders, whether or not the
Bids comply with the prescribed requirements, and alternates and unit prices if requested in
the Bid Forms. It is the Owner’s intent to accept alternates (if any are accepted) in the order in
which they are listed in the Bid Form, but Owner may accept them in any order or combination.
d. Owner may consider the qualifications and experience of subcontractors and other persons
and organizations (including those who are to furnish the principal items of material or
equipment) proposed for those portions of the Work as to which the identity of subcontractors
and other persons or organizations must be submitted as provided in the General Conditions.
Operating costs, maintenance considerations, performance data, and quantities of materials
and equipment may also be considered by Owner.
e. The Owner may conduct such investigations as deemed necessary to assist in the evaluation
of any Bid and to establish the responsibility, qualifications and financial ability of the Bidders,
Eagle County Regional Airport Section 004100 - 15
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
proposed subcontractors and other persons and organizations to do the Work in accordance
with the Contract Documents, to Owner’s satisfaction.
f. The Owner reserves the right to reject the Bid of any Bidder who does not pass any such
evaluation to the Owner's satisfaction, in its sole discretion.
g. If applicable, when a construction contract for a public project is to be awarded to a Bidder, a
Colorado resident bidder shall be allowed a preference against a nonresident bidder from a
state or foreign country equal to the preference given or required by the state or foreign
country in which the nonresident bidder is a resident, unless this requirement is inconsistent
with requirements of federal law or may cause the denial of federal moneys. See 8-19-101,
102, CRS for the complete provisions regarding the preference.
h. By submitting a Bid, the Contractor acknowledges and agrees that the discretion of Owner in
selection of the Successful Bidder shall be final, not subject to review or attack and
acknowledge that the submittal is made with full knowledge of the foregoing and in full
agreement thereto.
i. If the Project Agreement is to be awarded, the Owner shall give the Successful Bidder a
Notice of Award within forty-five days after the day of the Bid opening or such other time as
may be set forth in the Bid Package.
13. Performance or Other Bonds
a. When the Successful Bidder delivers the executed Project Agreement to Owner, it shall be
accompanied by performance and payment bonds, furnished by Contractor, each in an amount at
least equal to 100% of the Contract Price as security for the faithful performance and payment of
all Contractor’s obligations under the Contract Documents. These bonds shall remain in effect at
least until two years after the date of final payment, except as otherwise provided by law.
Contractor shall also furnish other bonds as are required by the Contract Documents. All bonds
shall be in the forms prescribed by the Contract Documents, and be executed by such sureties as
(a) are licensed to conduct business in the state where the project is located, and (b) are named in
the current list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal
Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the
Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be
accompanied by a certified copy of the authority to act.
b. If the surety on any bond furnished by Contractor is declared bankrupt, or becomes insolvent, or its
right to do business is terminated in any state where any part of the Project is located, or it ceases
to meet the requirements of clause (a) of this paragraph 11, Contractor shall within five days
thereafter substitute another bond and surety, both of which shall be acceptable to Owner.
14. Signing of Agreement
When the Owner issues a Notice of Award to the Successful Bidder, it will be accompanied by at
least four unsigned counterparts of the Project Agreement and all other Contract Documents.
Within (10) ten calendar days thereafter the Successful Bidder shall sign and deliver four fully
executed counterparts of the Project Agreement to the Owner with all other Contract Documents
attached. Within (10) ten days thereafter the Owner shall deliver one signed counterpart to the
Successful Bidder.
15. Mandatory Pre-Bid Meeting & Site Visit
Eagle County Regional Airport Section 004100 - 16
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
All Bidders are required to attend a mandatory pre-Bid meeting & site visit on March 15, 2013 at
10:00 am, Inside the main commercial passenger terminal entrance (217 Eldon Wilson Road
Gypsum, CO). The office building is just to the west of the terminal building. Failure to attend will
result in disqualification of a Bidder’s Bid. Potential subcontractors are encouraged to attend.
16. Project Schedule
The Bidder is required to submit with the Bid a proposed construction schedule setting forth dates
for completion of the Work described in the Contract Documents. The schedule shall indicate the
proposed starting and ending dates for the various phases of the Project and for the various
components of the Work. The schedule shall also specify the manpower and resources available
for Work on this Project, including, but not limited to, an estimate of the number of crews Working
on site on a weekly basis and the average time per week for key personnel on the Project. The
schedule shall assume a start date of May 1, 2013, Substantial Completion by June 28, 2013 and
Final Completion by July 19, 2013. The construction schedule will be reviewed when evaluating
the Bids. Therefore, the Bidders should give careful consideration of how Work can be sequenced
to meet or finish sooner than the deadlines set forth in this paragraph.
17. Liquidated Damages
TIME IS OF THE ESSENCE IN THE PERFORMANCE OF THE WORK UNDER THE CONTRACT
DOCUMENTS AND EACH OF THE TIME LIMITS PROVIDED IN THE CONTRACT DOCUMENTS.
Any delay in achieving the date of Substantial Completion as defined in the Contract Documents
shall result in significant monetary loss to Owner. As a result thereof, Contractor shall pay to
Owner as liquidated damages, and not as a penalty, the amount of $500.00 per calendar day that
Substantial Completion is not achieved after the date of Substantial Completion set forth in the
Contract Documents. The parties hereby agree that liquidated damages are not punitive in nature
and represent the parties’ best estimate of the Owner’s damages should the Project not be
substantially completed on or prior to the date of Substantial Completion. If the liquidated
damages set forth herein are determined to be invalid or unenforceable for any reason, Owner
reserves the right to seek and recover all actual, consequential and special damages which arise
or result from Contractor’s failure to achieve Substantial Completion on or prior to the date set forth
in the Contract Documents.
18. Confidentiality
Bidders should clearly identify any proprietary or confidential commercial data submitted with a Bid.
Such identification may not preclude the release of such information pursuant to court order or
under the Colorado Open Records Act. Notwithstanding the foregoing, Bidders submitting Bids in
response to this Invitation for Bids acknowledge and agree that if a Project Agreement is awarded,
ECAT shall have the right to disclose the information submitted by the Successful Bidder in
response to this Invitation for Bids.
END OF SECTION
Eagle County Regional Airport Section 004100 - 17
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
Eagle County Regional Airport Section 004100 - 18
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 004100
BID FORM
EAGLE COUNTY REGIONAL AIRPORT LANDSCAPE IMPROVEMENTS
THIS BID IS SUBMITTED TO:
Chris Anderson, Assistant Aviation Director for Eagle County Regional Airport
219 Eldon Wilson Road
Gypsum, CO 81637
April 1, 2013
The undersigned Bidder, having examined the site of the proposed Work and having full knowledge of the
conditions under which the Work must be performed, hereby proposes to enter into a Project Agreement to
perform such Work as set forth in the Eagle County Air Terminal Corporation General Conditions (section
008100), and all other Contract Documents, of which this Bid forms a part; and agrees to perform the Work
construction therein described on the terms and conditions set forth therein; and will furnish all required
labor and materials and pay all incidental costs associated with such Work, all in strict conformity with the
Eagle County Air Terminal Corporation General Conditions (section 008100), for the following prices listed
in the Bid form(s) as payment in full.
The undersigned further proposes that should this Bid be accepted, the Bidder will commence Work on May
1, 2013 and complete the Project on or before July 19, 2013.
The undersigned further agrees, if awarded the Contract for the Work included in this Bid, that it will begin,
complete and deliver the required Work in accordance with the Eagle County Air Terminal Corporation
General Conditions (section 008100).
The undersigned has checked carefully the figures inserted hereinafter by it, and understands that the
Owner will not be responsible for any error or omissions on the part of the undersigned in preparing this Bid .
The undersigned hereby certifies that this Bid is genuine, and not sham or collusive, or made in the interest
of or on behalf of any person not herein named, and that the undersigned has not, directly or indirectly,
induced or solicited any other Bidder to submit a sham Bid, or induced any other person, firm or corporation
to refrain from Bidding, and that the undersigned has not in any manner sought by collusion to secure for
himself any advantages over any other Bidder.
The only persons interested as principals in this Bid other than the one whose signature is affixed hereto are
to be listed as follows (if there are none, state such fact): ___________________________.
Name: Address:
Name: Address:
This Bid shall be valid from the date of submission to the date of an executed Eagle County Regional Airport
Project Agreement.
Eagle County Regional Airport Section 004100 - 19
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
In submitting this Bid, the undersigned further acknowledges and agrees that:
(a) the right is reserved by Owner to reject, in its sole discretion, any or all Bids, and to waive irregularities
in Bidding;
(b) the discretion of Owner in the selection of the most qualified, responsible Bidder shall be final, not
subject to review or attack; and
(c) this Bid is made with full knowledge of the foregoing and in full agreement therewith.
Respectfully submitted,
Contractor (Bidder) (SEAL)
By (Signature)
(Title)
(corporation/incorporated/partnership) (under the law of the State of Colorado composed of officer, partners
or Owner, as follows:
President
Vice President
Secretary
Name of Contractor
Treasurer
Address
City State Zip Code
Telephone Number
1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Project
Agreement with the Owner to complete all Work as specified or indicated in the fore mentioned Project
Agreement for the Contract Price and within the contract time stated in this Bid and in accordance with
the Eagle County Air Terminal Corporation General Conditions (section 008100).
2. Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation
those dealing with performance and payment bonds, and warranty bonds. This Bid will remain open
until the effective date of any Project Agreement between the Owner and the apparent Successful
Bidder. The Successful Bidder will sign a Project Agreement and submit all documents required by the
Contract Documents within 10 days after the date of the Owner's Notice of Award.
Eagle County Regional Airport Section 004100 - 20
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
3. In submitting this Bid, Bidder represents, that:
a. Bidder has received and examined copies of all the Contract Documents and of the
following addenda:
Addenda Date Addenda Number Initial
b. Bidder has examined the site and locality where the Work is to be performed, the legal
requirements (federal, state and local laws, ordinances, rules and regulations) and the
conditions affecting cost, progress or performance of the Work and has made such
independent investigations as Bidder deems necessary.
4. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm,
group, association, or corporation; Bidder has not directly or indirectly induced or solicited any
other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or
corporation to refrain from Bidding; and Bidder has not sought by collusion to obtain any advantage
over any other Bidder or over the Owner .
5. Bidder will complete the Work for all Bid items listed in the Bid Form.
6. Bidder agrees that the Work will be Substantially Complete on or before June 28, 2013 and Final
Completion on or before July 19, 2013 as described throughout these Contract Documents. Bidder
accepts the provisions of the Project Agreement as to liquidated damages in the event of failure to
complete the Work on time. Extension may be made to the Contract Time at the discretion of the
Owner.
7. The following documents are attached to and made a condition of this Bid:
a. A completed Contractor’s Qualification Statement as required by Paragraph 3 of the
Instructions to Bidders.
b. A preliminary construction schedule as described in the Instructions to Bidders.
c. Bidders shall submit a list of intended subcontractors for the Project. The list shall include
the company name, contact information, years in business, the approximate percentage
of the Work to be performed, and the services which will be provided by that
subcontractor.
8. Communications concerning this Bid shall be addressed to:
Norris Design
Attention: John Birkey
1101 Bannock Street
Denver, Colorado 80204
jbirkey@norris-design.com
9. Terms used in this Bid which are defined elsewhere in the Contract Documents have the same
meanings.
10. Bidders shall pay special attention to the following items:
Eagle County Regional Airport Section 004100 - 21
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
a. Bidders should carefully plan out the Work to complete the Project within the Contract
Time and keep accurate records of items creating delays to production schedules.
Advance planning will be required to prevent the occurrence of overtime.
b. Payment for overtime required to complete the Work in the Contract Time will not be
authorized unless unforeseen circumstances occur.
c. The unit pricing is supplied with the Bid Form. These numbers will also be used as a
basis for additions and subtractions from the scope of Work.
d. The quality of Workmanship and materials will be monitored closely by the Owner and
Owner’s Representative.
PROJECT
THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract
Documents, the site where the Work is to be performed, local labor conditions and all laws, regulations and
other factors affecting performance of the Work, and having satisfied himself of the expense and difficulties
attending performance of the Work,
HEREBY PROPOSES and agrees, if this Bid is accepted, to enter into a Project Agreement in the form
attached, to perform all work, including the assumption of all obligations, duties and responsibilities
necessary to the successful completion of the Agreement. This agreement shall also include the furnishing
of materials and equipment required to be incorporated in and form a permanent part of the Work, and all
tools, equipment, supplies, transportation, facilities, labor, superintendence and services required to perform
the Work; and all Bond, insurance and submittals; all as indicated or specified in the Contract Documents to
be performed or furnished by Contractor in accordance with the following Bid prices. Bidder must submit
pricing on all scheduled values to be considered.
Bid will be rejected if Bid Form is modified or altered in any way.
Values for each scheduled item shall be written out in words and numeric format.
BID PRICE
SCHEDULE #1 –Pork Chop Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this pork chop island as shown on the Construction Drawings. Improvements include, but are
not limited to: removing and stockpiling cobble, berming, top soil installation, soil preparation, weed barrier,
mulching, placing boulders, planting and retrofitting irrigation. The one year warranty shall commence for
this portion of Work upon acceptance of this area as being substantially complete. The Supplemental Unit
Pricing form shall be completed in full which shall be used to justify the contract amount for each schedule
item.
(Dollars)
SCHEDULE #2 –West Airport Entry Landscape Improvements
Eagle County Regional Airport Section 004100 - 22
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for the west airport entry as shown on the Construction Drawings. Improvements include, but are
not limited to: installing cobble, berming, top soil installation, soil preparation, weed barrier, mulching,
placing boulders, planting and retrofitting irrigation. The one year warranty shall commence for this portion
of Work upon acceptance of this area as being substantially complete. The Supplemental Unit Pricing form
shall be completed in full which shall be used to justify the contract amount for each schedule item.
(Dollars)
SCHEDULE #3 –Cooley Mesa Road Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this area as shown on the Construction Drawings. Improvements include, but are not limited
to: soil preparation, seeding, planting and retrofitting irrigation. The one year warranty shall commence for
this portion of Work upon acceptance of this area as being substantially complete. The Supplemental Unit
Pricing form shall be completed in full which shall be used to justify the contract amount for each schedule
item.
(Dollars)
SCHEDULE #4 –East Side Landscape Screening Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this area as shown on the Construction Drawings. Improvements include, but are not limited
to: top soil installation, soil preparation, seeding, mulching, planting and retrofitting irrigation. The one year
warranty shall commence for this portion of Work upon acceptance of this area as being substantially
complete. The Supplemental Unit Pricing form shall be completed in full which shall be used to justify the
contract amount for each schedule item.
(Dollars)
SCHEDULE #5a–West Outer Island Landscape Improvements (without seeded area indicated on the drawings)
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this island as shown on the Construction Drawings. Improvements include, but are not limited
to: removing and stockpiling cobble, berming, top soil installation, soil preparation, weed barrier, mulching,
placing boulders, seeding, planting and retrofitting irrigation. The one year warranty shall commence for this
portion of Work upon acceptance of this area as being substantially complete. The Supplemental Unit
Pricing form shall be completed in full which shall be used to justify the contract amount for each schedule
item.
(Dollars)
SCHEDULE #5b–West Outer Island Landscape Improvements (seeded area indicated on the
drawings)
Eagle County Regional Airport Section 004100 - 23
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this island as shown on the Construction Drawings. Improvements include, but are not limited
to: removing and stockpiling cobble, top soil installation, soil preparation, seeding and retrofitting irrigation.
The one year warranty shall commence for this portion of Work upon acceptance of this area as being
substantially complete. The Supplemental Unit Pricing form shall be completed in full which shall be used to
justify the contract amount for each schedule item.
(Dollars)
SCHEDULE #6 –West Interior Island Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this island as shown on the Construction Drawings. Improvements include, but are not limited
to: top soil installation, soil preparation, seeding, and retrofitting irrigation. The one year warranty shall
commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
(Dollars)
SCHEDULE #7 –Central Interior Islands Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for these islands as shown on the Construction Drawings. Improvements include, but are not
limited to: top soil installation, soil preparation, seeding, and retrofitting irrigation. The one year warranty
shall commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
(Dollars)
SCHEDULE #8 –Dog Station Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this area as shown on the Construction Drawings. Improvements include, but are not limited
to: soil preparation, sodding, placing boulders, pet station, tree removal and retrofitting irrigation. The one
year warranty shall commence for this portion of Work upon acceptance of this area as being substantially
complete. The Supplemental Unit Pricing form shall be completed in full which shall be used to justify the
contract amount for each schedule item.
(Dollars)
SCHEDULE #9 –Raised Planter Island Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this island as shown on the Construction Drawings. Improvements include, but are not limited
to: tree removal, placing boulders, top soil installation, soil preparation, mulching, planting, seeding, and
retrofitting irrigation. The one year warranty shall commence for this portion of Work upon acceptance of this
Eagle County Regional Airport Section 004100 - 24
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
area as being substantially complete. The Supplemental Unit Pricing form shall be completed in full which
shall be used to justify the contract amount for each schedule item.
(Dollars)
SCHEDULE #10 –South-East Island Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this island as shown on the Construction Drawings. Improvements include, but are not limited
to: installing cobble, berming, top soil installation, soil preparation, weed barrier, mulching, placing boulders,
planting and retrofitting irrigation. The one year warranty shall commence for this portion of Work upon
acceptance of this area as being substantially complete. The Supplemental Unit Pricing form shall be
completed in full which shall be used to justify the contract amount for each schedule item.
(Dollars)
SCHEDULE #11 –North-East Island Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this island as shown on the Construction Drawings. Improvements include, but are not limited
to: installing cobble, berming, top soil installations, soil preparation, weed barrier, mulching, placing
boulders, planting and retrofitting irrigation. The one year warranty shall commence for this portion of Work
upon acceptance of this area as being substantially complete. The Supplemental Unit Pricing form shall be
completed in full which shall be used to justify the contract amount for each schedule item.
(Dollars)
SCHEDULE #12 –North Parking Lot Screening Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this area as shown on the Construction Drawings. Improvements include, but are not limited
to: top soil installation, soil preparation, seeding, planting and retrofitting irrigation. The one year warranty
shall commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
(Dollars)
SCHEDULE #13 –Drop Off Zone & Main Entry Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this area as shown on the Construction Drawings. Improvements include, but are not limited
to: Planter urns (2), hanging pots and brackets (8), planting one round of annuals. The one year warranty
shall commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
Eagle County Regional Airport Section 004100 - 25
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
(Dollars)
SCHEDULE #14 –Replacing Existing Gravel @ Gravel Islands
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for these areas as shown on the Construction Drawings. Improvements include, but are not
limited to: removal of existing gravel and installation of new decorative rock mulch. The one year warranty
shall commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
(Dollars)
SCHEDULE #15 – Eagle Airport Horizontal Sign
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of this
sign. This schedule shall include all electrical and lighting work as well. The one year warranty shall
commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
(Dollars)
SCHEDULE #16 –Eagle Airport Vertical Sign
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of this
sign. This schedule shall include all electrical and lighting work as well. The one year warranty shall
commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
(Dollars)
SCHEDULE #17 – One Year Maintenance
Total cost to maintain all improvements included in schedules 1-16. This value will be an allowance that will
be billed against. Refer to sections 320180 Irrigation Maintenance & 320190 Landscape Maintenance. The
billable maintenance period for an area will commence only when the area has been accepted as
substantially complete by the Owner. Any maintenance performed on an area before substantial completion
will be at the cost of the Contractor and therefore will not be compensated.
(Dollars)
TOTAL OF ALL SCHEDULES IN NUMBERS
I acknowledge that this Bid includes Addendum(s). If none, so state.
Eagle County Regional Airport Section 004100 - 26
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
Eagle County Regional Airport Section 004100 - 27
Gypsum Colorado Bid Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
The undersigned Bidder agrees to enter into a Project Agreement with Owner on or about April 18, 2013,
after acceptance of this Bid, and further agrees to complete all Work included in the Bid, in accordance with
specified requirements and in accordance with the following estimated schedule.
Date Task
5/1/2013 Notice to Proceed
6/28/2013 Substantial Completion
7/19/2013 Final Completion
7/18/2014 Conclusion of Maintenance Period
8/1/2014 Final Acceptance/Warranty
Liquidated Damages. Owner and Contractor recognize the importance of establishing and enforcing
deadlines. If the deadlines for deliverables are not met then the Owner could suffer financial loss. They
also recognize the delays, expense and difficulties involved in proving, in a legal or arbitration proceeding,
the actual loss suffered by the Owner if Work is not completed on time, therefore damages for delays in
meeting deadlines for all or portions of the Work as shown on the Contract Documents or as documented in
Project schedules or meeting notes, shall be assessed at a cost of $250 per calendar day for every day late.
PREPARED BY
Signed:
Name Printed:
Title:
Company:
END OF SECTION
Eagle County Regional Airport Section 004325 - 29
Gypsum Colorado Bid Submittal Checklist
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 004325
BID SUBMITTAL CHECKLIST
The following items shall be included as part of the Bid package. Packages not containing these items shall
be deemed incomplete and will be rejected.
1. Completed Bid Form (Section 004100)
2. Bidder’s Qualifications (Section 004510)
3. Acknowledgement of Addendums
4. Proposed subcontractor list
5. Proposed Project schedule
6. Supplemental Unit Pricing form (Section 004330)
END OF SECTION
Eagle County Regional Airport Section 004330 - 31
Gypsum Colorado Supplemental Unit Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 004330
SUPPLEMENTAL UNIT PRICING
All unit/total prices for each of the items listed shall include all costs involved in the installation of each item or
performance of tasks (to include labor and equipment, except where noted), its pro rata share of profits,
overhead, warranty, and administrative fees, unless otherwise indicated. Refer to technical specifications and
plans for exact description of products. Costs listed below will be the basis of additions and subtractions to
the base Bid amount.
Landscape Supplemental Unit Prices:
=================================================================================
Item Description Unit Unit Price
=================================================================================
Landscape
L-1 Remove & Stockpile Existing Cobble ton $_____________
L-2 Place Cobble from Stockpile ton $_____________
L-3 Place New Cobble to Match Existing ton $_____________
L-4 Remove & Dispose of Existing Gravel in S.F. $_____________
Gravel Islands
L-5 Clean Up Existing Cobble Bed to Remain S.F. $_____________
(please give average price)
L-6 Remove & Dispose of Existing Pine Trees & Stumps EA. $_____________
(please give average price)
L-7 Remove & Dispose of Exist. Aspen Trees & Stumps EA. $_____________
(please give average price)
L-8 Misc. Clearing & Grubbing S.F. $_____________
(please give average price)
L-9 GFCI Outlet & associated electrical work EA. $_____________
L-10 Topsoil Installation from Stockpile C.Y. $_____________
L-11 Topsoil Installation from Off-Site C.Y. $_____________
L-12 Soil Preparation S.F. $_____________
L-13 Landscape Boulders ton $_____________
L-14 1” Angular Decorative Rock Mulch S.F. $_____________
L-15 Weed Barrier S.F. $_____________
Eagle County Regional Airport Section 004330 - 32
Gypsum Colorado Supplemental Unit Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
L-16 Steel Edger L.F. $_____________
L-17 Pet Pickup Station L.S. $_____________
L-18 Sod S.F. $_____________
L-19 Seed S.F. $_____________
L-20 Hanging Basket Mounting Brackets EA. $_____________
L-21 Hanging Baskets EA. $_____________
L-22 Planter Urns w/ soil EA. $_____________
L-23 Annual Flower Pot inserts for per basket $_____________
Hanging Baskets
L-24 Annual Flower Pot inserts for per basket $_____________
Planter Urns
L-25 Lanceleaf Cottonwood – 2” caliper EA. $_____________
L-26 Ponderosa Pine – 8’ height EA. $_____________
L-27 Colorado Spruce – 8’ height EA. $_____________
L-28 Colorado Spruce – 10’ height EA. $_____________
L-29 Pinon Pine – 8’ height EA. $_____________
L-30 Rocky Mountain Juniper – 5’-6’ height EA. $_____________
L-31 Quaking Aspen – 8’ height multi-stem EA. $_____________
L-32 Hot Wings Maple – 8’ height multi-stem EA. $_____________
L-33 Autumn Brilliance Serviceberry – 8’ height multi-stem EA. $_____________
L-34 Green Mound Current - #5 cont. EA. $_____________
L-35 Dwarf Rabbitbrush - #5 cont. EA. $_____________
L-36 Red Double Knockout Rose - #5 cont. EA. $_____________
L-37 Hancock Coralberry - #5 cont. EA. $_____________
L-38 Dwarf Russian Sage - #5 cont. EA. $_____________
L-39 Yellow Flowering Current - #5 cont. EA. $_____________
Eagle County Regional Airport Section 004330 - 33
Gypsum Colorado Supplemental Unit Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
L-40 Apache Plume- #5 cont. EA. $_____________
L-41 Pawnee Buttes Sandcherry - #5 cont. EA. $_____________
L-42 Bluemist Spirea - #5 cont. EA. $_____________
L-43 Waxflower- #5 cont. EA. $_____________
L-44 Fragrant Sumac - #5 cont. EA. $_____________
L-45 Black Chokeberry - #5 cont. EA. $_____________
L-46 Curl Leaf Mountain Mahogany - #5 cont. EA. $_____________
L-47 Silver Buffaloberry - #5 cont. EA. $_____________
L-48 Blue Chip Juniper - #5 cont. EA. $_____________
L-49 R.H. Montgomery Spruce - #5 cont. EA. $_____________
L-50 Panchito Manzanita - #5 cont. EA. $_____________
L-51 Ivory Tower Yucca - #5 cont. EA. $_____________
L-52 Adaigo Maiden Grass - #1 cont. EA. $_____________
L-53 Blue Avena Grass - #1 cont. EA. $_____________
L-54 Feather Reed Grass Grass - #1 cont. EA. $_____________
L-55 Little Bluestem Grass - #1 cont. EA. $_____________
L-56 Shenandoah Switch Grass - #1 cont. EA. $_____________
L-57 Rocky Mountain Columbine - #1 cont. EA. $_____________
L-58 Rocky Mountain Penstemon - #1 cont. EA. $_____________
L-59 Harebell - #1 cont. EA. $_____________
L-60 Plumbago - #1 cont. EA. $_____________
L-61 Purple Dome Aster - #1 cont. EA. $_____________
L-62 Coneflower - #1 cont. EA. $_____________
L-63 Colorado Four O’Clock - #1 cont. EA. $_____________
L-64 Sunset Hyssop - #1 cont. EA. $_____________
L-65 Autumn Joy Sedum - #1 cont. EA. $_____________
Eagle County Regional Airport Section 004330 - 34
Gypsum Colorado Supplemental Unit Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
L-66 Red Star Columbine - #1 cont. EA. $_____________
L-67 Dragons Blood Stonecrop – 4” cont. EA. $_____________
L-68 Moonshine Yarrow - #1 cont. EA. $_____________
L-69 Double Sunray Coreopsis - #1 cont. EA. $_____________
L-70 Blanket Flower - #1 cont. EA. $_____________
L-71 Black Eyed Susan - #1 cont. EA. $_____________
L-72 Creeping Oregon Grape Holly - #1 cont. EA. $_____________
L-73 Filigree Daisy – 4” cont. EA. $_____________
L-74 Chocolate Flower - #1 cont. EA. $_____________
L-75 Angelina Stonecrop - 4” cont. EA. $_____________
L-76 Broom Snakeweed - #1 cont. EA. $_____________
L-77 Whirling Butterflies - #1 cont. EA. $_____________
L-78 Dwarf Shasta Daisy- #1 cont. EA. $_____________
L-79 Fringed Sage- #1 cont. EA. $_____________
L-80 Silver Prairie Sage- #1 cont. EA. $_____________
L-81 Snow-In-Summer- 4” cont. EA. $_____________
L-82 Firewitch Dianthus- #1 cont. EA. $_____________
L-83 Silvery Lupine- #1 cont. EA. $_____________
Irrigation
I-1 RB 1806 SAM-PRS w/ Nozzle & NP cover EA. $_____________
I-2 RB 1812 SAM-PRS w/ Nozzle & NP cover EA. $_____________
I-3 Hunter PGP-04-CV-R EA. $_____________
I-4 1 ½” RB PESB EA. $_____________
I-5 1” RB PESB EA. $_____________
I-6 1” RB XCZ-100-PRB-COM EA. $_____________
Eagle County Regional Airport Section 004330 - 35
Gypsum Colorado Supplemental Unit Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
I-7 2” Gate Valve EA. $_____________
I-8 ¾” Drain Valve EA. $_____________
I-9 Hunter HQ44-RC-R EA. $_____________
I-10 Hunter ICD-100 Decoder EA. $_____________
I-11 Two-wire Ground EA. $_____________
I-12 2” CL200 PVC Mainline LF. $_____________
I-13 Hunter ID-1 Decoder Cable LF. $_____________
I-14 100# NSF Poly Lateral LF. $_____________
I-15 ¾” Drip Tubing LF. $_____________
I-16 ¼” Emitter Tubing LF. $_____________
I-17 RB Xeri-Bug Emitter EA. $_____________
I-18 Drip Blow-out/Indicator Assembly EA. $_____________
I-19 2” CL 160 PVC Sleeve LF. $_____________
I-20 3” CL 160 PVC Sleeve LF. $_____________
I-21 4” CL 200 PVC Sleeve LF. $_____________
I-22 Cut and Patch Asphalt for New Sleeves LF. $_____________
Signage
A-1 Eagle Airport Horizontal Sign w/ electrical & lighting EA. $_____________
A-2 Eagle Airport Vertical Sign w/ electrical & lighting EA. $_____________
END OF SECTION
Eagle County Regional Airport Section 004340 - 37
Gypsum Colorado Proposed Subcontractor Form
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 004340
PROPOSED SUBCONTRACTOR FORM
List subcontractors and suppliers providing services and/or materials to be furnished and a summarization
of the dollar value of each subcontract:
Subcontractor Scope of Work Years in Business Percentage of Work Contact Person and Phone Number
This is to certify that the names of the foregoing mentioned Subcontractors or material suppliers are
submitted with full knowledge and consent of the respective parties
Bidders:
(Name of Company)
By: _____________________________________
(Signature and Title)
Date:
Note: This sheet may be reproduced by the Bidder to list Subcontractors totaling more than will fit on this
page. Certify each sheet as an original sheet and staple additional sheets to this page.
END OF SECTION
Eagle County Regional Airport Section 004510 - 39
Gypsum Colorado Bidder’s Qualifications
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 004510
BIDDER’S QUALIFICATIONS
The Undersigned certified under oath the truth and correctness of all statements and/or all answers to
questions made hereinafter.
Submitted to: Owner : Eagle County Air Terminal Corporation (ECAT)
Submitted by:
NAME
Address
City, State Zip
Phone
Principal Office
Check One: ( ) Corporation ( ) Partnership ( ) Joint Venture ( ) Individual ( ) Other ______________
1. List the five largest active construction Projects your organization has under contract to date. Each
Project description shall contain contact information for references.
Project Name
Owner Phone Number
Owner’s Rep. Phone Number
Contract Amount Contract Dates
Remaining Amount of Work
2. Provide resumes for the principal individuals who would be assigned to this Project. Indicate their
position in the company, their role on the Project, approximate time per week on the Project, experience
expertise, certifications, etc.
3. Summarize the experience of the individuals in your organization who would be assigned to this
Project.
NAME POSITION APPROX. TIME/WEEK
4. Provide name of bonding and insurance companies and name and address of agents, as well as
maximum bonding capacity. What portion remains of this bonding capacity at the time of submittal of
the Bid?
5. What is your Worker’s Compensation Experience Modifier Rate?
Eagle County Regional Airport Section 004510 - 40
Gypsum Colorado Bidder’s Qualifications
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
END OF SECTION
Eagle County Regional Airport Section 004510 - 41
Gypsum Colorado Bidder’s Qualifications
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SAMPLE AGREEMENT BETWEEN EAGLE COUNTY AIR TERMINAL CORPORATION
AND ____________________________
THIS AGREEMENT is made this ____ day of ______________, 2013, by and between Eagle County
Airport Terminal Corporation (“ECAT”), and ________________, a company organized under the laws of
the State of Colorado (“Contractor”).
WHEREAS, ECAT desires to install landscape and irrigation improvements at the Eagle County Regional
Airport property (the “Airport”); and
WHEREAS, ECAT issued an Invitation for Bid dated March 7, 2013 (the “IFB”), attached hereto as Exhibit A
and incorporated herein by this reference, in order to solicit bids from contractors willing and able to provide
such services and materials; and
WHEREAS, in response to the IFB, Contractor submitted a Bid Form, attached hereto as Exhibit B and
incorporated herein by this reference
WHEREAS, after review of bids submitted in response to Exhibit A, and review of Contractor’s Bid Form,
attached hereto as Exhibit B, ECAT wishes to engage Contractor to provide the services and materials
described in Article 1 hereunder; and
WHEREAS, Contractor is authorized to do business in the State of Colorado, has experience and expertise
necessary to provide said services to ECAT; and
WHEREAS, ECAT and Contractor intend by this Agreement to set forth the scope of the responsibilities of
Contractor in connection with the services and related terms and conditions to govern the relationship
between Contractor and ECAT in connection with this Agreement.
NOW, THEREFORE, in consideration of the foregoing premises and the following promises, ECAT and
Contractor agree as follows:
ARTICLE 1 – THE PROJECT AND THE WORK
1.1 The project which is the subject matter hereof is generally described as follows: installation of
landscape and irrigation improvements at the Airport (the “Project”). Contractor shall supply and
perform all work to complete the Project as specified in the Contract Documents (the “Work” or the
“Services”).
1.2 A more complete description of the Project and a description of the applicable Project site (the
“Site”) is provided in the Contract Documents.
1.3 Capitalized terms that are not defined in this Agreement shall have the meanings ascribed to them
in the General Conditions and (or) the other Contract Documents as applicable.
1.4 The intent of the Contract Documents is to include all items reasonably necessary for the proper
execution and completion of the Work. The Contract Documents are complementary and what is
required by any one shall be binding as if required by all. Based on Contractor’s careful review of
the Contract Documents, Contractor acknowledges that the Contract Documents require the
installation of a completed Project in accordance with the terms hereof.
Eagle County Regional Airport Section 004510 - 42
Gypsum Colorado Bidder’s Qualifications
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
1.5 Contractor shall perform all the Work required by the Contract Documents or reasonably inferable
therefrom, for the complete construction and installation of the Project in accordance with the
Contract Documents. Contractor shall provide and furnish all materials, supplies, equipment, tools,
implements, all other facilities, and all other labor, supervision, security, transportation, utilities,
storage, appliances and all other services as and when required for or in connection with the
completion of the Project.
ARTICLE 2 – ECAT’S REPRESENTATIVE
2.1 The Project is under the authority of the Eagle County Air Terminal Corporation and the Assistant
Aviation Director shall be County's liaison with Contractor with respect to the performance of the
Work (the “Project Manager”).
2.2 Contractor’s representative is ___________________________.
2.3 Contractor’s representative shall not be changed with less than ten (10) days prior written notice to
ECAT.
ARTICLE 3 - CONTRACT TIME
3.1 The Work will be completed and ready for final payment in accordance with the Contract
Documents on or before ____________________ (“Contract Time”).
3.2 Contractor shall employ all such additional labor, services and supervision, including such extra
shifts and over time, as may be necessary to maintain and to achieve final payment in accordance with the
Contract Documents on or before the Contract Time, all without an increase in the Contract Price.
3.3 ECAT and Contractor recognize that time is of the essence of this Agreement and that ECAT will
suffer financial loss if the Work is not substantially complete within the time specified in paragraph 3.1
above, plus any extensions thereof allowed in accordance with the General Conditions. They also
recognize the delays, expense, and difficulties involved in proving at a legal or arbitration hearing, the actual
loss suffered by ECAT if the Work is not substantially complete on time. Accordingly, instead of requiring
such proof, ECAT and Contractor agree that as liquidated damages for delay (but not as a penalty)
Contractor shall pay ECAT Five Hundred dollars ($500.00) for each day that expires after the time specified
in paragraph 3.1 for completion until the Work is complete.
ARTICLE 4 - CONTRACT PRICE
4.1 For services satisfactorily performed in accordance with the Contract Documents, ECAT shall pay
Contractor an amount not to exceed $______________________ (the “Contract Price”) in accordance with
the Bid Form attached hereto as Exhibit B.
4.2 Notwithstanding anything in the Contract Documents to the contrary, the Contract Price (which is
based in part upon unit prices) includes, without limitation, the entire amount of overhead and profit payable
to Contractor in connection with the Work under the Contract Documents. Contractor shall not have the right
to, nor shall it seek to recover, any additional compensation for overhead or profit. Unit quantities actually
incorporated in the Project may be adjusted subject to the not to exceed Contract Price and in accordance
with the Contract Documents. In no event shall the Unit prices set forth in Contractor’s Bid Form be
adjusted.
Eagle County Regional Airport Section 004510 - 43
Gypsum Colorado Bidder’s Qualifications
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
4.3 Pursuant to the provisions of §24-91-103.6, C.R.S., and notwithstanding anything to the contrary
contained elsewhere in the Contract Documents, no change order or other form of order or directive by
ECAT, and no amendment to this Agreement, requiring additional compensable Work to be performed
which Work causes the aggregate amount payable under the Agreement to exceed the amount
appropriated for the original Agreement, shall be of any force or effect unless accompanied by a written
assurance by ECAT that lawful appropriations to cover the costs of the additional Work have been made or
unless such Work is covered under a remedy-granting provision in the Agreement.
4.4 All obligations beyond the current fiscal year are subject to funds being budgeted and appropriated.
Specifically, notwithstanding anything to the contrary contained in this Agreement, ECAT shall have no
obligations under this Agreement, nor shall any payment be made to Contractor in respect of any period
after December 31 of each calendar year during the term of this Agreement, without an appropriation
therefore by ECAT in accordance with a budget adopted by the ECAT Board in compliance with the
provisions of Article 25 of Title 30 of the Colorado Revised Statutes, the Local Government Budget Law
(C.R.S. §29-1-101 et.seq.), and the TABOR Amendment (Constitution, Article X, Sec. 20).
ARTICLE 5 - PAYMENT PROCEDURES
Contractor shall submit Applications for Payment in accordance with the General Conditions. Applications
for Payment will be processed as provided in the General Conditions.
5.1 PROGRESS PAYMENTS: ECAT shall make monthly progress payments on account of the
Contract Price and as provided in the Contract Documents. All progress payments will be on the basis of
the progress of the Work. ECAT shall have the right to request and inspect supporting documentation for
progress payments, including but not limited to receipts and invoices evidencing payments of charges
associated with the Work.
5.2 The period covered by each Application for Payment shall be one calendar month beginning on the
first of each month and ending on the last day of the month.
5.3 Each Application for Payment shall be based upon the unit prices and percentage of completion as
set forth in the Contract Price and otherwise in accordance with the Contract Documents. Each Application
for Payment shall show actual quantities incorporated into the Project for each portion of the Work as of the
end of the period covered by such Application for Payment.
5.4 Prior to completion, ECAT shall authorize partial payments at the end of each calendar month or as
soon thereafter as practicable if Contractor is satisfactorily performing in accordance with the Contract
Documents. Progress payments will be in an amount equal to 95% of the calculated value of the Work
completed. The withheld percentage of the Contract Price shall be retained until the Agreement is
completed satisfactorily and finally accepted by the public entity.
5.5 Progress payments and retained funds shall occur in compliance with the General Conditions
attached hereto and C.R.S. §24-91-103.
5.6 In taking action on Contractor’s Applications for Payment, ECAT shall be entitled to rely on the
accuracy and completeness of the information furnished by Contractor and shall not be deemed to
represent that (i) ECAT has made a detailed examination, audit or arithmetic verification of the
documentation submitted by Contractor; (ii) ECAT has made exhaustive or continuous on-site inspections of
the Work; or (iii) ECAT has made examination to ascertain how or for what purposes Contractor has used
amounts previously paid on the Contract Price.
5.7 FINAL PAYMENT: Upon final completion and acceptance in accordance with the General
Eagle County Regional Airport Section 004510 - 44
Gypsum Colorado Bidder’s Qualifications
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
Conditions, ECAT shall pay the remainder of the Contract Price. The final payment shall not be made until
after final settlement of this Agreement has been duly advertised at least ten days prior to such final
payment by publication of notice thereof at least twice in a public newspaper of general circulation published
in Eagle County, and the ECAT Board has held a public hearing thereon and complied with C.R.S. §38-26-
107. Final payment shall be made in accordance with the requirements of the aforesaid statute. ECAT
shall make a final settlement in accordance with C.R.S. 38-26-107 within sixty days after the Agreement is
completed satisfactorily and finally accepted by ECAT.
5.8 ECAT may withhold payments due to Contractor, to such an extent as may be necessary to protect
ECAT from loss, because of defective work or material not remedied or the failure of Contractor to carry out
the Work in accordance with this Agreement and the Contract Documents.
5.9 Notwithstanding the fact that some of the Work may occur on property owned by third parties that
are not governmental entities, the Contractor acknowledges and agrees that payment shall be made in
accordance with C.R.S. 24-91-103 and C.R.S. 38-26-107 and hereby waives its right to lien the property.
Contractor shall include the language of this paragraph 5.9 in any subcontracts for the Project.
ARTICLE 6 – CONTRACTOR’S REPRESENTATIONS
In order to induce ECAT to enter into this Agreement, Contractor makes the following representations:
6.1 Contractor has familiarized itself with the nature and extent of the Services to be provided
hereunder, the Airport, and with all local conditions, and federal, state, and local laws, ordinances, rules and
regulations that in any manner affect cost, progress, or performance of the Services.
6.2 Contractor has made, or caused to be made, examinations, investigations, and tests and studies of
such reports and related data as it deems necessary for the performance of the Work at the Contract Price,
within the Contract Time, and in accordance with other terms and conditions of the Contract Documents;
and no additional examinations, investigations, tests, reports, or similar data are, or will be required by
Contractor for such purposes.
6.3 To the extent possible, Contractor has correlated the results of all such observations,
examinations, investigations, tests, reports, and data with the terms and conditions of the Contract
Documents.
6.4 To the extent possible Contractor, has given County written notice of all conflicts, errors, or
discrepancies that he has discovered in the Contract Documents.
6.5 Contractor will be responsible for provision of the Services and shall perform the Services in a
skillful, professional and competent manner and in accordance with the standard of care, skill and diligence
applicable to contractors of its kind. Further, in rendering the Services, Contractor shall comply with the
highest standards of customer service to the public. Contractor shall provide appropriate supervision of its
employees to ensure the Services are performed in accordance with the Contract Documents.
6.6 Contractor shall maintain insurance as set forth in the General Conditions. Before permitting any
of his subcontractors to perform any Work under this Agreement, Contractor shall require each of his
subcontractors to procure and maintain such insurance as set forth in the General Conditions.
6.7 In performing the Work under this Agreement, the Contractor acts as an independent contractor
and is solely responsible for necessary and adequate worker’s compensation insurance, personal injury and
property damage insurance, as well as errors and omissions insurance. The Contractor, as an independent
Eagle County Regional Airport Section 004510 - 45
Gypsum Colorado Bidder’s Qualifications
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
contractor, is obligated to pay federal and state income tax on moneys earned. The personnel employed by
the Contractor are not and shall not become employees, agents or servants of ECAT because of the
performance of any work by this Agreement.
ARTICLE 7 – THE CONTRACT DOCUMENTS
The Contract Documents which comprise the entire Agreement are made a part hereof, and consist of the
following:
7.1 This Agreement.
7.2 Contractor's Bid Form, attached hereto as Exhibit B and incorporated herein.
7.3 Bid Documents including Invitation for Bid and Instructions to Bidders, attached hereto as Exhibit
“A” and incorporated herein.
7.4 General Conditions.
7.5 Construction Drawings.
7.6 Technical Specifications
7.7 Bid Schedule Descriptions.
7.8 Addendum(s).
7.9 Performance and other Bonds.
7.10 Notice of Award and, if any, Notice to Proceed.
7.11 Any modification, including Change Orders, duly delivered after execution of Agreement.
The parties acknowledge and agree that this Agreement and the General Conditions attached hereto, shall
supersede and control over any inconsistent or contrary provision in any other attachment or agreement.
There are no Contract Documents other than those listed above in this Article 7. The Contract Documents
may only be altered, amended, or repealed by an executed, written amendment to this Agreement.
ARTICLE 8 - BONDS
Not later than five business days following the execution of this Agreement, Contractor shall deliver to ECAT
the bonds required by the Contract Documents, and, notwithstanding anything to the contrary contained in
the Contract Documents, ECAT shall have no liability or obligation hereunder unless and until the bonds
have been so delivered.
ARTICLE 9- SUBCONTRACTS AND OTHER AGREEMENTS
9.1 Those portions of the Work that Contractor does not customarily perform with Contractor’s own
personnel shall be performed under subcontracts and (or) by other appropriate agreements with Contractor
(individually a “Subcontract” and collectively “Subcontracts”).
9.2 All Subcontracts shall conform to provisions of this Agreement, and shall comply with all applicable
Eagle County Regional Airport Section 004510 - 46
Gypsum Colorado Bidder’s Qualifications
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
federal and state laws and shall provide that such Subcontracts shall be governed by the laws of the State
of Colorado. By an appropriate written agreement, Contractor shall require the subcontractor to the extent
of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of the Contract
Documents and to assume toward Contractor all the obligation and responsibility which Contractor, by these
Documents, assumes towards ECAT. Said agreement shall preserve and protect the rights of ECAT under
the Contract Documents with respect to the Work to be performed by the subcontractor so that the
subcontracting thereof will not prejudice such rights. Contractor shall require each subcontractor to enter
into similar agreements with its subcontractors. Contractor shall make available to each proposed
subcontractor, prior to the execution of the subcontract, complies of the Contract Documents to which the
subcontractor will be bound by this paragraph 9.2. Each subcontractor shall similarly make copies of such
Documents to its subcontractors. ECAT shall have the right to review and approve each form of
Subcontract.
9.3 Contractor shall be responsible to ECAT for the acts and omissions of its agents, employees,
suppliers, subcontractors performing work under a contract with Contractor and such subcontractors’ lower-
tier subcontractors, agents and employees.
9.4 Nothing contained in the Contract Documents shall be deemed to create any contractual
relationship between any subcontractor of any tier and ECAT.
ARTICLE 10 – MISCELLANEOUS
10.1 No assignment by a party hereto of any rights under, or interests in the Agreement will be binding
on another party hereto without the written consent of the party sought to be bound; and specifically, but
without limitation, moneys that may become due and moneys that are due may not be assigned without
such consent (except to the extent that the effect of this restriction may be limited by law), and unless
specifically stated to the contrary in any written consent to an assignment, no assignment will release or
discharge the assignor from any duty or responsibility under the Agreement.
10.2 County and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements, and obligations contained
in this Agreement.
10.3 Provision Mandated by C.R.S. § 8-17.5-101 et seq. PROHIBITIONS ON PUBLIC CONTRACT
FOR SERVICES
10.3.1 If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. §
8-17.5-101, et seq., regarding Illegal Aliens – Public Contracts for Services, and this Contract. By execution
of this Contract, Contractor certifies that it does not knowingly employ or contract with an illegal alien who
will perform under this Contract and that Contractor will participate in the E-verify Program or other
Department of Labor and Employment program (“Department Program”) in order to confirm the eligibility of
all employees who are newly hired for employment to perform Services under this Contract.
10.3.2 Contractor shall not:
(i) Knowingly employ or contract with an illegal alien to perform work under this
contract for services; or
(ii) Enter into a contract with a subcontractor that fails to certify to the Contractor that
the subcontractor shall not knowingly employ or contract with an illegal alien to
perform work under the public contract for services.
Eagle County Regional Airport Section 004510 - 47
Gypsum Colorado Bidder’s Qualifications
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
10.3.3 Contractor has confirmed the employment eligibility of all employees who are newly hired
for employment to perform work under this Contract through participation in the E-verify Program or
Department Program, as administered by the United States Department of Homeland Security. Information
on applying for the E-verify program can be found at:
http://www.dhs.gov/xprevprot/programs/gc_1185221678150.shtm
10.3.4 The Contractor shall not use either the E-verify program or other Department Program
procedures to undertake pre-employment screening of job applicants while the public contract for services is
being performed.
10.3.5 If the Contractor obtains actual knowledge that a subcontractor performing work under the
public contract for services knowingly employs or contracts with an illegal alien, the Contractor shall be
required to:
(i) Notify the subcontractor and the County within three days that the Contractor has
actual knowledge that the subcontractor is employing or contracting with an
illegal alien; and
(ii) Terminate the subcontract with the subcontractor if within three days of receiving
the notice required pursuant to subparagraph (i) of the paragraph (D) the
subcontractor does not stop employing or contracting with the illegal alien;
except that the Contractor shall not terminate the contract with the subcontractor
if during such three days the subcontractor provides information to establish that
the subcontractor has not knowingly employed or contracted with an illegal alien.
10.3.6 The Contractor shall comply with any reasonable request by the Department of Labor and
Employment made in the course of an investigation that the department is undertaking pursuant to its
authority established in C.R.S. § 8-17.5-102(5).
10.3.7 If a Contractor violates these prohibitions, the County may terminate the contract for a
breach of the contract. If the contract is so terminated specifically for a breach of this provision of this
Contract, the Contractor shall be liable for actual and consequential damages to the County as required by
law.
10.3.8 ECAT will notify the office of the Colorado Secretary of State if Contractor violates this
provision of this Contract and ECAT terminates the Contract for such breach.
10.4 ATTORNEY’S FEES: In the event of litigation between the parties hereto regarding the
interpretation of this Agreement, or the obligations, duties or rights of the parties hereunder, or if suit
otherwise is brought to recover damages for breach of this Agreement, or an action be brought for injunction
or specific performance, then and in such events, the prevailing party shall recover all reasonable costs
incurred with regard to such litigation, including reasonable attorney’s fees.
10.5 Invalidity or unenforceability of any provision of this Agreement shall not affect the other provisions
hereof, and this Agreement shall be construed as if such invalid or unenforceable provision was omitted.
10.6 Any indemnity, warranty or guaranty given by Contractor to ECAT under the Contract Documents
shall survive the expiration or termination of the Contract Documents and shall be binding upon Contractor
until any action thereunder is barred by the applicable statute of limitations or as otherwise expressly
provided on the Contract Documents.
Eagle County Regional Airport Section 004510 - 48
Gypsum Colorado Bidder’s Qualifications
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
ARTICLE 11 - JURISDICTION AND VENUE:
11.1 This Agreement shall be interpreted in accordance with the laws of the State of Colorado and the
parties hereby agree to submit to the jurisdiction of the courts thereof. Venue shall be in the Fifth Judicial
District for the State of Colorado.
ARTICLE 12 - INDEMNIFICATION:
12.1 The Contractor shall, to the fullest extent permitted by law, indemnify and hold harmless ECAT and
any of its officers, agents and employees against any losses, claims, damages or liabilities for which ECAT
or any of its officers, agents, or employees may become subject to, insofar as any such losses, claims,
damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any performance
or nonperformance by Contractor hereunder; and Contractor shall reimburse ECAT for any and all legal and
other expenses incurred by ECAT in connection with investigating or defending any such loss, claim,
damage, liability or action. This indemnification shall not apply to claims by third parties against the County
to the extent that ECAT is primarily liable to such third party for such claim without regard to the involvement
of the Contractor.
ARTICLE 13 - OWNERSHIP OF DOCUMENTS AND MATERIALS:
13.1 All documents (including electronic files) which are obtained during, purchased or prepared in the
performance of the Services shall remain the property of ECAT and are to be delivered to ECAT before final
payment is made to Contractor or upon earlier termination of this Agreement.
ARTICLE 14 -TERMINATION:
14.1 ECAT may terminate this Agreement, in whole or in part, for any reason, at any time, with or
without cause. Any such termination shall be effected by delivery to Contractor of a written notice of
termination specifying the reason and date upon which termination becomes effective. In such event,
Contractor shall be compensated for all Services satisfactorily completed up to the date of termination for
such Services.
ARTICLE 15 – NOTICE
15.1 Any notice required under this Agreement shall be personally delivered, mailed in the United States
mail, first class postage prepaid, or sent via facsimile provided an original is also promptly delivered to the
appropriate party at the following addresses:
The County: Eagle County Air Terminal Corp.
P.O. Box 850
Eagle, Colorado 81631
(970) 328-2680 (p)
(970) 328-2687 (f)
and a copy to: Eagle County Attorney
P.O. Box 850
Eagle, Colorado 81631
(970) 328-8699 (f)
The Contractor: _______________
Eagle County Regional Airport Section 004510 - 49
Gypsum Colorado Bidder’s Qualifications
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
_______________
_______________
_______________
_______________
15.2 Notices shall be deemed given on the date of delivery; on the date a FAX is transmitted and
confirmed received or, if transmitted after normal business hours, on the next business day after
transmission, provided that a paper copy is mailed the same date; or three days after the date of deposit,
first class postage prepaid, in an official depositary of the U.S. Postal Service.
ARTICLE 16 – INDEPENDENT CONTRACTOR
16.1 It is expressly acknowledged and understood by the parties hereto that nothing contained in this
Agreement shall result in, or be construed as establishing, an employment relationship between ECAT and
Contractor or ECAT and Contractor’s employees. Contractor and its employees shall be, and shall perform
as, independent contractors. No officer, agent, subcontractor, employee, or servant of Contractor shall be,
or shall be deemed to be, the employee, agent or servant of ECAT. Contractor shall be solely and entirely
responsible for the means and methods to carry out the Services under this Agreement and for Contractor’s
acts and for the acts of its officers, agents, employees, and servants during the performance of this
agreement. Neither Contractor nor its officers, agents, subcontractors, employees or servants may
represent, act, purport to act or be deemed the agent, representative, employee or servant of ECAT.
ARTICLE 17 – INSURANCE REQUIREMENTS
17. Contractor shall maintain insurance as set forth in the General Conditions. Before permitting any
of his subcontractors to perform any Work under the Contract Documents, Contractor shall require each of
his subcontractors to procure and maintain such insurance as set forth in the General Conditions.
// SIGNATURE PAGE TO FOLLOW //
Eagle County Regional Airport Section 004510 - 50
Gypsum Colorado Bidder’s Qualifications
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above
written.
EAGLE COUNTY AIR TERMINAL CORPORATION, by and
through its Board of Directors
By: ______________________________
Jon Stavney, President
Contractor: __________________________
By: _______________________________
Title: _______________________________
STATE OF ________________ ) ) ss.
COUNTY OF ________ )
The foregoing instrument was acknowledged before me by _____________________, this______ day
of____________________, 2013.
My commission expires: ______________
______________________________
Notary Public
Eagle County Regional Airport Section 008100 - 51
Gypsum Colorado General Conditions
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
GENERAL CONDITIONS
TO
FIXED BID PROJECT AGREEMENT
BETWEEN
EAGLE COUNTY AIR TERMINAL CORPORATION (ECAT), AND _____________________ FOR
EAGLE COUNTY AIRPORT, AIRPORT TERMINAL LANDSCAPING
General comments:
1. Contractor shall provide and pay for labor, materials, equipment, tools, licenses, transportation,
and other facilities and services necessary for proper execution and completion of the Work.
1.1 The Project Agreement, if awarded, will be on the basis of material and equipment
described in the Construction Drawings as specified in the Technical Specifications without consideration of
possible substitute or “or-equal” items. Whenever it is indicated in the Construction Drawings, or specified
in the Technical Specifications, that a substitute or “or-equal” item of material or equipment may be
furnished or used by Contractor if acceptable to Owner, application for such acceptance will not be
considered by Owner until after the effective date of the Project Agreement.
2. If Contractor fails to obtain the tax exemption(s) applicable to public Works Projects from sales,
consumer, use and similar taxes, Contractor shall pay the same. Owner will cooperate with Contractor to
obtain tax exemption for this Project.
3. Contractor shall be responsible for having taken steps reasonably necessary to ascertain the
nature and location of the Work, and the general and local conditions which can affect the Work or the cost
thereof. Any failure by Contractor to do so will not relieve it from responsibility for successfully performing
the Work without additional expense to the Owner. Owner assumes no responsibility for any understanding
or representations concerning conditions made by any of its officers, employees or agents prior to the
execution of this Agreement, unless such understanding or representations are expressly stated in the
Agreement.
4. Before commencing activities, Contractor shall: (1) take field measurements and verify field
conditions; (2) carefully compare this and other information known to Contractor with the Agreement; and (3)
promptly report errors, inconsistencies or omissions discovered to Owner.
5. Contractor shall supervise and direct the Work, using Contractor's best skill and attention.
Contractor shall be solely responsible for and have control over construction means, methods, techniques,
sequences and procedures, and for coordinating all portions of the Work.
6. Contractor, as soon as practicable, shall furnish in writing to Owner the names of subcontractors
and suppliers for each portion of the Work.
6.1 Contractor shall be fully responsible for all acts and omissions of his subcontractors, and
of persons and organizations directly or indirectly employed by them, and of persons and organizations for
whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and
omissions of persons directly employed by Contractor. Nothing in the Contract Documents shall create a
contractual relationship between Owner and any subcontractor or other person or organization having a
direct contract with Contractor, nor shall it create any obligation on the part of Owner to pay or to see to the
Eagle County Regional Airport Section 008100 - 52
Gypsum Colorado General Conditions
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
payment of any monies due any subcontractor, or other person or organization, except as may otherwise by
required by law. Owner may furnish to any subcontractor or other person or organization, to the extent
practicable, evidence of amounts paid to Contractor on account of specific Work done.
7. No charge shall be made by Contractor for hindrances or delays from any cause whatever during
the progress of any portion of the Work . In any event, Owner may grant an extension of time for the
completion of the Work, provided it is satisfied that delays or hindrances were due to causes outside
Contractor's control, e.g., weather, or to acts of omission or commission by the Owner, provided that such
extensions of time shall in no instance exceed the time actually lost to Contractor by reason of such causes,
and provided further that Contractor shall have given Owner immediate (as determined by the
circumstances, but not exceeding 72 hours) notice in writing of the cause of the detention or delay.
7.1 Contractor shall promptly notify Owner in writing of any latent physical conditions at the
site or in an existing structure differing materially from those indicated or referred to in the Contract
Documents. Owner shall obtain the necessary additional investigations and tests and furnish copies to
Contractor. If Owner finds that the results of such investigations or tests indicate that there are latent
physical conditions which differ materially from those intended in the Contract Documents, and which could
not reasonably have been anticipated by Contractor, a Change Order shall be issued incorporating the
necessary revisions.
The parties agree that, by way of example only, opening a wall and finding something that logically would be
there, like an electrical run to a receptacle is not an unforeseen condition.
8. Contractor shall deliver, handle, store and install materials in accordance with manufacturers'
instructions.
9. Contractor promises to perform the Work in a Workmanlike manner and guarantees all Work
against defects in material or Workmanship for a period of one (1) year from the date of completion.
Contractor warrants to Owner that the materials and equipment furnished under the Agreement will be new
and of good quality; (2) the Work and materials will be free from defects; and (3) the Work will conform to
the requirements of the Project Agreement and the Contract Documents.
9.1 All guarantees and warranties of equipment and other materials furnished to Contractor or
subcontractors by any manufacturer or supplier are for the benefit of Owner. If any manufacturer or supplier
of any equipment or material furnishes a guarantee or warranty for a period longer than one (1) year from
the date of completion, Contractor’s guarantee shall extend for a like period as to such equipment or
materials.
9.2 Contractor shall correct at its own expense without cost to Owner and without interruption
of Owner occupancy, any defects in material or Workmanship and any damage to other Work or property
caused by such defects or the repairing of such defects for one (1) year from the date of final completion all
as more fully set forth in paragraph 28 hereof.
10. Contractor shall comply with and give notices required by all federal, state and local laws, statutes,
ordinances, building codes, rules and regulations applicable to the Work. If Contractor performs Work
knowing it to be contrary to laws, statutes, ordinances, building codes, rules or regulations without notice to
and written approval of Owner, Contractor shall assume full responsibility for such Work and shall bear the
attributable costs. Contractor shall promptly notify Owner in writing of any conflicts between the
specifications for the Work and such governmental laws, rules and regulations.
Eagle County Regional Airport Section 008100 - 53
Gypsum Colorado General Conditions
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
11. Contractor shall keep the premises and surrounding area free from accumulation of debris and
trash related to the Work.
12. Any Work that may reasonably be inferred from the Contract Documents as being required to
produce the intended result shall be supplied as part of the contract price whether or not it is specifically
called for.
13. Contractor shall be solely responsible for the protection of the Work and materials. Contractor
shall have no claim against Owner because of any damage or loss to the Work (except that caused by
negligence of Owner or those for whom Owner is responsible), and shall be responsible for the complete
restoration of damaged Work to its original condition at its sole cost and expense. In the event Contractor's
Work is damaged by another party, not under its supervision or control, Contractor shall make its claim
directly with the party involved. If a conflict or disagreement develops between Contractor and another party
concerning the responsibility for damage or loss to Contractor's Work, such conflict shall not be cause for
delay in Contractor's restoration of the damaged Work.
14. Contractor's Insurance:
A. Contractor shall purchase and maintain such insurance as will protect it from claims set
forth below which may arise out of or result from Contractor's operations under the Project
Agreement whether such operations be by itself, or by any of its subcontractors, or by anyone
directly or indirectly employed by any of them, or by anyone for whose acts any of them may be
liable. All such insurance shall remain in effect until final payment, and at all times thereafter when
Contractor may be correcting, removing, or replacing defective Work. In addition, Contractor shall
maintain such completed operations insurance for at least one year after final payment.
B. Insurance coverage shall be as follows:
Coverage for claims under Workmen's Compensation, disability benefits, and other similar
employee benefit acts, with coverage and in amounts as required by the laws of the State of
Colorado;
Coverage for claims for damage because of bodily injury, occupational sickness or disease, or
death of its employees, and claims insured by usual personal injury liability coverage;
Coverage for claims for damage because of bodily injury, sickness or disease, or death of any
person other than its employees, and claims insured by usual personal injury liability coverage; and
Coverage for claims for damages because of injury to or destruction of tangible property, including
loss of use resulting therefrom.
Coverage for Contractor's Liability Insurance issued to and covering the liability for damage
imposed by law upon Contractor and each subcontractor with respect to all Work performed by
them under the Project Agreement.
Coverage for Contractor's Protective Liability Insurance issued to and covering the liability for
damages imposed by law upon Contractor and each subcontractor with respect to all Work under
this Agreement performed for Contractor by subcontractors.
Coverage for Completed Operations Liability Insurance issued to and covering the liability for
damage imposed by law upon Contractor and each subcontractor arising between the date of final
Eagle County Regional Airport Section 008100 - 54
Gypsum Colorado General Conditions
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
cessation of the Work, and the date of final acceptance thereof out of that part of the Work
performed by each.
Comprehensive Automobile Insurance shall be carried in the amount of $500,000/$1,000,000 for
bodily injury and $500,000 for property damage, each occurrence. All liability and property
damage insurance required hereunder shall be Comprehensive General and Automobile Bodily
Injury and Property Damage form of policy.
Comprehensive Risk Policy Option: In lieu of the several policies specified for Contractor's Liability
Insurance, a comprehensive liability and property damage insurance policy inclusive of all the
insurance and requirements herein set forth, subject to the approval of the County, will be
permissible.
Insurance covering claims for damages to persons or property required by the preceding
paragraph shall be in the following minimum amounts:
Bodily Injury Liability:
Each Person: $2,000,000
Each Accident or Occurrence: $2,000,000
Property Damage Liability:
Each Accident or Occurrence: $2,000,000
Aggregate: $4,000,000
Any proceeds obtained from insurance provided for by this paragraph shall be paid to and held by
the Owner as trustee. Owner shall have the right to withhold payment of such proceeds until such
time as the Work destroyed or damaged and covered by such insurance shall be reconstructed
and shall pay such proceeds on an installment basis similar to that provided for by progress
payments covering the original Work.
C. Certificates of Insurance: Certificates of Insurance acceptable to Owner shall be filed
with Owner with respect to each Contractor and subcontractor prior to commencement of the Work.
These Certificates shall contain provisions naming Owner as an additional insured under
Contractor's insurance, as more fully required by the General Conditions herein, and that coverage
afforded under the policies will not be canceled until at least thirty days prior written notice has
been given to Owner. Contractor and its subcontractors shall not permit any of its subcontractors
to start Work until all required insurance have been obtained and certificates with the proper
endorsements have been filed with Owner. Failure of Contractor to comply with the foregoing
insurance requirements shall in no way waive Owner's rights hereunder.
15. Owner, at its option, may purchase and maintain such liability insurance as will protect it against
claims which may arise from operations under this contract. Purchasing and maintaining such insurance,
however, will not relieve Contractor from purchasing and maintaining the insurance hereinbefore specified.
16. Before permitting any of its subcontractors to perform any Work under the Project Agreement,
Contractor shall either (a) require each of its subcontractors to procure and maintain during the life of its
subcontracts, Subcontractor's General Liability and Property Damage Insurance of the types and in the
amounts as may be applicable to its Work, which type and amounts shall be subject to the approval of the
Owner, or (b) insure the activities of its subcontractors in its own policy.
17. Without invalidating the Project Agreement, Owner may, at any time or from time to time, order
Eagle County Regional Airport Section 008100 - 55
Gypsum Colorado General Conditions
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
additions, deletions, or revisions in the Work; these will be authorized by written Change Orders. Upon
receipt by Contractor, of a Change Order approved in writing by Owner, Contractor shall proceed with the
Work involved. All such Work shall be performed under the applicable conditions of the Contract
Documents. The Contract Price may only be changed by a Change Order authorized by Owner. Failure of
Contractor to obtain an executed change order prior to performing the Work shall result in non-payment for
such Work. If notice of any change affecting the general scope of the Work or change in the Contract Price
is required by the provisions of any bond to be given to the surety, it will be Contractor’s responsibility to so
notify the surety, and the amount of each applicable bond shall be adjusted accordingly. Contractor shall
furnish proof of such adjustment to Owner.
18. Performance and other Bonds
18.1 Contractor shall furnish performance and payment bonds, each in an amount at least
equal to 100% of the Contract Price as security for the faithful performance and payment of all Contractor’s
obligations under the Contract Documents. These bonds shall remain in effect at least until two years after
the date of final payment, except as otherwise provided by law. Contractor shall also furnish other bonds as
are required by the Contract Documents. All bonds shall be in the forms prescribed by the Contract
Documents, and be executed by such sureties as (a) are licensed to conduct business in the state where
the project is located, and (b) are named in the current list of “Companies Holding Certificates of Authority
as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in
Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed
by an agent must be accompanied by a certified copy of the authority to act.
18.2 If the surety on any bond furnished by Contractor is declared bankrupt, or becomes
insolvent, or its right to do business is terminated in any state where any part of the project is located, or it
ceases to meet the requirements of clause (A) of this paragraph 18, Contractor shall within five days
thereafter substitute another bond and surety, both of which shall be acceptable to Owner.
19. Progress Payments:
19.1 Not more often than once a month, Contractor shall submit to Owner an application for
payment filled out and signed by Contractor covering the Work completed as of the date of the application,
and accompanied by such supporting documentation as Owner may reasonably require. If payment is
requested on the basis of materials and equipment not incorporated in the Work, but delivered and suitably
stored at the site or at another location agreed to in writing, the application for payment shall also be
accompanied by such data, satisfactory to Owner, as will establish Owner's title to the material and
equipment, and protect Owner's interest therein, including applicable insurance. Each subsequent
application for payment shall include an affidavit of Contractor stating that all previous progress payments
received on account of the Work have been applied to discharge in full all of Contractor's obligations
reflected in prior applications for payment. The amount of retention with respect to progress payments will
be as stipulated in the Project Agreement.
19.2 Owner will, within ten (10) days after receipt of each application for payment, either
indicate in writing a recommendation of payment, or return the application to Contractor indicating in writing
its reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary
corrections and resubmit the application. Owner shall, within ten (10) days of a recommendation of
payment, pay Contractor the amount recommended.
19.3 Substantial Completion shall mean when the Work (or a specified part thereof)
has progressed to the point where, in the opinion of Owner as evidenced by its definitive certificate of
Eagle County Regional Airport Section 008100 - 56
Gypsum Colorado General Conditions
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
substantial completion, it is sufficiently complete, in accordance with the Contract Documents, so that the
Work (or specified part) can be utilized for the purposes for which it was intended; or if there be no such
certificate issued, when final payment is due in accordance with paragraph 21 of the General Conditions.
The terms “substantially complete” and “substantially completed” as applied to any Work refer to substantial
completion thereof.
19.4 When Contractor considers the entire Work ready for its intended use, and a temporary or
final certificate of occupancy has been issued for the Work, Contactor shall, in writing to
Owner certify that the entire Work is substantially complete. Within a reasonable
time thereafter, Owner and Contractor shall make an inspection of the Work to
determine the status of completion. If Owner does not consider the Work substantially
complete, Owner will notify Contractor in writing giving its reasons therefore and
Contractor shall complete or correct such items identified by Owner. There shall be
attached to the certificate a tentative list of items to be completed or corrected before
final payment.
20. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
application for payment, whether incorporated in the Project or not, will pass to Owner at the time of
payment free and clear of all liens, claims, security interests, and encumbrances (in these General
Conditions referred to as "Liens").
21. Final Payment:
21.1 Upon written notice from Contractor that the Work is complete, Owner will make a final
inspection with Contractor, and will notify Contractor in writing of all particulars in which this inspection
reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to remedy such deficiencies.
21.2 After Contractor has completed all such corrections to the satisfaction of Owner, and
delivered all maintenance and operating instructions, guarantees, bonds, certificates of inspection,
Contractor may make application for final payment following the procedure for progress payments. The final
application for payment shall be accompanied by all documentation called for in the Contract Documents,
and such other data and schedules as Owner may reasonably require, together with complete and legally
effective releases or waivers (satisfactory to Owner) of all liens arising out of, or filed in connection with the
Work. In lieu thereof, and as approved by Owner, Contractor may furnish receipts or releases in full; an
affidavit of Contractor that the releases and receipts include all labor, services, material, and equipment for
which lien could be filed, and that all payrolls, material, and equipment bills, and other indebtedness
connected with the Work, for which Owner or its property might in any way be responsible, have been paid
or otherwise satisfied; and consent of the surety, if any, to final payment. If any subcontractor,
manufacturer, fabricator, supplier, or distributor fails to furnish a release or receipt in full, Contractor may
furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any lien.
22. Final payment shall not become due until Contractor submits to Owner releases and waivers of
liens, and data establishing payment or satisfaction of obligations, such as receipts, claims, security
interests or encumbrances arising out of the Work. Final payment is subject to the Final Settlement
requirements and time periods set forth in C.R.S. §38-26-107.
22.1 Owner shall not authorize final payment until all items on the punch have been completed
and Owner has received a Certificate of Occupancy, if applicable, from the local jurisdiction, the Notice of
Acceptance is issued, and the Notice of Contractor's Final Settlement Date is published and at least 30 days
have expired with no claims filed.
Eagle County Regional Airport Section 008100 - 57
Gypsum Colorado General Conditions
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
22.2. Before the Owner may advertise, Contractor shall:
A. Deliver to the Owner’s Project Manager for review:
1. All guaranties and warranties;
2. A letter confirming that sales taxes from which the Owner is exempt have not
been paid;
3. Three (3) complete bound sets of required operations and maintenance manuals
and instructions plus One (1) electronic copy placed on an archival quality
compact disk;
4. Two (2) full size sets of as-built drawings plus One (1) electronic copy placed on
an archival quality compact disk;
5. To the extent not already furnished, one copy of all corrected Shop
Drawings, if applicable;
6. Satisfactory evidence that all payroll, material bills, and other
indebtedness connected with the Work have been paid or otherwise satisfied;
7. A complete and final waiver and/or release of any and all lien rights and liens
from each subcontractor of all tiers, material, men, supplier, manufacturer and
dealer for all labor, equipment and material used or furnished by each on the
Work;
8. Consent of the surety to final payment; and
9. Any other documents required to be furnished by the Contract
Documents.
B. Demonstrate to the operating personnel of the Owner the proper operation and
maintenance of all equipment.
22.3. Upon completion of the foregoing, Contractor’s Settlement shall be advertised in accordance with
Colorado law. On the date of final settlement thus advertised, and after Contractor has submitted a
written notice that no claims have been filed, final payment and settlement shall be made in full.
22.4. Pursuant to C.R.S. §38-26-107, if any unpaid claim for labor, materials, rental machinery, tools,
supplies, or equipment is filed before payment in full of all sums due Contractor, Owner shall
withhold from Contractor sufficient funds to insure the payment of such claim, until the same shall
have been paid or withdrawn, such payment or withdrawal to be evidenced by filing a receipt in full
or an order for withdrawal signed by the claimant or its duly authorized agent or assignee.
22.5. The making of final payment, after the Date of the Notice of Contractor Settlement of the Project,
shall constitute a waiver of all claims by the Owner except those arising from:
A. Unsettled Claims;
Eagle County Regional Airport Section 008100 - 58
Gypsum Colorado General Conditions
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
B. Faulty or defective Work appearing after Completion of the Work;
C. Failure of the Work to comply with the requirements of the Contract Documents; or
D. Terms of any warranties or special warranties required by the Contract Documents.
22.6. The acceptance of final payment, after the Date of the Notice of Contractor Settlement of the
Project, shall constitute a waiver of all claims by Contractor except those previously made in writing
and separately identified by Contractor as unsettled in the final Project Application for Payment.
22.7. All provisions of the Contract Documents including without limitation those establishing obligations
and procedures, shall remain in full force and effect notwithstanding the making or acceptance of
final payment.
23. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. Neither the recommendation of any progress or final payment, nor the
payment by Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or
any part thereof by Owner, nor any act of acceptance by Owner, nor any failure to do so, nor any correction
of defective Work by Owner shall constitute an acceptance of Work not in accordance with the Contract
Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract
Documents.
24. Any Work in accordance with the Contract Documents that the Owner finds improper, Contractor
will correct said Work at its sole cost and expense and in a timely manner so as not to delay completion of
the Project.
25. If Contractor defaults or neglects to carry out the Work in accordance with the Agreement and fails
within a ten (10) day period after receipt of written notice from the Owner to correct such default or neglect
with diligence and promptness, the Owner may, without prejudice to other remedies, correct such
deficiencies and Contractor shall be responsible for the cost of such correction.
26. Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and
programs, including all those required by law in connection with performance of the Agreement. Contractor
shall promptly remedy damage and loss to property caused in whole or in part by Contractor, or by anyone
for whose acts Contractor may be liable.
27. Contractor shall promptly correct Work rejected by the Owner as failing to conform to the
requirements of the Project Agreement and Contractor shall bear the cost of correcting such rejected Work.
28. Contractor warrants and guarantees to the Owner that all Work will be in accordance with the
Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. If,
within one (1) years after the date of completion, or such longer period of time as may be prescribed by law,
prescribed by the terms of any applicable warranty given by a materials supplier or required by or a part of
the Agreement, any Work is found to be defective, Contractor shall promptly, without cost to the Owner, and
in accordance with the Owner's written instructions, either correct such defective Work, or, if it has been
rejected by the Owner, remove it from the site, and replace it with non-defective Work. If Contractor does
not promptly comply with the terms of such instructions, or in an emergency where delay would cause
serious risk of loss or damage, the Owner may have the defective Work corrected or the rejected Work
removed and replaced, and all direct and indirect costs of such removal and replacement, including
compensation for additional professional services, shall be paid by Contractor.
Eagle County Regional Airport Section 008100 - 59
Gypsum Colorado General Conditions
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
29. The performance of the Work may be terminated at any time in whole, or from time to time in part,
by the Owner for its convenience. Any such termination shall be effected by delivery to Contractor of a
written notice ("Notice of Termination") specifying the extent to which performance of the Work is terminated
and the date upon which termination becomes effective. After receipt of a Notice of Termination, and except
as otherwise directed by the Owner, Contractor shall, in good faith, and to the best of its ability, do all things
necessary, in the light of such notice and of such requests in implementation thereof as the Owner may
make, to assure the efficient, proper closeout of the terminated Work (including the protection of ECAT's
property). Among other things, Contractor shall, except as otherwise directed or approved by the Owner:
A. stop the Work on the date and to the extent specified in the Notice of Termination;
B. place no further orders or subcontracts for services, equipment or materials except as may be
necessary for completion of such portion of the Work as is not terminated;
C. terminate all orders and subcontracts to the extent that they relate to the performance of Work
terminated by the Notice of Termination;
D. assign to ECAT, in the manner and to the extent directed by it, all of the right, title and interest of
Contractor under the orders or subcontracts so terminated, in which case ECAT shall have the
right to settle or pay any or all claims arising out of the termination of such orders and
subcontracts;
E. with the approval of ECAT, settle all outstanding liabilities and all claims arising out of such
termination or orders and subcontracts; and
F. deliver to ECAT, when and as directed by ECAT, all documents and all property which, if the
Work had been completed, Contractor would be required to account for or deliver to ECAT, and
transfer title to such property to ECAT to the extent not already transferred.
In the event of such termination, Contractor shall be entitled to payment for the Work satisfactorily
performed prior to the termination date.
30. The selection of subcontractors shall be in accordance with the laws of Colorado. In the event of
Contractor's non-compliance with the Colorado labor laws, the Project Agreement may be
canceled, terminated or suspended, in whole or in part, without any liability to the Owner.
31. TIME IS OF THE ESSENCE IN THE PERFORMANCE OF THE WORK UNDER THE CONTRACT
DOCUMENTS AND EACH OF THE TIME LIMITS PROVIDED IN THE CONTRACT DOCUMENTS.
Any delay in achieving the date of Substantial Completion as defined in the Contract Documents
shall result in significant monetary loss to Owner. As a result thereof, Contractor shall pay to
Owner as liquidated damages, and not as a penalty, the amount of $500.00 per calendar day that
Substantial Completion is not achieved after the date of Substantial Completion set forth in the
Contract Documents. The parties hereby agree that liquidated damages are not punitive in nature
and represent the parties’ best estimate of the Owner’s damages should the Project not be
substantially completed on or prior to the date of Substantial Completion. If the liquidated
damages set forth herein are determined to be invalid or unenforceable for any reason, Owner
reserves the right to seek and recover all actual, consequential and special damages which arise
or result from Contractor’s failure to achieve Substantial Completion on or prior to the date set forth
in the Contract Documents.
Eagle County Regional Airport Section 008100 - 60
Gypsum Colorado General Conditions
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
32. Contractor acknowledges that the Work is a public Work financed in whole or in
part by funds of the state of Colorado and/or the Owner, and pursuant to section Title 8-17-
101, C.R.S. (1973). Colorado labor shall be employed to perform the Work in the extent
of not less than eighty percent (80%) of each type or class of labor in the several
classifications of skilled and common labor employed in the Work. For purposes of this
provision, "Colorado labor" means "any person who is a resident of the state of
Colorado at the time of employment, without discrimination as to race, color, creed, sex,
age, or religion except when sex or age is a bona fide occupational qualification.”
33. Contractor agrees to comply with the letter and spirit of the Colorado Anti-
discrimination Act of 1957, as amended, and other applicable laws respecting
discrimination and unfair employment practices. Pursuant thereto, the following
provision shall be contained in all contracts or subcontracts during the performance of
this Contract:
A. Contractor will not discriminate against any employee or applicant for employment because of
race, creed, color, national origin, sex, marital status, religion, ancestry, mental or physical
disability, sexual orientation, or age. Contractor will take affirmative action to insure that
applicants are employed and that employees are treated during employment, without regard to
the above mentioned characteristics. Such action shall include, but not be limited to, the
following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising;
lay-offs or terminations; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. Contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the contracting officer
setting forth provisions of this non-discrimination clause.
B. Contractor will, in all solicitations or advertisements for employees placed by or on behalf of
Contractor, state that all qualified applicants will receive consideration for employment without
regard to race, creed, color, national origin, sex, marital status, religion, ancestry, mental or
physical disability, or age.
34. In addition to the indemnification provision set forth in the Project Agreement, to the fullest extent
permitted by law, Contractor shall indemnify and hold harmless Owner and its officials, agents and
employees, from and against all claims, damages, liabilities, losses, and expenses including, but not
limited to, attorney’s fees and costs arising out of, or resulting from, the performance or non-
performance of the Work, and including, but not limited to, claims, damages, liabilities, losses, or
expenses attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of
tangible property including the loss of use resulting therefrom or is caused, in whole or in part, by
any negligent act or omission of Contractor, any subcontractor, anyone directly or indirectly employed
by any of them, or anyone for whose acts any of them may be liable, regardless of whether or not it is
caused in part by a party indemnified hereunder. Nothing in the contract shall be interpreted that the
Owner waives its sovereign immunity granted under Colorado Governmental Immunity Act or other
applicable law.
35. Colorado Statutes do not provide for any right of lien against public buildings. In
lieu thereof, Title 38-26-107 et seq. C.R.S., as amended, provides adequate relief for any
claimant having furnished labor, materials, rental machinery, tools, equipment or services
toward construction of the particular public Work in that final payment may not be made
to a Contractor until all such creditors have been put on notice by publication in the
public press of such pending payment and given opportunity to stop payment to
Eagle County Regional Airport Section 008100 - 61
Gypsum Colorado General Conditions
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
Contractor in the amount of such claims.
END OF SECTION
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
DIVISION 1
GENERAL REQUIREMENTS
Eagle County Regional Airport Section 011100 - 65
Gypsum Colorado Summary of Work
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 011100
SUMMARY OF WORK
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED:
A. Title of Work.
B. Work by Others and Future Work.
C. Contractor Use of Premises.
D. Coordination.
E. Field Engineering.
F. Reference Standards.
G. Protection.
1.02 WORK COVERED BY CONTRACT DOCUMENTS:
This Contract covers site improvements, for the Project titled “Eagle County Regional Airport”.
1.03 WORK BY OTHERS:
n/a
1.04 CONTRACTOR USE OF PREMISES
Coordinate use of premises under direction of Owner's Representative.
1.05 COORDINATION:
A. Coordinate Work of the various Specification Sections to assure efficient and orderly sequence of
construction. Make accommodations for items to be installed later.
B. Integrate elements of Work; uncover ill-timed, defective, and non-conforming Work; and provide
samples for testing, as required by Site Work and Technical Specifications, and as requested by
the Owner or Owner’s Representative.
C. Deficiencies noted shall be repaired in a reasonable time frame, which shall be determined by the
Owner’s Representative.
Eagle County Regional Airport Section 011100 - 66
Gypsum Colorado Summary of Work
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
1.06 FIELD ENGINEERING:
A. SURVEYS, LINES, AND GRADES
1. Contractor shall be responsible for utility locates, laying out the Work (unless otherwise
specified), shall protect and preserve established reference points, and shall make no
changes or relocations without the prior written approval of Owner. Contractor shall report to
Owner’s Representative whenever any reference point is located or destroyed or requires
relocation before necessary changes in grades or locations.
2. All Work done under the Project Agreement shall be done to the lines, grades, and elevations
shown on the Drawings. The Contractor shall keep the Owner’s Representative informed, a
reasonable time in advance, of the times and places at which he wishes to do Work in order
to ensure proper coordination between trades has been performed.
3. Any Work done without being properly located and established by base lines, offset stakes,
benchmarks, or other basic reference points located, established, or checked by the Owner’s
Representative may be ordered removed and replaced at the Contractor's sole cost and
expense.
4. All stakes, benchmarks, and other survey points shall be preserved by the Contractor.
B. RECORD DRAWINGS
1. Upon completion of construction, provide one complete record drawings of drawings for the
irrigation system, landscape, and all structural elements produced from Contractor's notes
and cut sheets.
2. At the end of every week, revise a master copy of the construction plans showing Work
accomplished that week in red ink. As-built copies shall be brought up-to-date at the end of
every month and shown to the Owner’s Representative.
3. Upon completion of Project, submit for review, prior to final acceptance, final set of as-built
drawings to Owner. This set shall be printed at full size.
4. Final record drawings may be submitted in a digital format, compatible with the most current
version of AutoCAD.
5. If record drawings are hand written (and satisfactory to the Owner’s Representative) the
Owner’s Representative will scan these and distribute electronic copies for recordation.
1.07 REFERENCE STANDARDS:
A. For products specified by association or trade standards, comply with requirements of the
standard, except when more rigid requirements are specified or are required by applicable codes.
The date of the standard is that in effect as of the Bid date, or date of the Project Agreement when there are
no Bids, except when a specific date is specified.
PART 2 - PRODUCTS
Not used.
PART 3 - EXECUTION
Not used.
END OF SECTION
Eagle County Regional Airport Section 013100 - 67
Gypsum Colorado Project Management and Coordination
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 013100
PROJECT MANAGEMENT AND COORDINATION
PART 4 - GENERAL
4.01 REQUIREMENTS INCLUDED
A. Pre-construction Conferences.
B. Progress Meetings.
C. Pre-installation Review.
4.02 RELATED REQUIREMENTS
Submittals: Progress Schedules.
4.03 PRECONSTRUCTION CONFERENCE
Owner's Representative may administer a pre-construction conference for execution of the Project
Agreement, exchange of preliminary submittals, clarification of Owner and Contractor
responsibilities in use of site, and for review of administrative procedures.
4.04 PROGRESS MEETINGS
A. Contractor, Owner, and Owner’s representative shall schedule and administer Project meetings
and inspections throughout the course of the Work at critical intervals.
B. Attendance: Job superintendent, major subcontractors and suppliers, and Owner's
Representative, as appropriate to agenda topics for each meeting.
C. Suggested Agenda: Review progress of Work, adjustments to progress schedule, delivery
schedules, submittals, maintenance of quality standards, pending changes and substitutions, and
other items affecting the Work.
D. Field reports will serve as the overriding document in the event of any disputes.
E. Owner’s Representative may take meeting notes (or minutes) as needed to document
Agreements or critical observations during these meetings. Within five Working days of the
meeting, Owner’s Representative will issue these notes, as a “Field Report”, by e-mail to all
participants, or other parties effected by decisions or schedules developed during this meeting. All
parties should review these notes for accuracy and omissions. Any corrections to meeting notes
should be noted within five business days after receipt of the report. After such time, these notes
will be filed as a record of the meeting.
4.05 PRE-INSTALLATION REVIEW
A. When required in individual Specification Section, schedule a pre-installation review. Notify
Owner's Representative three days in advance.
B. Require attendance of entities affected by the Work, job superintendent, and subcontractor
performing the installation.
Eagle County Regional Airport Section 013100 - 68
Gypsum Colorado Project Management and Coordination
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
4.06 SITE OBSERVATION VISITS
A. Provide access to and review information with Owner's Representative during regularly scheduled
site visits for progress meetings.
B. Information to be reviewed: Work in progress, problems or conflicts, material samples, testing,
and other items affecting the Work.
4.07 PROJECT MANAGEMENT BY THE CONTRACTOR
A. On Site Supervision, Management, and Monitoring (During Construction and During Maintenance)
1. During the time the irrigation system is inactive (generally October 15 – April 15) the
Contractor will be expected to have supervision and staff present on site at a minimum one
day per week to monitor the condition of the site and provide a detailed written report of
activities that occurred. Trash removal and clean up shall occur each week.
2. Herbicide and Insecticide treatments shall be by a licensed applicator only. Any collateral
damage associated with treatments shall be the responsibility of the Contractor.
B. General Staff Expectations
1. All staff working on the Project shall be easily associated with the company they are
employed by. Workers shall have a uniform appearance such as similar shirts, hats, jackets
where the company name and logo are visible. All equipment shall be marked in visible
locations with the company name and logo.
2. Workers shall not interact with or receive direction from anyone other than the Owner’s
designated representative unless requested by the Owner or Owner’s Representative. If
approached by someone not in the chain of command, Workers shall politely state they must
follow certain guidelines to ensure all communication is documented.
3. All observed damages to the irrigation system (which includes damages by mowers) shall be
flagged for repair.
4.08 MEASUREMENT AND PAYMENTS
A. This shall apply to all sections
B. The Contractor will be required to submit a worksheet with their monthly pay application that
itemizes Work that was performed that month.
C. Quantities will be based on frequency, number, or areas.
D. Unit pricing shown on the Bid Schedule will be used for the basis of determining the value of the
Work performed.
E. In cases where unit pricing is not listed on the Bid Documents for a task, the Contractor must
obtain authorization to proceed from the Owner’s Representative before performing the Work.
Authorization will only be granted after receiving a price quote from the Contractor.
PART 5 - PRODUCTS
Not used.
PART 6 - EXECUTION
Not used.
END OF SECTION
Eagle County Regional Airport Section 013300 - 69
Gypsum Colorado Submittal Process
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 013300
SUBMITTAL PROCESS
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED:
A. Procedures
B. Construction Progress Schedules
C. Schedule of Values
D. Shop Drawings
E. Materials List
F. Manufacturer's Data
G. Field Samples
1.02 PROCEDURES:
A. Submittals shall be electronic.
B. Deliver submittals to the Owner's Representative.
C. Identify Project, Contractor, subcontractor, major supplier. Identify pertinent Drawing sheet and
detail number, and Specification Section number, as appropriate. Identify deviations from
Contract Documents. Provide space for Contractor and Owner's Representative review stamps.
D. After Owner's Representative's review of submittal, revise and resubmit as required, identifying
changes made since previous submittal.
E. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly
report any inability to comply with provisions.
1.03 SCHEDULE OF VALUES:
A. Submit schedule of values with the Bid Form. After award of Project, the Successful Bidder shall
submit two additional copies of the Bid to the Owner's Representative. One copy will be kept by
the Owner, the other copy will be retained by the Owner’s Representative.
B. Include in each line item a directly proportional amount of Contractor's overheard and profit.
C. Revise schedule to list Change Orders. Submit revised schedule with application for payment.
D. Owner or Owner’s Representative may request all applicable back up information to justify
quantities shown on pay applications. Back up may be in the form of invoices, purchase orders,
delivery tickets, and visual inspection.
E. The installation of this Project is a lump sum type pricing structure, therefore it will not be
necessary to verify quantities if the Work matches plans, is complete, and functions as described.
F. The maintenance portions of this Project are similar to a unit price type Bid. Quantities may be
less than, or exceed the values shown on the supplement to the Bid form. Billing will be based on
the Work performed each month.
1.04 SHOP DRAWINGS:
Eagle County Regional Airport Section 013300 - 70
Gypsum Colorado Submittal Process
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
A. When required in individual Specification Section or on the Construction Drawings, submit the
number of opaque reproductions which Contractor requires, plus one copy which will be retained
by Owner's Representative.
B. Show products required for proper installation, their relative locations, and critical dimensions.
C. Identify deviations from the Contract Documents.
1.05 MATERIALS LIST:
When required in individual Specification Section, submit a list of materials included in the Work of
that section. Identify manufacturer, trade name, and model name, as applicable. Submit within 14
days after date of Project Agreement.
1.06 MANUFACTURER'S DATA:
When required in individual Specification Section or on the Construction Drawings, submit
manufacturer's data for delivery, storage, assembly, installation, start-up, adjusting, and finishing.
1.07 FIELD SAMPLES:
Provide field samples of finishes at Project site as required by individual Specification Section.
Install sample complete and finished. Acceptable samples in place may be retained in completed
Work.
PART 2 - PRODUCTS
Not used.
PART 3 - EXECUTION
Not used.
END OF SECTION
Eagle County Regional Airport Section 015000 - 71
Gypsum Colorado Temporary Facilities and Controls
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 015000
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED:
A. Electricity.
B. Water.
1.02 STAGING AREA REQUIREMENTS
The Contractor’s staging area shall contain the following items
A. Fencing
The perimeter of the staging area or portion of the staging area may be fenced. A locked gate
or access point is recommended.
B. Material storage
1. A sufficient amount of area in the staging area should be allocated for material stock piles
such as crusher fines.
2. Any other materials the Contractor chooses to store in the stage area shall be kept in a neat
and organized fashion.
3. The Contractor may elect to secure materials in containers to protect from theft. The Owner
is not responsible for theft or vandalism.
4. Stock piled materials shall be stored in such a ways as to comply with the Storm Water
Management Program.
C. Equipment storage
1. The Contractor may store and maintain equipment in their staging area.
2. Fuel containers may not be stored in the staging area.
3. Equipment stored in the staging area shall be kept in a neat and organized fashion.
D. Bathroom facilities
1. At a minimum one port-a-let shall be provided for employees.
2. Port-a-lets shall be secured in such a fashion as to prevent accidental tip over or tip over from
wind.
E. Trash dumpster
1. A dumpster shall be provided in the staging area for construction debris and other trash
generated by normal operations on the site.
2. This container must be emptied regularly and never be allowed to over flow.
3. This site is susceptible to high winds, therefore the Contractor is urged to empty containers
before they have reached their maximum capacity.
1.03 ELECTRICITY:
If required the Contractor will be responsible for obtaining all materials and equipment to hook up
to connection point. If the Contractor elects to use a generator in their storage area it may only be
operated during normal Working hours as outlined in the General Conditions.
1.04 WATER:
Water is available through existing irrigation mainlines installed previous to the Contractor’s
mobilization.
Eagle County Regional Airport Section 015000 - 72
Gypsum Colorado Temporary Facilities and Controls
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
PART 2 - PRODUCTS
Not used.
PART 3 - EXECUTION
Not used.
END OF SECTION
Eagle County Regional Airport Section 016600 - 73
Gypsum Colorado Product Storage and Handling
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 016600
PRODUCT STORAGE AND HANDLING
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED
A. Products.
B. Transportation and Handling.
C. Storage and Protection.
D. Product Options.
E. Substitutions.
1.02 RELATED DOCUMENTS
Submittals: Materials list.
1.03 PRODUCTS
A. Products include material, equipment, and systems.
B. Components required in quantity shall be interchangeable. Should these components be exposed
to view, purchase the quantity required for the Work from a single manufacturer.
1.04 TRANSPORTATION AND HANDLING
A. Transport products by method to avoid product damage; deliver in dry, undamaged condition in
manufacturer's unopened packaging.
B. Provide equipment and personnel to handle products by methods to prevent soiling or damage.
C. Promptly inspect shipments to assure that products comply with requirements, quantities are
correct, and products are undamaged.
1.05 STORAGE AND PROTECTION
A. Store products in accordance with manufacturer's instructions, with seals and labels intact and
legible. Store sensitive products in weather tight enclosures.
B. Arrange storage to provide access for inspection. Periodically inspect to assure products are
undamaged and required storage conditions are met.
1.06 PRODUCT OPTIONS
A. Products specified by Reference Standards or by Description Only: Provide any product meeting
those standards.
B. Products specified by Naming One or Several Manufacturers: Provide products of named
manufacturers meeting specifications. No substitutions allowed without prior approval.
Eagle County Regional Airport Section 016600 - 74
Gypsum Colorado Product Storage and Handling
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
PART 2 - PRODUCTS
Not used.
PART 3 - EXECUTION
Not used.
END OF SECTION
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
DIVISION 2
TECHNICAL SPECIFICATIONS
Eagle County Regional Airport Section 265600 - 77
Gypsum Colorado Design-Build Exterior Electrical Work
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 265600
DESIGN-BUILD EXTERIOR ELECTRICAL WORK
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes
Guidelines for the design and installation of exterior electrical Work, specifically intended for
sign lighting, lighting controls, electrical receptacles, electrical connection for irrigation
controllers, power disconnects and distribution panels, and metering equipment.
B. Related Sections
1. Refer to Irrigation Plans for information on power source for irrigation controllers.
2. Refer to Construction Drawings for specific information regarding location and type of
electrical components.
1.02 REFERENCES
A. Provide equipment and materials that conform to the applicable standards of the American
National Standards Institute (ANSI), the Institute of Electrical and Electronic Engineers (IEEE), the
National Electrical Manufacturers Association (NEMA), the National Fire Protection Association
(NFPA), and that are listed or labeled by Underwriters Laboratories (UL), Electrical Testing
Laboratories (ETL), and/or MET Laboratories (MET).
B. Install equipment and materials in compliance with the most recent National Electrical Code
(NEC), the Life Safety Code (NFPA-101), the Uniform Federal Accessibility Standards (UFAS),
the State of Colorado Office of Fire Safety, Local Codes, the Owner’s Inspection Authorities, and
manufacturers' instructions.
1.03 SYSTEM DESCRIPTION
A. Design Requirements
1. The Owner shall provide information regarding the desired location of all light fixtures, model
number and manufactures for the fixtures, electrical outlets, and distribution panels, operation
of the system, and desired groupings for circuit design. The Owner and the Contractor
expect to Work closely with the electrical designer to determine the best, most reasonable
locations for all electrical components.
2. Contact the Owner's Representative about design questions and discrepancies between
design documents before performing the Work.
3. Notify the Owner if existing code violations are uncovered that are not addressed in the
design documents.
4. All conduit routing shall be concealed within structures out of sight. If this is not possible on
prefabricated structures, contact the Owner for field verification prior to placement.
B. Performance Requirements
1. The electrical Contractor will be expected to design and install the site electrical within the
time frame outlined in the Bid documents. All activities should be coordinated with all trades
performing Work in this area. Electrical Work shall not delay any trade from meeting their
final completion dates.
2. Preserve and protect all trees, plants, monuments, structures, irrigation, and paved areas
from damage due to Work in this section. In the event damage occurs, all damage to
inanimate items shall be completely repaired or replaced to satisfaction of the Owner, or
Eagle County Regional Airport Section 265600 - 78
Gypsum Colorado Design-Build Exterior Electrical Work
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
Owner’s Representative. All injury to landscape or irrigation items shall be repaired by the
landscape Contractor. All costs of such repairs shall be paid by the Contractor responsible
for the damage.
3. Protect buildings, walls, walks, and other property from damage. Flare and barricade open
ditches. Damage caused to asphalt, concrete, or other building material surfaces shall be
repaired or replaced at no cost to the Owner. Restore disturbed areas to original conditions.
1.04 SUBMITTALS
A. Product Data
Submit manufacturer’s “cut sheets” for all products proposed. These items shall include, but
are not limited to, light fixtures, electrical devices, circuit panels, disconnects, metering
devices, GFI receptacles and enclosures, wiring, and conduit.
B. Shop Drawings
Contractor shall submit as shop drawings, all design data and calculations. These drawings
shall reflect the layout and distribution for all components of the site electrical Work. Drawings
shall also detail the installation of all light fixtures and electrical devices.
C. Samples
The Owner or Owner’s Representative reserves the right to request reasonable samples of
products, color samples, or finish samples.
D. Quality Control Submittals
1. Design Data – All calculations and layout shall be reviewed by the local municipalities’
Enforcement, or Building Permit Division.
2. Certificates – Contractor shall obtain all necessary permits and certifications required for
specified Work.
3. Manufacturer’s Instructions – Manufacturer’s instructions for installation shall supersede and
other details and specifications, unless specifically requested by the Owner to modify the
detail.
E. Contract Closeout Submittals
Operation and Maintenance – Written instructions, shop manuals, operation manuals, etc. will
be turned over upon completion of the installation. The Owner’s Representative will receive
these submittals.
1.05 QUALITY ASSURANCE
A. Qualifications
Electrical Work shall be performed by licensed Journeyman or registered Apprentice
Electricians. The number of Apprentices on a Project shall not exceed the number of
Journeymen. Electricians shall carry a copy of their license or registration while Working on
the Owner’s Project.
B. Pre-Installation Conference
1. The electrical contractor will be required to attend several conferences with the design team
to ensure the proposed electrical design will meet the Owner’s vision of the site.
2. Prior to commencing any activities, the electrical contractor will coordinate their schedules
with other trades, to ensure all parties do not adversely affect the other’s Work.
Eagle County Regional Airport Section 265600 - 79
Gypsum Colorado Design-Build Exterior Electrical Work
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
1.06 DELIVERY, STORAGE, AND HANDLING
A. Packing and Shipping
1. Deliver, unload, store, and handle materials, packaging, bundling, products in dry,
weatherproof, condition in manner to prevent damage, breakage, deterioration, intrusion,
ignition, and vandalism.
2. Deliver in original unopened packaging containers prominently displaying manufacturer's
name, volume, quantity, contents, instructions, and conformance to local, state, and federal
law. Remove and replace cracked, broken, or contaminated items or elements prematurely
exposed to moisture, inclement weather, snow, ice, temperature extremes, fire, or jobsite
damage.
3. Handling of PVC Conduit - Exercise care in handling, loading and storing, of PVC. All PVC
shall be transported in a vehicle which allows length of pipe to lie flat so as not to subject it to
undue bending or concentrated external loads. All sections of pipe that have been dented or
damaged shall be discarded, and if installed, shall be replaced with new piping.
B. Storage and Protection
All materials shall be stored in secure, locked location. The Owner will not be responsible for
theft or vandalism.
1.07 WARRANTY
Guarantee Work for a period of one year from the date of final acceptance of the Project. A
manufacturer's warranty beginning upon equipment receipt or startup shall be extended to one
year from final Project acceptance. A manufacturer's warranty in excess of one year shall remain
in effect for its entire time period
PART 2 - PRODUCTS
To be coordinate w/ Owner
PART 3 - EXECUTION
3.01 EXAMINATION
Contractor shall walk and inspect the site, with the Owner and/or Owner’s Representative, prior to
beginning any installation. Commencement of activities indicates the Contractor has accepted the
conditions of the site, and they are favorable Working conditions.
Eagle County Regional Airport Section 265600 - 80
Gypsum Colorado Design-Build Exterior Electrical Work
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
3.02 APPLICATION
A. Special Techniques
1. All electrical outlets shall be active at all times and not attached to photocells or timers.
3.03 FIELD QUALITY CONTROL
A. Test
The electrical contractor will be required to perform a full test of the system, prior to scheduling
any inspections.
B. Inspections
1. All Work shall be inspected by Code Enforcement and or the Building Permit Divisions of the
local municipality, as required by permits.
2. The Owner and/or Owner’s Representative will perform multiple inspections throughout the
course of construction. The inspections are intended only for quality control, and not to verify
the safety of the design. Typical inspections items include, but are not limited to, trench
depth, damage observations, fixture placement and mounting, operations of the systems,
aiming fixtures.
3.04 ADJUSTING
Contractor shall adjust the aim of all light fixtures, as requested by the Owner, until the time of final
acceptance.
3.05 CLEANING
At the time of initial acceptance all Work shall be clean, and free of dirt and debris. All trash shall
be removed from the site. Any components left from installation shall be neatly staged away from
the area of Work, or removed from the site.
3.06 SCHEDULING
Participate in Project coordination and scheduling activities when required by the specifications,
Owner, Owner’s Representative, or Contractor.
END OF SECTION
Eagle County Regional Airport Section 320180 - 81
Gypsum Colorado Irrigation Maintenance
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 320180
IRRIGATION MAINTENANCE
PART 1 - GENERAL
1.01 SUMMARY
A. This section provides guidance on properly managing the application of supplemental water to the
landscape areas.
1.02 REFERENCES
See Green Industries of Colorado (www.greenco.org) Best Management Practices (BMP) for
information on water budgeting and irrigation efficiency.
1.03 PROJECT COMMUNICATION
A. The Contractor shall have one person designated as the Contract Manager. That person shall be
available for a meeting and/or walk through of the property, at least once each month, upon the
request of the Owner.
B. It is expected that the Contractor will advise the Owner or the Owner’s Representative, of all
actions the Contractor reasonably believes are prudent, necessary, or beneficial, to improve and
maintain the appearance and health of the landscape at the property.
C. Any changes required or requested to the irrigation programs should be reported to the central
controller operator immediately and in writing (e-mail is acceptable notification).
D. The central control operator shall be notified of all mowing, fertilizer, and herbicide schedules so
programs can be adjusted appropriately. A minimum of 3 days’ notice is required.
E. The Contractor will be responsible for communication programming errors observed and
requesting changes to the programs.
1.04 SCOPE
A. The Work includes the furnishing of labor, materials, equipment, accessories, (services and
materials) necessary to maintain the irrigation system and the turf and plants in a healthy and neat
growing condition.
B. A weekly property inspection report shall be submitted by the Contractor to the Owner’s
Representative, detailing the following.
1. Work performed during the previous week.
2. Detail of problems encountered and corrective action already taken or proposed.
Eagle County Regional Airport Section 320180 - 82
Gypsum Colorado Irrigation Maintenance
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
3. Work to be performed or recommended during the upcoming week.
4. Contractor shall also maintain inspection records discussing the condition of the following.
(a) Turf
(b) Planting beds
(c) Trees
C. Whenever the Contractor observes any condition which they believe may be detrimental to
healthy plant material, such conditions shall be immediately brought to the Owner’s
Representative’s attention along with a recommendation of corrective action.
1.05 DAMAGE
A. The Contractor is responsible for marking and repairing any damage (to the Owner’s satisfaction)
that results from the maintenance operations at no additional cost to the Owner.
B. Damage repair to the irrigation system not resulting from the Contractor's operation and
negligence, will be considered "Extra Work.” This Extra Work will be paid based upon a price for
repairs agreed to by the Owner and Contractor prior to commencing Work. Repairs not included
are normal wear and tear of the system and breakage by the Contractor.
C. The following procedure will be followed regarding emergency repairs. Emergency repair will be
promptly acted on by the Contractor. The Contractor will react to mainline breaks immediately
shutting down the system and/or closing gate valves to isolate the area. The Contractor must
respond immediately to eliminate any threat of property damage or public safety. The Contractor
may be liable for any damages and associated costs which result from a failure to respond to
emergencies under the limits of this Agreement. Immediately after isolating the issues, the
Contractor will present the emergency repair and associated costs and estimates to the Owner’s
Representative for a decision on the repair(s).
D. Whenever possible do not shut down the irrigation pumps to isolate damaged areas – gate valves
in the mainline should be the first course of corrective action always.
PART 2 - PRODUCTS
Refer to plans.
PART 3 - EXECUTION
3.01 FIELD QUALITY CONTROL
A. The Contractor shall perform a full irrigation system inspection immediately after the irrigation
pump has become active and provide a written report of all damages observed.
B. The Contractor shall have staff present to monitor the operation of the irrigation system on a
weekly basis.
C. The Contractor will inspect the irrigation system weekly for broken and clogged heads,
malfunctioning or leaking valves, or any other conditions which hamper the correct operation of
the system. These inspections will generally coincide with mowing operations.
D. The Contractor shall unclog heads and shall make head adjustments to include spray patterns, at
no additional cost. If clogging appears to be excessive as a result of water quality (as determined
by the Owner’s Representative) additional compensation may be justified.
E. The Contractor shall be held fully responsible for the loss of any planted goods, turf or trees due to
improper irrigation practices.
Eagle County Regional Airport Section 320180 - 83
Gypsum Colorado Irrigation Maintenance
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
F. Flagging tape and marker flags shall be used to identify damages, over watering, or areas that
require attention.
3.02 CONTROLLERS
A. The Contractor will keep the controllers and enclosures and access to central computer locked at
all times except when servicing or performing routine maintenance operations requiring access to
equipment.
3.03 ADJUSTING AND ROUTINE MAINTENANCE INCLUDES
A. Inspecting the irrigation system broken and clogged heads, malfunctioning or leaking valves, or
any other conditions which hamper the correct operation of the system.
B. Cleaning and adjusting irrigation heads and control valves for optimum performance.
C. Checking bubbler and drip systems for watering efficiency and cleaning as necessary.
D. Maintenance as required by the manufacturer to all drip systems components. Clean and/or
replace drip valve filters to remove debris and algae.
E. Any damage resulting due to activities of the Contractor will be replaced at the Contractor's
expense.
F. Prior to commencing any repairs that are not time sensitive, the Contractor shall first consult with
and obtain permission of the Owner’s Representative, outlining the Work to be done and the cost.
G. Valve box lids shall be immediately replaced after all maintenance operations each day. Any
damage of valve box lids shall be replaced or repaired immediately by Contractor. Contractor shall
be responsible and liable for any valve box lid not replaced, and for all consequences and
damages from such failure to replace the lids, foreseen and unforeseen.
H. Trim grass around heads and valve boxes as necessary to ensure proper operation of heads and
accessibility to control valves.
I. Make needed repairs as soon as possible and in compliance with the maintenance contract.
END OF SECTION
Eagle County Regional Airport Section 320190 - 85
Gypsum Colorado Landscape Maintenance
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 320190
LANDSCAPE MAINTENANCE
PART 4 - GENERAL
4.01 SUMMARY
A. This section provides guidance on long term maintenance and care for landscape areas.
B. The Contractor will accomplish irrigation management, fertilization, pruning, weeding, pesticide
and herbicide applications, bed cultivation, mowing, edging and litter removal in landscape areas.
C. Unit Prices
The Contractor will furnish all materials, equipment, supplies and personnel necessary to
perform the services contained herein.
D. Project Communication
1. The Contractor shall have one person designated as the Contract Manager. That person
shall be available for a meeting and/or walk through of the property, at least once each
month, upon the request of the Owner.
2. It is expected that the Contractor will advise the Owner or the Owner’s Representative, of all
actions the Contractor reasonably believes are prudent, necessary, or beneficial, to improve
and maintain the appearance and health of the landscape at the property.
4.02 REFERENCES
GreenCO Best Management Practices
4.03 QUALITY ASSURANCE:
A. All Work shall be performed to the highest standards of horticultural excellence and shall be in
accordance with accepted standard practices. All Work shall be performed in accordance with all
applicable laws, codes, ordinances and regulations of all local, state and federal government
agencies, and it will be the responsibility of the Contractor to obtain at its cost all necessary
certificates, permits and licenses required by such agencies.
B. Contractor shall maintain a weekly landscape maintenance log, indicating services performed.
Submit reports weekly to the Owner’s Representative using e-mail.
C. Contractor shall assume all responsibility for plant material or turf which is damaged or stressed in
any way as a result of poor maintenance. Contractor will assume all cost associated with
replacement of damaged plant material.
PART 5 - EXECUTION
5.01 TREE MAINTENANCE
A. Pruning
1. The following will be used as guidelines for pruning maintenance on trees. Pruning will be
accomplished in the early spring and late winter. Pruning in this Agreement will be initiated for
the following.
(a) Plants too close to a building, walkway, fence, power line or any tree limiting visibility
shall be pruned appropriately to reduce the obstructing branches.
(b) Removal of diseased or insect infested or weak growth portions of the tree.
Eagle County Regional Airport Section 320190 - 86
Gypsum Colorado Landscape Maintenance
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
(c) Pruning to remove storm damage or other mechanical injury. Pruning to shape or
remove excess unwanted growth or winter die back.
(d) Prune trees to select and develop permanent scaffold branches that are smaller in
diameter than the trunk or 48 inches and radial orientation so as not to overlay one
another; to eliminate diseased or damaged growth; to eliminate narrow V-shaped branch
forks that lack strength; to reduce toppling and wind damage by thinning out crowns; to
maintain growth within space limitations; to maintain a natural appearance; to balance
crown with roots. Under no circumstances will stripping of lower branches ("raising up")
of young trees be permitted. Lower branches shall be retained in a "tipped back" or
pinched condition with as much foliage as possible to promote caliper trunk growth
(tapered trunk). Lower branches can be cut flush with the trunk only after the tree is able
to stand erect without staking or other support.
(e) The primary pruning of deciduous trees shall be done during the dormant season.
Damaged trees or those that constitute health or safety hazards shall be pruned at any
time of the year as required.
(f) Coniferous trees shall be thinned out and shaped when necessary to prevent wind and
storm damage.
2. Pruning for general clean-up of trees is required in the late winter or early spring prior to the
activation of the irrigation system.
3. Pruning specified as "normal maintenance" will include trees or tree limbs, that are up to
twelve (12) feet tall using conventional pruning tools.
4. The Contractor must immediately contact the Owner concerning trees which may present a
threat to the public safety. The Owner should be contacted so that the threat may be
eliminated and a price negotiated for the repair.
5. The Contractor is not responsible to repair or replace any plant materials damaged or killed
by vandalism or extreme conditions beyond the Contractor's control, as reasonably
determined by the Owner’s Representative. Plant materials damaged or killed as the result of
a Contractor's actions or neglect will be replaced in kind at the Contractor's expense.
6. All pruning will be performed by qualified personnel may require supervision by an arborist if
requested by the Owner.
(a) Final cuts on branch removal must be made just outside the flare of the branch base, not
flush with the tree trunk.
(b) Limbs removed from a tree must be cut near a crotch. Bracing, cabling and lip bolting
may be required in special instances.
Eagle County Regional Airport Section 320190 - 87
Gypsum Colorado Landscape Maintenance
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
B. Care of wounds
1. The Contractor must take prompt action to repair any injuries that occur to plants and
immediately initiate the repair. Repairs will be completed only by competent employees
trained and familiar with repair techniques.
2. Storm or severe wind injury must be addressed immediately after any storm to determine the
extent of any plant related injuries.
3. Bark may also be destroyed by animals, sunscald, mowers or vandalism. The Contractor
shall treat bark injuries according to the current industry standards.
4. Tree paint shall not be used to treat wounds.
C. Tree Wrap
1. Deciduous trees with up to a 4” trunk diameter for newer, less established thin bark
deciduous trees will be wrapped each fall no later than November 1st. Tree wrap shall be
removed no later than May 15th.
2. Or as required by weather, location of tree, or other environmental factors.
3. Wrap from the ground to the first major branch. Secure by stapling or using jute. Do not use
electrical tape. Trees shall be wrapped between November 15 and April 15.
4. Remove wrap on or around April 15th.
5. Use a commercially available tree wrap.
D. Fertilization
1. Fertilize trees with 18-7-10 formulation, slow release fertilizer. Apply 6 oz./100 s.f. Apply
once in spring. Apply by spreading fertilizer evenly around the ball of the tree. Apply from the
trunk out to the drip line.
2. If trees exhibit iron chlorosis, provide foliar fertilization with chelated iron. Cost of foliar
fertilization is a part of this contract. Avoid contact with all stainable surfaces including
concrete sidewalks, pavers, planter walls, rock mulch, Project signage, and lights. Obtain
written authorization of Owner’s Representative prior to fertilization.
E. Insecticide application:
1. All insecticide shall be applied by a licensed professional only.
2. Any spray application shall be timed properly in order to minimize damage and maximize
chemical effectiveness.
3. Prior to any treatment the Contractor shall submit manufacturer data sheets for each
chemical (insecticide) intended for use. This submittal shall also include a statement about
signs or symptoms identified thereby justifying spraying of trees. This submittal must be
approved and must be submitted a minimum of five days prior to the intended date for
treatment.
4. All deciduous trees shall be inspected for signs of insect damage and treated with the
appropriate chemical for insect species observed. Generally deciduous trees will require one
treatment in late May.
5. All evergreen trees shall be inspected for signs of insect damage and treated with the
appropriate chemical for insect species observed. The Contractor should pay careful
attention to evergreens for signs of beetles, weevils, aphids, and bores
6. All pine trees shall receive one application of approved insecticide to treat for and reduce the
infestation of the Ips beetle.
7. The cost for treatments shall be based off unit prices contained in Bid Documents.
F. Mulching
Mulched tree rings will be well maintained. Additional mulch may be added to these only after
the approval of the Owner, using the prices submitted in the supplementary Bid Schedule.
Eagle County Regional Airport Section 320190 - 88
Gypsum Colorado Landscape Maintenance
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
5.02 PLANTING BED CARE
A. Pruning
1. Prune shrubs, and flowers to maintain a natural appearance. There are no plantings in which
shearing is intended.
2. Cut back ornamental grasses to ¼ of their mature height in the spring during March.
Remove and dispose of cuttings.
3. Cut back herbaceous perennials to the ground in March. Remove and dispose of cuttings.
4. Prune all dead, diseased, and dying branches.
5. Prune long uncharacteristic branches that detract from the shrub's overall form. Prune
branches adjacent to bare spots to encourage full shrub growth.
6. Prune flowering shrubs within two weeks after flowering has ended (to prevent pruning of
future flower buds).
7. Prune ground covers to maintain a natural appearance and to prevent ground covers from
climbing shrubs.
8. Cut back taller growing herbaceous perennials when they become rangy in appearance.
9. Cut back bulbs after foliage has turned a 50-75% yellow and begun to fall off.
10. Prune shrubs too close to a building, walkway, fence, power line or any tree limiting visibility
to reduce the obstructing branches.
11. Removal of diseased or insect infested or weak growth portions of the shrub.
12. Pruning to remove storm damage or other mechanical injury. Pruning to shape or remove
excess unwanted growth or winter die back.
13. Shearing
(a) Never, unless a hazardous situation exists, and only after the approval by the Owner, will
the Contractor shear a shrub.
(b) Shearing is not a practice that helps maintain a native image and design.
(c) This shall exclude clump grasses, as shearing is the recommended method of pruning in
the spring prior to re-growth.
14. Renewal pruning: overgrown shrubs usually are leggy, lacking foliage in the lower one-half to
two-thirds due to shading from the top or non-flowering. This pruning activity should be
accomplished during the dormant season pruning. Height reduction may be accomplished at
the same time. This activity is accomplished by removing the oldest and weakest canes at or
near ground line. All branches can be cut to the ground or one-third of the oldest branches
can be removed every year.
15. Thinning shrubs: the Contractor will remove the oldest canes each winter (canes over four (4)
seasons old). Insignificant small shoots will be removed to the base or to the crotch of the
plant.
16. Heading back: the Contractor will head back isolated shoots which may cause the plants to
become out of balance. Prune to the base of the branch or the crotch.
B. Fertilization
In April, fertilize all planting beds with 18-7-10 formulation, slow release fertilizer at the rate of
6 oz/1,000 sq. ft. Use a broadcast method for application of fertilizer.
C. Bulb and Perennial Maintenance
In the spring, divide perennials when they become too crowded. Relocate divisions to bare
spots. Do not overly thin.
Eagle County Regional Airport Section 320190 - 89
Gypsum Colorado Landscape Maintenance
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
D. Mulching
Shrub bed areas will be well maintained at a depth of three inches. Additional mulch may be
added to these only after the approval of the Owner, using the prices submitted in the Bid
schedule.
E. Weeding
1. Weeds represent the greatest threat to successful establishment of areas. Therefore, a
vigorous, high level of weed control is necessary to maintain an attractive, healthy landscape.
2. Spot control weeds bi-weekly using chemical and/or mechanical means. Do not spray in
windy weather. Use extra caution in application of chemicals to prevent overspray onto
desired plant material.
3. Mechanical means are the preferred methods for removal of weeds.
4. Planting beds shall be inspected bi-weekly for weeds.
5. If spraying weeds, dead material shall be removed form planting beds immediately so as not
to create tumbleweeds or unnecessary debris.
5.03 IRRIGATED MANICURED TURF CARE
A. Mowing and Edging
1. Coordinate mowing schedule with the Owner.
2. The frequency of mowing may vary in the spring and fall due to seasonal weather conditions
and growth rate of turf.
3. In the event the season is longer or shorter or if inclement weather prohibits safe operation of
equipment on the regularly schedule mowing day, the mowing schedule shall be adjusted
according to current conditions.
4. All turf areas shall be mowed weekly during the growing season to a height of no shorter than
3 inches. All turf areas shall be cut to the same height and shall be cross cut when feasible.
5. The mower blades or reels shall be sharpened and maintained to provide a smooth, even cut
without tearing. The result shall be a uniform, level cut without ridges or depressions.
6. Do not use heavy mower in areas prone to rutting.
7. Do not leave tire marks on sidewalk.
8. Mowing shall be performed so that no more than one-third (1/3) of the grass blade is removed
during each mowing.
9. Edging of walks and curbs will be performed every other mowing during the growing season
using a steel bladed edger. All debris shall be removed from street and walks.
10. Chemically edge and manually trim around trees monthly ensuring that turf grows no closer
than eighteen inches (18") to the tree trunk– a three foot diameter ring around each tree. This
bare area should be a uniform circle using the trunk as a center point. This area should be
mulched with the specified wood bark mulch.
11. Mow and Trim around trees (keeping mulch in saucers and beds), walls, fences, etc.,
12. All turf areas inaccessible to mowing equipment will be trimmed weekly as needed to
maintain a neat, well-groomed appearance, (fence row areas, street lights, transformers,
phone pedestals, etc.)
13. Trim growth around all lamp posts, drains and other permanent structures located on the turf
on a weekly basis during the growing season.
14. Protect trees and shrubs from damage caused by trim lines. Replace all plant material killed
or seriously injured by trim lines. Replace with plants of equal or better size and quality.
Replace at no cost to Owner. Seriously injured is defined as when 30% or greater of the
cambium layer of the trunk circumference has been removed by trim lines or when shrubs
have been seriously deformed (in the opinion of the Owner’s Representative).
Eagle County Regional Airport Section 320190 - 90
Gypsum Colorado Landscape Maintenance
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
15. Protect fences, buildings, and other structures from damage caused by mowers or trim lines.
16. Clippings on paved areas or crusher fine trails shall either be vacuumed or blown off and
removed from walks and streets.
17. Excessive grass clippings should be removed as necessary.
18. Trash shall be picked up with each mowing.
19. If mowers cause damage or notice damage or over watering the area should be marked with
marker flags or flagging tape. Observations should be reported to the site superintendent
who will implement the necessary action.
B. Fertilization
1. In April, the turf shall be fertilized with quality slow release granular product intended to
fertilize and control broad leaf weeds (“weed and feed”). Unless otherwise directed or the
Contractor has other suggestions use fertilizer with a (4-1-1) up to a (10-1-1) ratio of nitrogen
to phosphorus to potassium with 25% to 50% slow release nitrogen from sulfur coated urea
(SCU) at a rate of two pounds of nitrogen per 1,000 square feet.
2. In late September, the turf shall be fertilized to stimulate root growth using a granular urea
fertilizer with ratios between (10-1-3) and (10-1-7) at a rate of two pounds of nitrogen per
1,000 square feet, Unless otherwise directed or the Contractor has other suggestions.
3. Fertilizer shall immediately be removed from concrete walls, curbs and streets to prevent
staining and runoff into waterways.
4. Fertilizer should be watered in thoroughly after application.
5. Iron may be required where soils are high in pH, or where visible deficiencies are noted.
C. Insect disease control - turf
Insect and disease treatment shall be by application of necessary insecticides and fungicides
as conditions of turf requires. The cost of this will be covered under an extra to the Agreement
with price agreed upon by Contractor and Owner prior to initiating the Work.
D. Aeration
1. The Contractor shall aerate one time per year in September to improve water penetration,
before the second fertilization. Contractor shall use only a hollow core tine aerator that pulls a
3” plug.
2. Prior to aeration the Contractor shall tag all sprinkler heads and valve boxes to prevent
damage. Plugs shall be left on the turf to assist in breaking down thatch.
3. Irrigation system will be checked out for damage by Contractor immediately after aeration and
any damage due to aeration will be the responsibility of the Contractor to repair at his
expense.
4. Damage to any other fixture will be repaired at Contractor's expense.
5.04 NATIVE TYPE GRASS AREA MAINTENANCE
A. Mowing
1. Schedule mowing a four foot wide strip along all fence lines on a bi-weekly basis. Mowing will
include string trimming around fence posts, under fence rails, and areas too wet for mowers
to enter without risk of causing rutting.
2. Any irrigation damages observed or caused from mowing should be identified with marker
flags immediately. Flagging shall remain in place until corrective actions have been
performed.
3. When areas are too wet to mow without damage and this is caused by irrigation from a
residential lot, the Contractor shall tie flagging tape to the fence rail of the lot(s) impacting
drainage.
4. The Owner will select areas to be mowed for control of annual grasses and weeds. A
Eagle County Regional Airport Section 320190 - 91
Gypsum Colorado Landscape Maintenance
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
diagram of areas to be mowed will be provided by the Owner. The cost for mowing will be
based on unit costs supplied with the Bid documents.
5. Requests by the Owner for mowing shall be completed within 10 calendar days of the
request, unless alternate Agreements are reached or as weather allows.
6. The Contractor shall expect to perform a significant amount of mowing during the second
week of May.
7. Drainage swales will only be mowed when directed by the Owner’s Representative.
B. Weed Control
1. Where specified by the Owner, a complete broadleaf herbicide treatment shall be applied
during the third week in May. The Owner shall provide a diagram and schedule for areas to
be treated.
2. Throughout the growing season weed control of native areas shall be performed using a spot
treatment method.
3. Herbicide shall be applied by a licensed applicator or under the direct supervision of a
licensed applicator. Any collateral damage as a result of spraying will be the responsibility of
the Contractor.
4. Do not spray in windy weather. Use extra caution in application of chemicals to prevent
overspray onto desired plant material.
5. The Contractor shall use Chaparral™ brand herbicide (manufactured by Dow AgroScience,
LLC) for treatment in native areas. Apply and mix in accordance with the manufacturer’s
product specifications.
6. Chemical treatment of weeds within four feet of fence lines, occupied residential lots, or
planting beds shall be performed using a hand sprayer or back pack sprayer to minimize the
risk of overspray.
C. Overseeding and Re-Seeding
1. When directed by the Owner re-seeding areas shall be accomplished using a broadcast
method.
2. The cost of seeding shall be determined using the unit costs supplied in the Bid documents
multiplied by area measurements.
3. Hydromulching shall be required only when specifically requested by the Owner. Hydromulch
and tackifier shall be applied at a rate equal to 2,000 lbs. per acre.
4. Reseeding and overseeding shall begin to occur during the third week in June.
5. Broadcast seed rates
(a) Shortgrass – 36 pounds of pure live seed per acre
(b) Tallgrass – 30 pounds of pure live seed per acre
5.05 NOXIOUS WEED CONTROL
Remove noxious weeds, as defined by the State of Colorado, from the area within five feet of the
perimeters of the landscaped areas by spraying with an approved broadleaf herbicide by May 15th
and October 1 with spot application as required. Cost for spot applications, shall be done on a time
and material basis per the contract documents.
5.06 REPLACEMENTS
A. The Contractor shall note in maintenance logs all removed plant material. Replacements shall
occur as directed by the Owner’s Representative.
B. If replacement becomes necessary, conform with material and installation standards (including a
one year warranty)
C. Replace plant material with size equal to that of the plant material being replaced unless otherwise
Eagle County Regional Airport Section 320190 - 92
Gypsum Colorado Landscape Maintenance
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
directed by the Owner’s Representative.
D. All replacements shall be affixed with an inconspicuous tag, to be removed after the warranty has
expired. This tag shall indicate the date the plant material was installed.
5.07 DISEASE/INSECT CONTROL
A. Inspect all landscape areas weekly during growing season for signs of insect or disease
infestation.
B. Apply seasonal applications as necessary to protect plant material.
C. Spot treat areas as needed to maintain healthy growing plant material. Spot treatment is included
in the scope of this contract.
D. Do not apply airborne insecticides or pesticides when unprotected people or animals may be
affected.
E. Protect all trees, shrubs, and ground covers from over spray that is detrimental to the health of
ornamental plant material.
F. Notify Owner’s Representative if extensive spraying is required. Pricing for maintenance Work
should include the costs of typical pesticide applications.
5.08 TRASH REMOVAL AND CLEAN UP
A. Clean all areas weekly to provide a neat, well groomed site. Pick up all trash and debris, sweep
walks, replace mulch in beds, reinstall weed barrier wherever it has risen above the mulch or
pulled loose at the edges.
B. Adjust cleanup to match seasonal needs.
C. All landscaped areas (native and irrigated) will be policed for loose trash and debris on a weekly
basis during the entire year, especially before each mowing.
D. Dog Stations shall be emptied weekly. At this time the Contractor will not be responsible for
refilling stations with bags.
E. Provide weekly, complete policing and litter pickup to remove paper, glass, trash, undesirable
materials, animal and bird droppings, siltation and other accumulated debris within the landscape
areas to be maintained.
F. Contractor shall be responsible for off-site removal of all trash, litter and accumulated debris to an
approved disposal site weekly.
G. Fallen leaves will be cleaned up twice per year from all turf and bed areas - once between April
1st and may 1st and the second time between November 15th and December 1st. In turf, the
leaves can be mowed and left in place.
5.09 PEST CONTROL
Contractor shall report to the Owner the existence of any pests damaging, interfering with, or with
the potential to damage or interfere with, the landscaping or irrigation system, including but not
limited to, prairie dogs, voles, and porcupines. Contractor shall remove pests as directed by the
Owner, using only subcontractors approved by the Owner. This removal cost is "extra" and
Contractor will be paid using a supplementary pricing for pest removal equipment and labor.
Removal may, include relocation of the pest.
5.10 STANDARD WINTER SERVICES
A. All landscaped areas should be patrolled weekly for loose trash and debris.
Eagle County Regional Airport Section 320190 - 93
Gypsum Colorado Landscape Maintenance
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
B. Remove leaves resulting from fall leaf drop only in areas having a heavy concentration of leaves
that may cause damage to turf or to other landscape materials.
C. The Contractor shall be responsible to monitor all landscape and plants to determine if there is
need for winter watering, tree wrapping to prevent sunscald, special pruning due to storm
damage, etc. A semi-monthly soil moisture assessment, on the Contractor's report, shall be
provided to the Owner.
D. When hand watering, use a water wand to break the water force. All trees and shrubs shall be
winter watered using a needle type root feeder as required between irrigation system winterization
and spring startup.
E. The irrigation system will not be used for winter watering.
END OF SECTION
Eagle County Regional Airport Section 328400-95
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 328000
IRRIGATION SYSTEM
PART 1 - GENERAL
1.01 WORK INCLUDED - Work of this Section generally includes provisions for the installation of an
underground landscape irrigation system including the following:
A. Static pressure verification and coordination of irrigation system installation with
landscape material installation.
B. Trenching, stockpiling excavation materials, refilling and compacting trenches.
C. Retrofit existing irrigation system, as per plans, including but not limited to piping, valves,
valve decoders, fittings, heads, and wiring; and final adjustments to insure complete
coverage.
D. Water connections.
E. Replacement of unsatisfactory materials.
F. Clean-up, Owner’s Representative Reviews, and Project Acceptance.
G. Tests.
1.02 RELATED SECTIONS
A. Examine all sections related to Project Work.
1.03 REFERENCES
A. Perform Work in accordance with requirements of Conditions of the Project Agreement
and General requirements as well as provisions of all applicable laws, codes, ordinances,
rules, and regulations.
B. Conform to requirements of reference information listed below except where more
stringent requirements are shown or specified in Contract Documents.
1. American Society for Testing and Materials (ASTM) - Specifications and Test
Methods specifically referenced in this Section.
2. Underwriters Laboratories (UL) - UL Wires and Cables.
1.04 QUALITY ASSURANCE
A. Installer Qualifications - Installer shall have had considerable experience and demonstrate
ability in the installation of irrigation system(s) of specific type(s) in a neat, orderly, and
responsible manner in accordance with recognized standards of workmanship. To
demonstrate ability and experience necessary for this Project, and financial stability,
Eagle County Regional Airport Section 328400-96
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
submit if requested by Contractor prior to contract award the following:
1. List of 3 Projects completed in the last 2 years of similar complexity to this
Project. Description of Projects shall include:
a. Name of Project.
b. Location.
c. Owner.
d. Brief description of Work and Project budget.
B. Special Requirements:
1. Work involving substantial plumbing for installation of copper piping, backflow
preventer(s), and related Work shall be executed by licensed and bonded
plumber(s). Secure a permit at least 48 hours prior to start of installation.
2. Tolerances - Specified depths of mains and laterals and pitch of pipes are
minimums. Settlement of trenches is cause for removal of finish grade
treatment, refilling, compaction, and repair of finish grade treatment.
3. Coordination with Other Contractors - Protect, maintain, and coordinate Work
with Work under other Section.
4. Damage To Other Improvements - Contractor shall replace or repair damage to
grading, soil preparation, seeding, sodding, or planting done under other
Sections during Work associated with installation of irrigation system at no
additional cost to Owner.
C. Pre-Construction Conference - Contractor shall schedule and conduct a conference to
review in detail quality control and construction requirements for equipment, materials,
and systems used to perform the Work. Conference shall be scheduled not less than 10
days prior to commencement of Work. All parties required to be in attendance shall be
notified no later than 7 days prior to date of conference. Contractor shall notify qualified
representatives of each party concerned with that portion of Work to attend conference,
including but not limited to Contractor, Owner’s Representatives, Contractor's
Superintendent, and Installer.
1. Minutes of conference shall be recorded and distributed by Contractor to all
parties in attendance within five days of conference.
1.05 SUBMITTALS - Prepare and make submittals in accordance with conditions of the Contract.
A. Materials List - Submit six copies of a complete materials list indicating manufacturer,
model number, and description of all materials and equipment to be used. Show
appropriate dimensions and adequate detail to accurately portray intent of construction.
B. Record Drawings (As-Builts) - No trenches shall be backfilled until as-built information is verified by
Owner.
1. At onset of irrigation installation secure Autocadd files of original irrigation design
from Owner. At the end of every day, revise as-built prints for Work
accomplished that day in red ink. As-built field prints shall be brought up-to-date
at the close of the Working day every Friday by a qualified draftsperson. A print
of record plan(s) shall be available at Project Site. Indicate zoning changes on
weekly as-built drawings. Indicate non-pressure piping changes on as-builds.
Eagle County Regional Airport Section 328400-97
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
Upon completion of Project, submit for review, prior to final acceptance, final set
of as-built mylars and an Autocadd disk copy. Dimensions, from two permanent
points of reference (building corners, sidewalk, road intersections or permanent
structures), location of following items:
a. Connection to existing water lines.
b. Routing of sprinkler pressure lines (dimension maximum 100 feet along
routing).
c. Sprinkler control valves.
d. Quick coupling valves.
e. Manual drains and stop and waste valves.
f. Drip line blowout stubs.
g. Control wire routing if not with pressure mainline.
h. Gate valves.
i. Control wire and communication cable splices
j. Water meters
k. Locations of all sleeving including size, quantity and depth of sleeve
2. Owner’s Representative will not certify any pay request submitted by the
Contractor if the as-built drawings are not current, and processing of pay request
will not occur until as-builts are up-dated.
C. Operation Instructions - Submit 3 written operating instructions including winterization
procedures and start-up, with cut sheets of products, and coordinate controller/watering
operation instruction with Owner maintenance personnel.
1. Controller Charts:
a. Do not prepare charts until Owner’s Representative has reviewed
record (as-built) drawings.
b. Provide one controller chart for each automatic controller installed.
1) Chart may be reproduction of record drawing, if scale permits
fitting of controller door. If photo reduction prints are required,
keep reduction to maximum size possible to retain full legibility.
2) Chart shall be blueline print of actual "as-built" system,
showing area covered by that controller.
c. Identify area of coverage of each remote control valve, using a distinctly
different pastel color drawing over entire area of coverage.
d. Following review of charts by Owner’s Representative, they shall be
hermetically sealed between two layers of 20-mm thick plastic sheet
e. Charts shall be completed and reviewed prior to final review of irrigation
system.
1.06 DELIVERY, STORAGE, AND HANDLING - Deliver, unload, store, and handle materials,
packaging, bundling, products in dry, weatherproof, condition in manner to prevent damage,
breakage, deterioration, intrusion, ignition, and vandalism. Deliver in original unopened packaging
containers prominently displaying manufacturer's name, volume, quantity, contents, instructions,
and conformance to local, state, and federal law. Remove and replace cracked, broken, or
contaminated items or elements prematurely exposed to moisture, inclement weather, snow, ice,
temperature extremes, fire, or jobsite damage.
A. Handling of PVC Pipe - Exercise care in handling, loading and storing, of PVC pipe. All
PVC pipe shall be transported in a vehicle which allows length of pipe to lie flat so as not
Eagle County Regional Airport Section 328400-98
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
to subject it to undue bending or concentrated external loads. All sections of pipe that
have been dented or damaged shall be discarded, and if installed, shall be replaced with
new piping.
1.07 JOBSITE CONDITIONS:
A. Protection of Property:
1. Preserve and protect all trees, plants, monuments, structures, and paved areas
from damage due to Work of this Section. In the event damage does occur, all
damage to inanimate items shall be completely repaired or replaced to
satisfaction of Owner, and all injury to living plants shall be repaired by Owner.
All costs of such repairs shall be charged to and paid by Contractor.
2. Protect buildings, walks, walls, and other property from damage. Flare and
barricade open ditches. Damage caused to asphalt, concrete, or other building
material surfaces shall be repaired or replaced at no cost to Owner. Restore
disturbed areas to original condition.
B. Existing Trees:
1. All trenching or other Work under limb spread of any and all evergreens or low
branching deciduous material shall be done by hand or by other methods so as
to prevent damage to limbs or branches.
2. Where it is necessary to excavate adjacent to existing trees use all possible care
to avoid injury to trees and tree roots. Excavation, in areas where 2 inch and
larger roots occur, shall be done by hand. Roots 2 inches or larger in diameter,
except directly in the path of pipe of conduit, shall be tunneled under and shall be
heavily wrapped with burlap to prevent scarring or excessive drying. Where a
trenching machine is operated close to trees having roots smaller than 2 inches
in diameter, wall of trench adjacent to tree shall be hand trimmed, making clean
cuts through roots. Trenches adjacent to trees shall be closed within 24 hours,
and when this is not possible, side of trench adjacent to tree shall be kept
shaded with moistened burlap or canvas.
C. Protection and Repair of Underground Lines:
1. Request proper utility company to stake exact location (including depth) of all
underground electric, gas, or telephone lines. Take whatever precautions are
necessary to protect these underground lines from damage. If damage does
occur, Utility Owner shall repair all damage. Contractor shall pay all costs of
such repairs unless other arrangements have been made.
2. Request Owner, in writing, to locate all private utilities (i.e., electrical service to
outside lighting) before proceeding with excavation. If, after such request and
necessary staking, private utilities that were not staked are encountered and
damaged by Installer, Owner shall repair them at no cost to Installer. If
Contractor damages staked or located utilities, they shall be repaired by Utility
Owner at Contractor's expense unless other arrangements have been made.
D. Replacement of Paving and Curbs - Where trenches and lines cross existing roadways,
paths, curbing, etc., damage to these shall be kept to a minimum and shall be restored to
original condition.
Eagle County Regional Airport Section 328400-99
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
1.08 WARRANTY/GUARANTY: - Manufacturer shall warrant materials against defects for a period of
one year from date of Substantial Completion. Installer(s) shall guaranty Workmanship for similar
period.
A. Settling of backfilled trenches that may occur during guaranty period shall be repaired at
no expense to Owner, including complete restoration of damaged property.
B. Expenses due to vandalism before substantial completion shall be borne by Contractor.
C. Owner will maintain turf and planting areas during warranty period, so as not to hamper
proper operation of irrigation system.
1.09 MAINTENANCE:
A. Furnish the following maintenance items to Owner prior to final Acceptance:
1. Two Sets of special tools required for removing, disassembling, and adjusting
each type of sprinkler head and valve supplied on this Project.
2. Two quick coupler keys and two matching hose swivels for each type of quick
coupling valve installed.
3. Two aluminum drain valve keys of sufficient length for operation of gate valves.
B. Winterization - include cost in Bid for winterizing complete system at conclusion of
sprinkling season (in which system received final acceptance) within 3 days notification by
the Owner. System shall be voided of water using compressed air or similar method
reviewed by Owner’s Representative. Reopen, operate, and adjust system malfunctions
accordingly during April of following season within 3 days of notification by Owner.
1.10 EXTRA STOCK - In addition to installed system furnish the following items to Owner:
A. 10 Pop-up spray heads with nozzles of each type used.
B. 4 Rotor heads of each type used.
C. 30 Drip emitters of each type used.
D. 2 2-wire decoder –single station units
PART 2 - PRODUCTS
2.01 MATERIALS:
A. General Piping:
1. Pressure Supply Lines (downstream of backflow prevention units) - Class 200
PVC BE (1" - 2 1/2").
2. Non-pressure Lines – 100PSI polyethylene, 1” minimum size.
3. PVC Sleeving - Class 160 PVC.
Eagle County Regional Airport Section 328400-100
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
4. Drip Tubing - Irritrol Dura-Pol EHD 1645 3/4" with .050 inch wall thickness.
5. Emitter Tubing - As recommended by emitter manufacturer.
B. Plastic Pipe and Fittings:
1. Identification Markings:
a. Identify all pipe with following indelible markings:
1) Manufacturer's name.
2) Nominal pipe size.
3) Schedule of class.
4) Pressure rating.
5) NSF (National Sanitation Foundation) seal of approval.
6) Date of extrusion.
2. Solvent Weld Pipe - Manufactured from virgin polyvinyl chloride (PVC)
compound in accordance with ASTM D2241 and ASTM D1784; cell classification
12454-B, Type 1, Grade 1.
a. Fittings - Standard Wright, Schedule 40, injection molder PVC;
complying with ASTM D1784 and D2466, cell classification 12454-B.
1) Threads - Injection molded type (where required).
2) Tees and ells - Side gated.
b. Threaded Nipples - ASTM D2464, Schedule 80 with molded threads.
c. Teflon Tape – All PVC male threaded fittings and nipples, excluding
marlex fittings, shall receive wrapping of Teflon tape applied to threaded
surfaces per pipe manufacturer’s recommendations.
d. Joint Cement and Primer - Type as recommended by manufacturer of
pipe and fittings.
3. Flexible Plastic Pipe - Manufactured from virgin polyethylene in accordance with
ASTM D2239, with a hydrostatic design stress of 630 psi and designated as PE
2306.
a. Fittings – Insert type manufactured in accordance with ASTM D2609;
PVC Type 1 cell classification 12454-B.
b. Clamps - All stainless steel worm gear screw clamps. Use 2 clamps per
joint on 1-1/2 inch and 2 inch fittings.
C. Drip Irrigation Systems:
1. Drip Tubing - Manufactured of flexible vinyl chloride compound conforming to
ASTM D1248, Type 1, Class C, Category 4, P14 and ASTM D3350 for PE
122111C.
2. Fittings - Type and diameter recommended by tubing manufacturer.
3. Drip Valve Assembly - Type and size shown on Drawings.
a. Wye Strainer - Plastic construction with 150 mesh nylon screen and 1/2
inch blowout assembly.
b. Control Valve - 2-way, solenoid pilot operated type made of synthetic,
non-corrosive material; diaphragm activated and slow closing. Include
freely pivoted seat seal; retained (mounted) without attachment to
diaphragm.
c. Pressure Reducing Valve - Plastic construction as detailed.
4. Emitters - Single port, pressure compensating, press on type by Irritrol.
Eagle County Regional Airport Section 328400-101
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
D. Gate Valves:
1. Gate Valves for 3/4 inch through 2-1/2 Inch Pipe - Brass construction; solid
wedge, IPS threads, and non-rising stem with wheel operating handle.
2. Gate Valves for 3 Inch and Larger Pipe - Iron body, brass or bronze mounted
AWWA gate valves with a clear waterway equal to full nominal diameter of valve;
rubber gasket or mechanical joint-type only. Valves shall be able to withstand a
continuous working pressure of 200 psi and be equipped with a square operating
nut and resilient wedge. Provide pipe restraints on gate valves 3 inches or larger
as detailed.
E. Quick Coupling Valves - Brass two-piece body designed for working pressure of 150 PSI;
operable with quick coupler. Equip quick coupler with locking rubber cover.
F. Valve Boxes:
1. Gate Valves, Quick Coupling Valves, Drain Valves, Drip Line Blow-out Stubs,
and Wire Splice or Stub Box - Carson Brooks #910-10, box as detailed.
2. 1 inch through 2 inch Control Valves, Master Valves and Communication Splice
box - Carson Brooks #1419-12 box as detailed.
3. Drip Valve Assemblies and Flow Sensors - Carson Brooks #1220-12 box as
detailed.
G. Electrical Control Wiring:
1. Low Voltage:
a. Electrical Control Wire - UFUL approved No. 14/14 (2-wire Hunter ID-1
wire or as per manufactures requirements) direct burial copper wire to
operate system as designed.
b. If multiple controllers are utilized, refer to wire routing plan for individual
wire runs.
c. Control Wire connections and splices shall be made with 3M DBR-6
direct bury splice.
d. Loop five (5) feet minimum of 2-wire cable into all valve boxes.
2. High Voltage - Type required by local codes and ordinances, of proper size to
accommodate needs of equipment serviced.
H. Automatic Controller (2-Wire) - Size and type shown on Drawings; mounted as detailed.
1. Single Station Decoders (2-Wire) - Size and type shown on Drawings; mounted
as detailed.
a. Install decoders and wire per manufacturer recommendations and
requirements.
b. Grounding for all decoders and 2-wire cable, to be per manufactures
recommendations and requirements. Minimum one grounding assembly per
every 1000’ of wire and/or every 12th decoder and at all ends of the wire
runs greater than 50’.
I. Electric Control Valves - Size and type shown on Drawings having manual flow
Eagle County Regional Airport Section 328400-102
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
adjustment and manual bleed nut.
J. Sprinkler Heads - As indicated on Drawings. Fabricated riser units in accordance with
details on Drawings - with fittings and nipples of equal diameter as riser inlet in sprinkler
body.
PART 3 - EXECUTION
3.01 SITE CONDITIONS, LANDSCAPE PLAN REVIEW AND COORDINATION
A. Contractor will be held responsible for coordination between landscape and irrigation
system installation. Landscape material locations shown on the Landscape Plan shall
take precedence over the irrigation system equipment locations. If irrigation equipment is
installed in conflict with the landscape material locations shown on the Landscape Plan,
the Contractor will be required to relocate the irrigation equipment, as necessary, at
Contractor’s expense.
B. Contractor is responsible to notify Owner’s Representative of any field conditions that vary
from the conditions shown on the Irrigation Construction Documents. If Contractor fails to
notify Owner’s Representative of these conditions, Contractor will be held responsible for
all costs associated with system adjustments required due to the change in field
conditions.
3.02 STATIC PRESSURE VERIFICATION - Contractor shall field verify the static pressure at the
Project site, prior to commencing Work or ordering irrigation materials, and submit findings, in
writing, to Owner’s Representative. If Contractor fails to verify static water pressure prior to
commencing Work or ordering irrigation materials, Contractor shall assume responsibility for all
costs required to make system operational and the costs required to replace any damaged
landscape material. Damage shall include all required material costs, design costs and plant
replacement costs.
3.03 INSPECTION: - Examine areas and conditions under which Work of this Section is to be
performed. Do not proceed with Work until unsatisfactory conditions have been corrected.
A. Grading operations, with the exception of final grading, shall be completed and approved
by Owner before staking or installation of any irrigation system begins.
B. Underground Utilities shall be installed prior to installation of irrigation system. If irrigation
installation takes place prior to utility installation, Contractor shall notify Owner of this
condition in writing prior to commencement of irrigation installation.
3.04 PREPARATION:
A. Staking shall Occur as Follows:
1. Mark, with powdered lime, routing of pressure supply line and flag heads for first
few zones. Contact Owner’s Representative 48 hours in advance and request
review of staking. Proposed locations of all trees shall be field staked by
Contractor and approved by Owner/Landscape Architect prior to Owner’s
Eagle County Regional Airport Section 328400-103
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
Representative review of irrigation staking. Owner’s Representative will advise
installer as to the amount of staking to be prepared. Owner’s Representative will
review staking and direct changes if required. Review does not relieve installer
from coverage problems due to improper placement of heads after staking.
2. Contractor shall contact Owner’s Representative if field spacing varies by +/-
10% of the spacing shown on the irrigation plans. If Contractor fails to notify
Owner’s Representative of variances exceeding 10%, Contractor assumes full
responsibility for the costs associated with any required system modifications
deemed necessary by the Owner’s Representative or Owner.
3. If Project has significant topography, freeform planting beds, or other amenities,
which could require alteration of irrigation equipment layout as deemed
necessary by Owner’s Representative, do not install irrigation equipment in these
areas until Owner’s Representative has reviewed equipment staking.
B. Install sleeving under asphalt paving and concrete walks, prior to concreting and paving
operations, to accommodate piping and wiring. Compact backfill around sleeves to 95%
Modified Proctor Density within 2% of optimum moisture content in accordance with STM
D1557.
C. Trenching - Trench excavation shall follow, as much as possible, layout shown on
Drawing. Dig trenches straight and support pipe continuously on bottom of trench.
Trench bottom shall be clean and smooth with all rock and organic debris removed.
1. Clearances:
a. Piping 3 Inches and Larger - Make trenches of sufficient width (14
inches minimum) to properly assemble and position pipe in trench.
Minimum clearance of piping 3 inches or larger shall be 5 inches
horizontally on both sides of the trench.
b. Piping Smaller than 3 Inches - Trenches shall have a minimum width of
7 inches.
c. Line Clearance - Provide not less than 6 inches of clearance between
each line and not less than 12 inches of clearance between lines of
other trades.
2. Pipe and Wire Depth:
a. Pressure Supply Piping - 24 inches from top of pipe minimum or as
noted on plans..
b. PVC Sleeving - 18 inches from top of pipe.
c. Non-pressure Piping (rotor) - 18 inches from top of pipe.
d. Non-pressure Piping (pop-up) - 12 inches from top of pipe.
e. Control Wiring/Communication Cable - Side of pressure main or at 18
inch depth if installed in a separate trench with no mainline piping..
f. Drip Tubing - 12 inches from top of pipe.
g. Emitter Tubing (Micro-tubing) - 8 inches from top of pipe.
3. Boring will be permitted only where pipe must pass under obstruction(s) which
cannot be removed. In backfilling bore, final density of backfill shall match that of
surrounding soil. It is acceptable to use sleeves of suitable diameter installed
first by jacking or boring, and pipe laid through sleeves. Observe same
precautions as though pipe were installed in open trench.
3.05 INSTALLATION - Locate other equipment as near as possible to locations designated. Owner’s
Representative shall review deviations prior to installation.
Eagle County Regional Airport Section 328400-104
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
A. PVC Piping - Snake pipe in trench as much as possible to allow for expansion and
contraction. Do not install pipe when air temperature is below 40~F. Place manual drain
valves at low points and dead ends of pressure supply piping to insure complete drainage
of system. When pipe installation is not in progress, or at end of each day, close pipe
ends with tight plug or cap. Perform Work in accordance with good practices prevailing in
piping trades.
1. Solvent Weld PVC Pipe - Lay pipe and make all plastic to plastic joints in
accordance with manufacturer's recommendations.
2. Flexible Plastic (Polyethylene) Pipe - Lay pipe and assemble fittings following
manufacturer's recommendations.
B. Drip Tubing:
1. Make all fitting connections as per manufacturers recommendations.
2. Use only manufacturer provided or recommended hole punch when making
penetrations in drip tubing for insert fittings. Use of any other hole punch shall be
cause for immediate removal and replacement of all installed drip tubing.
3. Install drip line blow-out stubs at all dead ends of drip tubing.
C. Control Wiring:
1. Low Voltage Wiring:
a. Bury control wiring between controller and electric valves in pressure
supply line trenches, strung as close as possible to main pipe lines with
such wires to be consistently located below and to one side of pipe, or
in separate trenches.
b. Provide an expansion loop at every pressure pipe angle fitting, every
electric control valve location (in valve box), and every 500 feet.
Minimum 5’ in every valve box and 2’ feet at every angle fitting.
d. Make all splices and E.C.V. connections using 3M DBY-6 connectors or
similar dry splice method.
e. Install all control wire splices not occurring at control valve in a separate
splice valve box.
f. Install one decoder for each control valve.
D. Electric Control Valves - Install cross-handle four inches below finished grade where
shown on Drawings as detailed. When grouped together, allow at least 12 inches
between valve box sides. Install each remote control valve in a separate valve box.
Install individual valve box flush with grade.
E. Quick Coupling Valves - Install quick couplers on swing-joint assemblies as indicated on
construction details; plumb and flush to grade. Angled nipple relative to pressure supply
line shall be no more than 45 degrees and no less than 10 degrees.
F. Drip Valve Assemblies - Install drip valve assembly as detailed.
G. Drip Emitters - Stake all surface emitters as detailed and staked with acceptable tubing
stakes.
Eagle County Regional Airport Section 328400-105
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
H. Drain Valves - Install one manual drain valve on pressure supply line directly downstream
of backflow preventer as detailed. Provide a three cubic foot drainage sump for drain
valve as detailed.
I. Valve Boxes:
1. Install one valve box for each type of valve installed as detailed. Valve box
extensions are not acceptable except for master valves and flow sensors. Install
gravel sump after compaction of all trenches. Place final portion of gravel inside
valve box after valve box is backfilled and compacted.
2. Brand controller letter and station number on lid of each valve box. Letter and
number size shall be no smaller than 1 inch and no greater in size than 1 1/2 inches.
Depth of branding shall be no more than 1/8 inch into valve box lid.
3. Refer to details for valve boxes located in paved areas.
J. Gate Valves - Install where shown on Drawings as detailed.
K. Sprinkler Heads - Install sprinkler heads where designated on Drawings or where staked.
Set to finish as detailed. Spacing of heads shall not exceed the maximum indicated on
Drawing unless re-staked as directed by Owner’s Representative. [should this be Owner’s
Representative or Contractor?] In no case shall the spacing exceed maximum
recommended by manufacturer. Install heads on swing joints or riser assemblies as
detailed. Adjust part circle heads for proper coverage. Adjust heads to correct height after
sod is installed. Plant placement shall not interfere with intended sprinkler head coverage,
piping, or other equipment. Owner’s Representative may request nozzle changes or
adjustments without additional cost to the Owner.
L. Backflow Preventer - Install as detailed at location designated on Drawings.
M. Backfilling - Do not begin backfilling operations until required system tests have been
completed. Backfill shall not be done in freezing weather except with review by Owner’s
Representative. Leave trenches slightly mounded to allow for settlement after backfilling
is completed. Trenches shall be finish graded prior to walk-through of system by Owner’s
Representative.
1. Materials – Bed all piping with road base from 6” below piping to 6” above piping.
Excavated material is generally considered satisfactory for backfill purposes after
bedding and screening to 1”. Backfill material shall be free of rubbish, vegetable
matter, frozen materials, and stones larger than 1 inch in maximum dimension.
Do not mix subsoil with topsoil. Material not suitable for backfill shall be hauled
away. Contractor shall be responsible for providing suitable backfill if excavated
material is unacceptable or not sufficient to meet backfill, compaction, and final
grade requirements.
2. Do not leave trenches open for a period of more than 48 hours. Open
excavations shall be protected in accordance with OSHA regulations.
3. Compact backfill to 95% maximum density, determined in accordance with
ASTM D155-7 utilizing the following methods:
a. Mechanical tamping.
N. Piping Under Paving:
Eagle County Regional Airport Section 328400-106
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
1. Provide for a minimum cover of 18 inches between the top of the pipe and the
bottom of the aggregate base for all pressure and non-pressure piping installed
under asphaltic concrete or concrete paving.
2. Piping located under areas where asphalt or concrete paving will be installed
shall be bedded with sand (a layer 6" below pipe and 6" above pipe).
3. Compact backfill material in 6" lifts at 90% maximum density determined in
accordance with ASTM D155-7 using manual or mechanical tamping devices.
4. Set in place, cap, and pressure test all piping under paving, in presence of
Owner prior to backfilling and paving operations.
5. Piping under existing walks or concrete pavement shall be done by jacking,
boring, or hydraulic driving, but where cutting or breaking of walks and/or
concrete is necessary, it shall be done and replaced at no cost to Owner. Obtain
permission to cut or break walks and/or concrete from Owner.
O. Water Supply and Point of Connection - Water supply shall be extended as shown from
water supply lines.
3.06 FIELD QUALITY CONTROL:
A. Flushing - After piping, risers, and valves are in place and connected, but prior to
installation of sprinkler heads, quick coupler assemblies, and hose valves, thoroughly
flush piping system under full head of water pressure from dead end fittings. Maintain
flushing for 5 minutes through furthermost valves. Cap risers after flushing.
B. Testing - Conduct tests in presence of Owner’s Representative. Arrange for presence of
Owner’s Representative 48 hours in advance of testing. Supply force pump and all other
test equipment.
1. After backfilling, and installation of all control valves, fill pressure supply line with
water, and pressurize to 40 PSI over the designated static pressure or 120 PSI,
whichever is greater, for a period of 2 hours.
2. Leakage, Pressure Loss - Test is acceptable if no loss of pressure is evident
during the test period.
3. Leaks - Detect and repair leaks.
4. Retest system until test pressure can be maintained for duration of test.
5. Before final acceptance, pressure supply line shall remain under pressure for a
period of 48 hours.
C. Walk-Through for Substantial Completion:
1. Arrange for Owner’s Representative's presence 48 hours in advance of walk-
through.
2. Entire system shall be completely installed and operational prior to scheduling of
walk-through.
3. Operate each zone in its entirety for Owner’s Representative at time of walk-
through and additionally, open all valve boxes if directed.
4. Generate a list of items to be corrected prior to Final Completion.
5. Furnish all materials and perform all Work required to correct all inadequacies of
coverage due to deviations from Contract Documents.
6. During walk-through, expose all drip emitters under operations for observation by
Owner’s Representative to demonstrate that they are performing and installed as
Eagle County Regional Airport Section 328400-107
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
designed, prior to placing of all mulch material. Schedule separate walk-through
if necessary.
7. Supply Owner’s Representative with prints of irrigation as-builts prior to
scheduling substantial completion walk-through.
D. Walk-Through for Final Completion:
1. Arrange for Owner’s Representative’s presence 48 hours in advance of walk-
through.
2. Show evidence to Owner’s Representative that Owner has received all
accessories, charts, record drawings, and equipment as required before Final
Completion walk-through is scheduled.
3. Operate each zone, in its entirety for Owner’s Representative at time of walk-
through to insure correction of all incomplete items.
4. Items deemed not acceptable by Owner’s Representative shall be reworked to
complete satisfaction of Owner’s Representative.
5. If after request to Owner’s Representative for walk-through for Final Completion
of irrigation system, Owner’s Representative finds items during walk-through
which have not been properly adjusted, reworked, or replaced as indicated on list
of incomplete items from previous walk-through, Contractor shall be charged for
all subsequent walk-throughs. Funds will be withheld from final payment and/or
retainage to Contractor, in amount equal to additional time and expenses
required by Owner’s Representative to conduct and document further walk-
throughs as deemed necessary to insure compliance with Contract Documents.
3.07 ADJUSTING - Upon completion of installation, "fine-tune" entire system by regulating valves,
adjusting patterns and break-up arms, and setting pressure reducing valves at pro-per and similar
pressure to provide optimum and efficient coverage. Flush and adjust all sprinkler heads for
optimum performance and to prevent overspray onto walks, roadways, and buildings as much as
possible. Heads of same type shall be operating at same pressure +/- 7%.
A. If it is determined that irrigation adjustments will provide proper coverage, and improved
water distribution as determined by Owner’s Representative, Contractor shall make such
adjustments prior to Final Acceptance, as directed, at no additional cost to Owner.
Adjustments may also include changes in nozzle sizes, degrees of arc, and control valve
throttling.
B. All sprinkler heads shall be set perpendicular to finish grade unless otherwise noted on
Construction Plans or directed by Owner’s Representative.
C. Areas which do not conform to designated operation requirements due to unauthorized
changes or poor installation practices shall be immediately corrected at no additional cost
to the Owner.
3.08 CLEANING - Maintain continuous cleaning operation throughout duration of Work. Dispose of, off-
site at no additional cost to Owner, all trash or debris generated by installation of irrigation system.
Eagle County Regional Airport Section 328400-108
Gypsum Colorado Irrigation System
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
END OF SECTION
Eagle County Regional Airport Section 329000-109
Gypsum Colorado General Landscape
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 329000
GENERAL LANDSCAPE
PART 1 - GENERAL
1.01 SUMMARY
Furnish all trees, shrubs, and other plant materials, labor equipment, and non-plant materials
required to complete installation of planting indicated on the landscape drawings and details.
Furnish all soil preparation, fertilizer, soil mulching, trees, shrubs, groundcovers, sodding, bed
mulching, labor and equipment required to landscape all areas as indicated on the landscape
drawings.
Work in this Section includes, installation of trees, shrubs, perennials, annuals, ornamental
grasses, sodding of lawns, installation of mulch materials and mitigation of areas damaged by
construction activities performed under this contract.
A. Section Includes
Installation of trees, shrubs, ornamental grasses, perennials, annuals, turf, seeding, installation
of mulch materials and mitigation of areas damaged by construction activities performed under
this contract.
B. Owner Furnished Items
None
C. Permits
1. Contractor will be responsible for obtaining all necessary permits required for installation of
landscape and irrigation.
2. Contractor shall know, understand, and comply with all watering restrictions.
3. Permits may be necessary if restrictions are in effect.
1.02 REFERENCES
A. Refer to Drawings and general provisions of the Contract, including General and Supplementary
Conditions.
B. Refer to Section on Fine Grading and Soil Preparation
C. Refer to Section on Sodding
D. Refer to Section on Seeding
1.03 DEFINITIONS
A. Subgrade: The final elevation of material supporting additional material above it.
B. Finished Grade: The final elevation of the upper most surface material. (sod shall be top of thatch
layer.)
Eagle County Regional Airport Section 329000-110
Gypsum Colorado General Landscape
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
1.04 SUBMITTALS
A. Product Data
Submit product data sheets for each of the following items. Submittals must be made prior to
commencing any activities.
1. Compost
2. Seed
B. Samples
Submit physical samples of each of the following materials for approval. All samples shall be
submitted in a one quart, clear, plastic bag (Ziploc type) or appropriate container. Submittals
must be made prior to commencing any activities. All samples shall be clearly labeled with the
following information.
1. Project Name
2. Material name as shown on plans and specifications
3. Supplier or distributor’s name
4. Supplier or distributor’s product name and/or order number
5. Required samples are as follows
(a) Rock Mulch
(b) Compost
C. Supplier list
A single list of all material suppliers for plant material, and all related landscape and irrigation
materials to complete the Work in this section and related sections. List must be submitted
prior to commencing any activities.
D. Construction Schedule
Prior to beginning installation of the landscape, the Contractor is to submit a Project
construction schedule to the Owner’s Representative for approval. The schedule should
include the areas and types of construction to be undertaken and the sequence which will be
used to accomplish the completion of the Project. Schedule must be submitted prior to
commencing any activities.
E. Certificates for Inspections of Materials
1. All State, Federal, or other inspection certificates shall be submitted to the Owner’s
Representative prior to acceptance of the plant material along with other information showing
the source or origin.
2. Current grower or nursery certifications indicating that all Contractor supplied plant material is
healthy, vigorous, and free from insect pests, plant diseases, and injuries
F. Contract Closeout Submittals
1. Operation and Maintenance Manuals
At the completion of the Work, furnish three (3) copies of written maintenance instructions to
the Owner’s Representative for maintenance and care of the landscaping. Instructions shall
include directions for irrigation, weeding, pruning, fertilization, and spraying, as required for
continuance of proper maintenance through a full growing season and dormant period.
Contractor shall also furnish three (3) copies of operation manuals for all equipment,
provided by the Contractor.
Eagle County Regional Airport Section 329000-111
Gypsum Colorado General Landscape
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
2. Guarantee and Warranty
For Final Completion furnish written guarantee, and warranty, to the Owner based on the
requirements of this section.
1.05 QUALITY ASSURANCE
A. Reference Standards
1. U.S. Department of Agriculture Rules and Regulations under the Federal Seed Act and equal
in quality to standards for Certified Seed.
2. Requirements for measurements, grading, branching, quality, and the balling and burlapping of
plants listed in the plant list shall follow the current issue of American Standard for Nursery
Stock issued by the American Association of Nurserymen, Inc. (ANSI-Z 60.1-1990)
3. Plants shall equal or exceed the measurements specified in the plant list, which are minimum
acceptable sizes. Plants shall be measured before pruning with branches in normal position.
Any necessary pruning shall be done at the time of planting.
B. Quality of Materials
1. All materials shall be subject to inspection and approval. The Owner’s Representative
reserves the right to reject at any time or place, prior to acceptance, the Work and all materials
which in the Owner’s Representative's opinion fails to meet these specification requirements.
2. Inspection is primarily for quality, however, other requirements are not waived even though
visual inspection results in approval. Materials may be inspected where growing but inspection
at the place of growth shall not preclude the right of rejection at the site. Inspection may be
made periodically during installation of materials, at completion, and at the end of guarantee
periods by the Owner’s Representative. Plants shall have a habit of growth that is normal for
the species. They shall be healthy, vigorous, and free from insect pests, plant diseases, and
injuries. All plant material shall be inspected stock conforming to all State and Federal
Regulations.
3. Plant material shall not exhibit signs of accelerated growth.
C. Vandalism
The Contractor will not be responsible for malicious destruction of plantings after final
acceptance of the Project. He will, however, be responsible for replacement of vandalized
materials stored but not yet installed, and vandalized material prior to final acceptance. All
cases of vandalism shall be promptly reported to the Owner. The Contractor shall inform the
Owner in writing if additional protection must be installed to protect the landscaping from
damage after installation.
1.06 DELIVERY, STORAGE, AND HANDLING
A. Packing and Shipping
1. Deliver fertilizer to site in original unopened containers bearing the manufacturer's guaranteed
chemical analysis, name, trade name, trademark, and conformance to State law. Notify
Owner’s Representative of delivery schedule in advance so material may be inspected upon
arrival at the job site.
2. Deliver packaged materials in containers showing weight, analysis and name of manufacturer.
Protect materials from deterioration during delivery and while stored at the site. Provide copies
of delivery receipts for materials to be incorporated into the construction to the Owner’s
Representative as the deliveries are made. Materials to be accounted for include: fertilizers,
soil amendments, peat moss, manure, grass seed, plant tabs, and mulches.
3. Plants shall be containerized with limbs bound, properly wrapped and prepared for shipping in
accordance with recognized standard practice. The root system shall be kept moist and plants
Eagle County Regional Airport Section 329000-112
Gypsum Colorado General Landscape
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
shall be protected from adverse conditions due to climate and transportation, between the time
they are dug and actual planting.
4. Each plant shall be identified by means of a grower's label affixed to the plant. The grower's
label shall give the data necessary to indicate conformance to specifications. Use durable
waterproof labels with water resistant ink which will remain legible for at least 60 days. Notify
the Owner’s Representative prior to delivery of plant materials to the site so that a pre-planting
inspection may be made or indicate delivery schedule in advance so plant material may be
inspected upon arrival at job site, whichever is more appropriate.
5. Do not drop plants. Do not lift plants by the trunk, stems, or foliage. The ball of the plant shall
be natural, and the plant shall be handled by the ball at all times. All plants shall be protected
at all times from drying out or other injury. Minor broken and damaged roots shall be pruned
before planting.
B. Acceptance at Site
1. Remove unacceptable plant material immediately from job site.
2. Major damage shall be cause for rejection.
3. No balled or burlapped plant shall be accepted if the ball is broken or the trunk is loose in the
ball, or trees are handled roughly.
C. Storage and Protection
1. Deliver trees and shrubs after preparations for planting have been completed and plant
immediately. If planting is delayed more than four (4) hours after delivery, set trees and shrubs
in shade, protect from weather and mechanical damage, and keep roots moist by setting
balled stock on ground and cover ball with soil, peat moss, or other acceptable mulch material.
2. Keep root balls moist at all times. Do not allow root balls to dry out.
3. Protect all existing and newly planted trees, shrubs, and groundcover within the areas of
construction and related excavation as herein specified. Provide suitable barricades and/or
fences as required.
1.07 PROJECT/SITE CONDITIONS
A. The Contractor must examine the subgrade upon which Work is to be performed, verify subgrade
elevations, observe the conditions under which Work is to be performed, verify suitability of the soil
and notify the Owner’s Representative in writing of unsatisfactory conditions. Do not proceed with
the Work until unsatisfactory conditions have been corrected in a manner acceptable to the
Owner’s Representative. Commencement of Work shall mean acceptance of the site conditions.
B. Existing Conditions
1. The Contractor shall Work with the site in its current state and be responsible for bringing
areas up to grade.
2. Utilities
Determine location of underground utilities and perform Work in a manner which will avoid
possible damage. Do not permit heavy equipment such as trucks, rollers, or bulldozers to
damage utilities. Hand excavate when called for to minimize the possibility of damage to
underground utilities. Maintain grade stakes set by others until removal is mutually
agreed upon by all parties concerned. Any damage to utilities that may result in spite of
protective measures must be completely corrected and repaired by the Contractor at no
additional cost to the Owner.
1.08 SEQUENCING & SCHEDULING
A. Planting Schedule
Eagle County Regional Airport Section 329000-113
Gypsum Colorado General Landscape
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
Schedule each type of landscape Work required during the normal season for such Work in
the area of the site. Establish dates for each type of Work and establish a completion date.
Correlate Work with specified maintenance periods to provide maintenance until accepted by
the Owner. Do not depart from the accepted schedule, except with written authorization.
Submit request to the Owner’s Representative for changes in the planting schedule. When
delays in the planting schedule are unavoidable, include documentation of the reason for
delay.
Plant trees and shrubs during normal season for such Work in the location of the Project.
B. Coordination With Lawns
Plant trees and shrubs after final grades are established and prior to planting of lawns, unless
otherwise acceptable to the Owner’s Representative. If planting of trees and shrubs occurs
after lawn work, protect lawn areas and promptly repair damage to lawns resulting from
planting operations.
1.09 WARRANTY & GUARANTY
A. Guarantee trees, shrubs, groundcovers and all plant material for a period of one year from the
date of substantial completion against defects not resulting from neglect of Owner, or abuse and
damage by others.
B. For a period of one year after acceptance of Work, at no additional cost to the Owner, the
Contractor is to replace any plants that are dead, or that are in unhealthy or unsightly condition, or
have lost their natural shape due to dead branches or excessive pruning. Inadequate
maintenance by the Owner shall not be cause for replacement. All replacement planting is to be
done no later than the succeeding season.
C. Replacement plants shall be of the same variety and size or larger as originally specified in the
plant list. Plants shall be planted as originally specified. All areas damaged by planting or
replacement operations shall be fully restored to their original condition as specified. Remove all
dead or defective plant material from the site immediately.
D. A one year warranty shall also apply to the plants replaced at the first warranty walk-through
(which occurs one year after substantial completion).
1.10 MAINTENANCE
A. Begin interim maintenance period immediately after planting of landscape materials, and after
planting of lawn areas, and continue interim maintenance until landscape Work is deemed
substantially complete and accepted by the Owner or Owner’s Representative.
B. The maintenance period, as specified on the Bid Form, will commence when all areas have
received substantial completion. Large or phased Projects may require adjustments to this date.
This can be negotiated with the Owner and Owner’s Representative after installation has begun.
C. Meet with the Owner prior to final acceptance, and prior to the termination of the maintenance
period, to go over maintenance requirements of the Project. Note that information conveyed to the
Owner shall be consistent with the maintenance instructions provided by the Contractor, as part of
the contract close out submittals.
Eagle County Regional Airport Section 329000-114
Gypsum Colorado General Landscape
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
PART 2 - PRODUCTS
2.01 MATERIALS
A. Mulch
See Plans.
B. Stakes and Guys
1. Stakes - 2’ metal t-posts, 6’ wood posts, or 6’ metal t-posts
2. Guys - 12 gauge galvanized steel wire
3. Nylon straps - 1 1/2", with metal grommet ends.
4. ¾” White, PVC pipe, 24” lengths.
C. Tree Wrapping
Clark’s Tree Wrap, 4” wide, designed to prevent winter bark injury. Secure with flexible
grafting ties.
D. Trees, Shrubs, Ornamental Grasses, and Flowers
1. Provide nursery grown trees, shrubs, ornamental grasses, and flowers except as otherwise
indicated, grown in a recognized nursery in accordance with good horticultural practice, with
healthy root systems developed by transplanting or root pruning. Provide only healthy
vigorous stock, free of diseases, insects, eggs, larvae, and defects such as knots, sunscald,
injuries, abrasions, or disfigurement. Plants grown in Hardiness Zones 2,3,4, and 5 only, will
be accepted. Hardiness Zones are defined in U.S. Department of Agriculture publications.
Grower's certificates may be required when doubt exists as to the origin of the plant material.
2. Provide trees, shrubs, ornamental grasses, and flowers true to name and variety established
by the American Joint Committee on Horticultural Nomenclature "Standardized Plant Names",
Second Edition, 1942.
3. Provide trees, shrubs, ornamental grasses, and flowers of the size shown or specified in the
plant list and in accordance with the dimensional relationship requirements of ANSI Z60.1 for
the kind and type of plant material required. Plant material of larger than specified size may be
used, in which case the sizes of the root balls will be increased proportionately.
4. Label each tree and shrub with a securely attached waterproof tag bearing legible designation
of botanical and common name and size.
5. Where formal arrangements or consecutive order of plants are shown, select stock for uniform
height and spread, and label with numbers (if necessary) to assure symmetry in planting.
6. Provide plant material complying with the recommendations and requirements of ANSI Z60.1
"Standard For Nursery Stock" and as further specified.
E. Deciduous Trees
1. Provide trees of the height and caliper listed or shown.
2. Where shade trees are required, provide single stem trees with straight trunk and intact leader,
free of branches to a point.
3. Where small trees of upright or spreading type are required, provide trees with single stem,
branched or pruned naturally according to species and type, and with the relationship of caliper
and branching recommended by ANSI Z60.1, unless otherwise shown.
4. Where shown as "bush form" provide trees with 3 or more main stems starting close to the
ground in the manner of a shrub.
5. Where shown as a "clump form" provide trees with 3 or more stem starting from the ground.
6. Provide balled and burlapped deciduous trees unless noted as container plants. Balled and
burlapped plants shall be dug with firm, natural balls of earth of the diameter specified or
Eagle County Regional Airport Section 329000-115
Gypsum Colorado General Landscape
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
larger, to encompass the fibrous and feeding root system necessary for full recovery of the
plant. No balled or burlapped plant shall be accepted if the ball is broken or the trunk is loose
in the ball.
F. Deciduous Shrubs and Groundcovers
1. Provide deciduous shrubs with not less than the minimum number of canes required by ANSI
Z60.1 for the type and height of shrub specified.
2. Plants furnished in containers shall have been grown in pots, cans, or baskets long enough to
have sufficient roots to hold earth together intact after removal from container, without being
root bound.
G. Coniferous and Broadleaf Evergreens
1. Provide evergreens of the size shown. Dimension indicates minimum spread for spreading
and semi-spreading type evergreens and height for all other types such as globe, dwarf, cone,
pyramidal, broad- up-right, and columnar.
2. Provide evergreens with well balanced form complying with requirements for other size
relationships to the primary dimension shown.
3. Trees shall exhibit consistent growth periods, and shall not exhibit signs of accelerated growth.
4. Provide balled and burlapped evergreen trees unless otherwise noted as container or collected
stock.
5. Foliage shall have a good intense color.
6. Trees shall contain a central dominant leader with evenly spaced branches. Plants containing
multiple central leaders will be rejected.
H. Requirements for Balled and Burlapped Stock:
1. Where shown or specified to be balled and burlapped, provide trees and shrubs dug with a
firm, natural ball of earth in which they were grown.
2. Provide ball size of not less than the diameter and depth recommended by ANSI Z60.1 for the
type and size of tree or shrub required. Increase ball size or modify ratio of depth to diameter
as required to encompass the fibrous and feeding root system necessary for full recovery of
trees or shrubs subject to unusual or atypical conditions of growth, soil conditions, or
horticultural practice.
3. Wrap and tie earth ball as recommended by ANSI Z60.1 for the size of balls required. Drum-
lace balls with a diameter of thirty inches (30") or greater.
I. Requirements for Container Grown Stock
1. Where specified as acceptable, provide healthy, vigorous well rooted shrubs or ornamental
grasses established in the container in which they are sold.
2. No bare rooted or recently containerized stock will be accepted.
3. Established container stock is defined as a tree or shrub transplanted into a container and
grown in the container for a length of time sufficient to develop new fibrous roots so that the
root mass will retain it's shape and hold together when removed from the container.
4. Use rigid container which will hold ball shape and protect root mass during shipment.
5. Provide trees and shrubs established in containers of not less than the minimum sizes
recommended by ANSI Z60.1 for the kind, type, and size of trees and shrubs required.
6. Perennials and ornamental grasses provided in containers shall have well developed root
masses (without being root bound) and should display an appropriate amount of foliage for the
time of year in which they are being planted. Cutting back of perennials and grasses for fall
planting is acceptable assuming a portion of the plant is visible and cutting does not damage
the growing portions of the plant.
Eagle County Regional Airport Section 329000-116
Gypsum Colorado General Landscape
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
PART 3 - EXECUTION
3.01 EXAMINATION
Contractor shall inspect the site with the Owner and/or Owner’s Representative prior to beginning
any activities on site. The Contractor shall provide a written report of any discrepancies that would
interfere with their scope of Work, or would delay progress on the Project.
3.02 INSTALLATION/APPLICATION/ERECTION
A. Proceed with and complete the landscape Work as rapidly as portions of the site become
available, Working within the seasonal limitations for each kind of landscape Work required.
B. Cooperate with any other Contractors and trades which may be Working in and adjacent to the
landscape Work areas. Examine drawings which show the development of the entire site and
become familiar with the scope of all Work required.
C. Final Plant Locations
1. Stake location of individual trees, for approval by Owner’s Representative, prior to planting or
excavating.
2. If a new tree or shrub relocation is necessary due to interference with underground piping or
wiring, the Contractor shall notify the Owner’s Representative and receive approval of a new
location.
3. The Owner’s Representative must approve the precise location of all plants prior to pit
excavation and installation.
4. Make minor adjustments as requested by the Owner’s Representative, or as necessary to
avoid conflicts with sprinkler line locations.
D. Excavation For Planting
1. Where rubble fill is encountered, notify Owner’s Representative and prepare planting pits
properly by removal of rubble or other acceptable methods.
2. If rock, underground construction Work, or other obstructions are encountered in excavation
for planting of trees or shrubs, notify the Owner’s Representative. If necessary, new locations
may be selected by the Owner’s Representative.
3. If subsoil conditions indicate the retention of water in planting areas, as shown by seepage or
other evidence indication the presence of underground water, notify the Owner’s
Representative before backfilling.
4. Tree pits shall be dug with flat bottoms and vertical sides. Tree pits shall be dug with radius
equal the diameter of the root ball. All tree pits shall have a minimum depth to accommodate
root ball.
5. The Contractor will be responsible for demonstrating to the Owner’s Representative's that
planting pits will have adequate drainage. This shall be performed by digging sample holes
throughout the site and filling them with water. Holes must drain with in twenty four hours to be
acceptable. Pits that do not drain shall be provided with twelve inch (12") diameter X thirty six
inch (36") deep auger holes (one per tree pit) to be filled with 1 1/2" gravel. A change order will
be issued if the Owner’s Representative determines drain holes shall be installed.
E. Setting and Backfilling
1. Set container grown stock, excavate as specified for balled and burlapped stock except
container width and depth shall govern. Pit shall be at least twice as wide as the container.
2. Set tree ball, plumb and in the center of pit or trench with top of ball 2", minimum, above
adjacent landscape grades. Remove burlap from sides and tops of balls, but do not remove
from under balls. Remove platforms, if any, before setting. Do not use stock if ball is cracked,
or broken before or during planting operation. When setting place additional backfill around
base and sides of ball, and Work each layer to settle backfill and eliminate voids and air
Eagle County Regional Airport Section 329000-117
Gypsum Colorado General Landscape
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
pockets. When excavation is approximately 2/3 full, water thoroughly before placing
remainder of backfill. Repeat watering until no more is absorbed. Water again after placing
final layer of backfill.
3. No burlap shall be pulled out from under balls.
4. A minimum of three-quarters of the wire basket and surplus nylon or binding shall be
completely removed, taking care not to damage the root ball. Any roots which are bruised or
broken shall be pruned at the time of planting.
5. After planting, the Contractor shall water each plant regularly until final acceptance.
6. Set container grown stock as specified for balled and burlapped stock, except cut cans on 2
sides with a metal cutter, and remove bottoms of wooden boxes before setting. Carefully
remove cans and sides of wooden boxes after partial backfilling so as not to damage root
balls.
7. For plantings in non-turf areas, provide berm around the edge of excavations to form shallow
saucer to collect water and to hold mulch.
F. Mulching
1. Fine grade all planting beds to be mulched allowing for full depth of specified mulch.
2. Place specified mulch evenly over all areas at depth indicated on plans.
3. Rake and feather finish grade of mulch level and 1/2" below adjacent edger surfaces.
4. Make sure mulch is at full depth at adjacent walks and paved surfaces and that mulch doesn't
protrude above these surfaces.
5. Mulch a 36" diameter ring around all trees in turf areas with specified depth of wood mulch,
after irrigation areas have been watered in.
6. All trees and shrubs in native areas are to have a mulch ring equal to the diameter of the
planting pit. Mulch shall be a uniform three inches in depth. Do not remove saucer (or berm)
around plants in native areas when mulching.
G. Pruning
1. Prune, thin out, and shape trees and shrubs in accordance with standard horticultural practice.
Prune trees to retain required height and spread.
2. Do not cut tree leaders, and remove only injured or dead branches from flowering trees, if any.
3. Prune shrubs to retain their natural character and shape, and to accomplish their use in the
landscape design.
4. Required shrub sizes are the size after pruning.
5. Remove and replace excessively pruned or deformed stock resulting from improper pruning.
H. Guying and Staking
1. Deciduous guying system
Pound stakes into undisturbed soil beyond the planting pit so that stake is secure (2' deep
minimum). Secure wire through metal grommets on nylon strap and wrap above first
branch or at mid-point of tree. Secure guy wire to stake so that it is taut but allows some
movement and so that no sharp projection of wire are extending from post. Adjust tension
on wire if needed. Flag guy wire with 3/4" PVC pipe for visibility.
2. Conifer guying system
Pound stakes into undisturbed soil beyond the planting pit sot that stake is secure (2'
deep min.), angling away from planting pit and so that top is flush with finish grade.
Secure wire through metal grommets on canvas strap and wrap at mid point of tree.
Secure guy wire to stake so that it is taut but not overly tight and so that no sharp
Eagle County Regional Airport Section 329000-118
Gypsum Colorado General Landscape
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
projection of wire are extending from post. Adjust tension on wire if needed. Flag guy
wire with 3/4" PVC for visibility.
3.03 FIELD QUALITY CONTROL
A. When all the landscape Work is completed, the Owner’s Representative, shall upon seven (7)
calendar days advance notice, make an inspection of the landscape Work to determine if the
Work is complete. The Owner’s Representative shall prepare a punch list of items improperly
installed, inadequately sized or otherwise deficient based on the findings of his inspection. The
punch list shall be completed not more than seven (7) Working days after the field inspection.
When the Contractor has remedied all deficiencies and completed all items on the punch list, the
Contractor shall request another inspection by the Owner’s Representative to determine whether
the deficiencies have been adequately corrected. Once the punch list items have been corrected
and re-inspected, the Owner’s Representative shall issue a written certificate to the Owner who
will then respond to the Contractor in writing formally accepting the Work and beginning the
warranty and guarantee period.
B. Additional landscape inspections shall be conducted upon request by the Owner’s Representative,
to determine the condition of the Work at the completion of the guarantee period.
C. The required maintenance instructions shall be forwarded to the Owner’s Representative prior to
the final acceptance to inform the Owner of any maintenance responsibilities that would be
required for the Project.
3.04 ADJUSTING AND CLEANING
A. During landscape Work, store materials and equipment where directed.
B. Keep pavements clean and Work areas in an orderly condition.
C. Protect landscape Work from loss, damage, and deterioration during storage, installation, and
maintenance periods.
D. Protect from unauthorized persons (trespassers), as well as from operations by other Contractors
and tradesmen and landscape operations.
E. At the time of the final inspection of the Work and before the issuance of Final Acceptance, all
paved areas shall be thoroughly cleaned by the Contractor by sweeping, and washing. All
construction equipment and excess materials shall have been removed and any debris or rubbish
shall have been removed from the site.
END OF SECTION
Eagle County Regional Airport Section 329113-119
Gypsum Colorado Soil Preparation
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 329113
SOIL PREPARATION
PART 1 - GENERAL
1.01 SUMMARY
Work in this Section includes, ripping, fertilizing, soil conditioning, and fine grading as shown on
plans and details, included on construction drawings, as under this contract.
1.02 SUBMITTALS
Submit product data sheet for compost.
1.03 DELIVERY, STORAGE AND HANDLING
Comply with related sections
1.04 PROJECT/SITE CONDITIONS
A. Do not perform Work when climate and existing site conditions will not provide satisfactory results.
B. Vehicular accessibility on site shall be as directed by the Owner’s Representative. Repair damage
to prepared ground and surface caused by vehicular movement during Work under this section to
original condition at no additional cost to the Owner.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Compost
1. A totally organic product that has been aerobically and naturally processed without the addition
of coarse wood chips, in such a manner as to maintain a consistent temperature of 140
degrees Fahrenheit or greater for a period of time sufficient to create the following
characteristics, measured by dry weight.
(a) Moisture content of 30%-35%
(b) Organic matter to nitrogen ratio: 25:1 to 30:1.
(c) pH: 6.0 to 8.0 pH.
(d) Salts: maximum of 10 mmhos/cm.
(e) Less than 1% soil, dirt or sand.
(f) Maximum particle size of ½ inch diameter.
(g) Eradication of all harmful weed seeds, pathogens and bacteria.
(h) A non-offensive, earth smell.
2. Acceptable materials are as follows.
(a) A-1 Organics - Premium 3
(b) Front Range Materials (Arvada, Colorado, 303-425-9992)– Ground Compost (Item #18-
126)
(c) Certified “Class I” compost product
B. Plant Mix Backfill for Trees
1. Plant mix shall be used to backfill around all tree plantings as indicated on the drawings. The
plant mix shall consist of equal parts of
(a) Topsoil
(b) Compost
(c) Excavated soil
Eagle County Regional Airport Section 329113-120
Gypsum Colorado Soil Preparation
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
(d) Myke Pro AN1 (www.usemyke.com) at the manufacturer’s recommended rate for the
tree’s size/caliper
Caliper / Height Myke Pro
Cups Each
1.5 in (40 mm) 2
2.0 in (50 mm) 3
2.5 in (65 mm) 4
3.0 in (75 mm) 5
4.0 in (100 mm) 6
4.5 in (115 mm) 7.5
4' 1.75
5' 2
6' 3
7' 3.5
8' 4
10' 5
12' 6
14' 7.5
2. The ingredients shall be thoroughly mixed to produce a mix as integrated as possible.
C. Bluegrass sod and irrigated bluegrass seed area amendments
Thoroughly mix the following amendments tilled to a depth of six inches.
Specified Compost 4.0 c.y. per 1,000 s.f.
D. Naturalized seed areas
1. All seed areas shall receive “Biosol 6-1-3” organic fertilizer at the time of seeding at a rate of
1,000 pounds per acre. If soils test identify more or less fertilizer required, the Contractor will
be expected to submit a change order to adjust the contract price for a credit or overage.
2. Specified Compost 2.0 c.y. per 1,000 s.f.
3. Thoroughly mix till the areas to a depth of six inches.
E. Planting Bed Amendments
Thoroughly mix the following amendments tilled to a depth of six inches. No additional backfill
amendments are required around shrubs if amending the entire bed area.
Specified Compost 4.0 c.y. per 1,000 s.f.
Diammonium Phosphate 5.0 lbs. per 1,000 s.f.
Pre-emergent Weed Controller use manufacturer’s specified rate
2.02 SOURCE QUALITY CONTROL
A. Verification of Performance
1. Compost and other soil amendments are typically identified by a rate of cubic yards per 1000
s.f. In order to accurately determine if amendments are applied at the correct rate, the
following chart is supplied. This chart is intended to verify the cubic yards by allowing a
method for measuring the depth of the material spread uniformly across the surface of the
planting area, with no exposed soil, prior to mixing the amendments with the existing soils.
Eagle County Regional Airport Section 329113-121
Gypsum Colorado Soil Preparation
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
2. This method will be used during inspections to verify that adequate amendments are
incorporated into the soil.
c.y./1000 s.f. Depth (inches)
3 c.y./1000 s.f. 1 inch
5.0 c.y./1000 s.f. 1 ½ inches
3. An inspection of soil preparation will be performed by the Owner’s Representative before areas
will be released for planting. The inspection shall consist taking a soil sample to determine
(a) Proper tilling of the soil. Soil will be judged on how easily a soil probe can be inserted
into the ground.
(b) Proper depth of tilling, and homogeneity of the soil. The soil sample will be judged on
uniformity of the soil profile in the top six to eight inches.
(c) A visual inspection for adequate compost will be conducted. An area that has similar soil
structures, that has not received compost will be used as the basis of comparison.
Should a disagreement exist, multiple soil samples will be sent to an independent testing
laboratory to determine the amount of organic matter present. The cost of this testing
will be absorbed by the Owner’s Representative.
PART 3 - EXECUTION
3.01 EXAMINATION
A. General
1. Verify that existing site conditions are as specified and indicated before beginning Work under
this Section.
2. Unknown soil conditions may exist on site. This specification is intended to be a standard
specification for Soil Preparation for Bid purposes only. The Contractor shall be responsible
for creating a suitable soil medium that ensures healthy plant growth. Immediately following
rough grading operations, the Contractor shall take multiple soil samples of the site to identify
any chemical, structural, or other soil borne issues that would make the soil counterproductive
to healthy plant growth. This analysis shall include recommendations for additional organic
matter required for the soil. Should amendments or additional Work be required to make these
soils more conducive to healthy plant growth, the Contractors shall submit a change order for
the modification 30 days prior to start of landscape installation for Owner’s Approval. The
change order request shall clearly detail any additional Work or amendments necessary for
those unacceptable soils.
B. Grades
Inspect to verify rough grading is within +0.1 foot of grades indicated and specified.
C. Damaged Earth
Inspect to verify that earth rendered unfit to receive planting due to concrete, water, mortar,
limewater or any other contaminant dumped on it has been removed and replaced with clean
earth from a source approved by the Owner’s Representative.
D. Cleanliness
Inspect to verify that site is clean of all trash and debris.
E. Equipment
Inspect to verify other trades have removed all equipment and staging areas from areas of
Work.
Eagle County Regional Airport Section 329113-122
Gypsum Colorado Soil Preparation
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
F. Unsatisfactory Conditions
Report in writing to General Contractor with copy to Owner.
G. Acceptance
Beginning of installation means acceptance of existing conditions by installer.
3.02 PREPARATION
A. Protection
1. Locate sewer, water, irrigation, gas, electric, phone and other pipelines or conduits and
equipment prior to commencing Work.
2. Be responsible for proper repair to landscape, utilities, walls, pavements and other site
improvements damaged by operations under this section.
B. Weed Control
1. Remove weeds by applying herbicide 1 week before soil preparation and as needed, but no
sooner than 3 months before beginning Work.
2. If the area to be developed is infested with noxious or invasive weeds, a chemical application
will be required, at a rate recommended on the chemical’s product label.
3. The Contractor shall remove all weeds prior to tilling or spreading any soil amendments. All
dead plant material shall be removed from the site and not tilled into the soil.
C. Surface Grade
Remove weeds, debris, clods and rocks larger than ½". Dispose of accumulated debris at
direction of Owner or Owner’s Representative.
D. Runoff
Take measures and furnish equipment and labor necessary to control the flow, drainage, and
accumulation of water. Insure that all water will run off the grades.
E. Erosion Control
1. Take measures and furnish equipment and labor necessary to control and prevent soil erosion,
blowing soil and accumulation of wind-deposited material on the site throughout duration of
Work.
2. No areas of the site may remain unprotected for more than 30 days, or as directed by the
storm water management plan.
3. The Contractor shall assume maintenance and management responsibilities for erosion
control in an area upon commencement of activities in that area. Erosion control practices
must be compliant with Douglas County, the GESC plan, and any Storm Water Management
Plans/Programs in place.
4. The Contractor will be expected to begin repair to damaged erosion control devices, siltation,
wash outs, etc. within twenty four hours of a storm event or upon notification by the Owner’s
Representative.
3.03 INSTALLATION
A. Soil Amendment
Evenly distribute soil amendments, conditioners, and fertilizer, and first application of fertilizer
in landscaped areas at the rates outlined in Part 2.01 of this Section.
Eagle County Regional Airport Section 329113-123
Gypsum Colorado Soil Preparation
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
B. Mixing
After applying soil conditioner, fertilizers, and compost thoroughly till area to depth of 6"
minimum by tilling, plowing, harrowing, or disking until soil is well pulverized and thoroughly
mixed.
C. Fine Grading in all Landscape Areas:
1. Do fine grading for areas prior to planting.
2. For ground surface areas surrounding buildings to be landscaped, maintain required positive
drainage away from buildings.
3. Establish finish grades to within 0.04 foot of grades indicated.
4. Fine grading must be inspected and approved by Owner’s Representative.
5. Any damage caused by inclement weather, to finish grades before inspection, will be repaired
by the Contractor, prior to acceptance by Owner’s Representative.
6. Sodded areas - Allow 1" for sod.
D. Noxious weeds or parts thereof shall not be present in the surface grade prior to landscaping.
E. Prior to acceptance of grades, hand rake to smooth, even surface free of debris, clods, rocks, and
vegetable matter greater than ½".
3.04 FIELD QUALITY CONTROL
A. Inspection
1. Provide notice to Owner’s Representative requesting inspection at least seven (7) calendar
days prior to anticipated date of completion.
2. The following required inspections will be conducted to ensure proper preparation of soil, prior
to planting.
(a) During, or after, the first cultivation
(b) After the application of specified soil amendments.
(c) During, or after, the second cultivation
(d) After the final grades have been established
B. Deficiencies
Owner’s Representative will specify deficiencies to Contractor who shall make satisfactory
adjustments and shall again notify Owner’s Representative for final inspection.
3.05 CLEANING
Remove debris and excess materials from site. Clean out drainage inlet structures. Clean paved
and finished surfaces soiled as a result of Work under this Section, in accordance with direction
given by Owner’s Representative.
3.06 PROTECTION
Provide and install barriers as required and as directed by Owner’s Representative to protect
completed areas against damage from pedestrian and vehicular traffic until acceptance by Owner.
Contractor is not responsible for malicious destruction caused by Others.
END OF SECTION
Eagle County Regional Airport Section 32 9219-125
Gypsum Colorado Seeding
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 329219
SEEDING
PART 1 - GENERAL
1.01 SUMMARY
A. The Contractor shall supply all material and labor necessary for seeding of irrigated seed mix,
dryland grasses, non-irrigated seed mix, and wetland seeding, in areas shown on plans.
B. The Contractor will be expected to produce a lush stand of grasses by the end of the second full
growing season.
1.02 REFERENCES
A. Reference Standards: Comply with U.S. Department of Agriculture Rules and Regulations under
Federal Seed Act and be equal in quality to standards for Certified Seed.
B. Refer to General Landscape Section
C. Refer to Landscape Maintenance Section
D. Refer to Fine Grading and Soil Preparation Section.
1.03 SYSTEM DESCRIPTION
A. Performance Requirements
1. Irrigated Seed Areas
This includes all areas within the limits of Work that are recently planted and irrigated.
Contractor should monitor these areas on a regular basis for the presence of weeds. Areas
will require individual attention and separate maintenance schedules, thus the Contractor is
responsible for developing and sustaining a weed-free, lush stand of specified grasses.
Chemical, mechanical, or manual methods should be implemented to prevent the spread of
weeds. Mowing is the preferred method to help establish newly seeded areas. Contractor will
be expected to re-seed or over-seed areas as bare spots develop. Bare spots should not
exceed 8 inches square by the end of the first full growing season.
2. Non-irrigated Seeded Areas
This includes all areas within the limits of Work that are recently seeded, and do not receive
supplemental watering. Contractor should monitor these areas on a regular basis for the
presence of weeds. Areas will require individual attention and separate maintenance
schedules, thus the Contractor is responsible for developing and sustaining a weed-free, lush
stand of dryland grasses. Chemical, mechanical, or manual methods should be implemented
to prevent the spread of weeds. Mowing is the preferred method to help establish newly
seeded areas. Contractor will be expected to re-seed or over-seed areas as bare spots
develop. Bare spots should not exceed 12 inches square by the end of the first full growing
season.
1.04 SUBMITTALS
Refer to submittals in General Landscape Section.
1.05 PROJECT/SITE CONDITIONS
A. Existing Conditions
Vehicular accessibility on site shall be as directed by Owner’s representative. Repair damage
to prepared ground and surfaces caused by vehicular movement during Work under this
section to original condition at no additional cost to Owner.
Eagle County Regional Airport Section 32 9219-126
Gypsum Colorado Seeding
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
B. Environmental Conditions
Do not drill or sow seed during windy weather or when ground is frozen or otherwise un-
tillable.
1.06 WARRANTY
For Final Completion furnish written warranty to Owner based upon requirements as specified.
1.07 MAINTENANCE
The interim maintenance period shall begin immediately after each area is seeded and continue
until substantial completion of entire Project. Final acceptance of seeded areas will not be given
until Owner’s representative is satisfied with germination and a full stand of grass is in a vigorous
growing condition, with consistency and completion of coverage. During this time, be responsible
for watering, mowing, spraying, weeding fertilizing and all related Work as necessary to ensure that
seeded areas are in a vigorous growing condition. Provide all supervision, labor, material and
equipment to maintain seeded areas.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Seed Mix
Refer to plans for seed mixture
B. Seeding Rate
Refer to plans for drilled seed, seeding rate.
C. Fertilizer
Biosol All-Purpose Natural Organic Fertilizer 6-1-3 mixture; www.biosolusa.com
D. Hydromulch
Sterilized, wood fiber made from mechanically defibrated whole wood chips, colored green with a
non-toxic dye. Cellulose or paper mulches will not be accepted.
E. Tackifier - Non-toxic, organic, starch based, tackifier agent. Approved manufacturers are as
follows
1. Rantec – “Supertac” or “R-Tack” products’ www.ranteccorp.com
2. Chemstar – “Star Tak 600” product; www.chemstar.com
2.02 SOURCE QUALITY CONTROL
A. Inspection
1. Primarily for quality; however, other requirements are not waived even though visual
inspection results in acceptance.
2. Inspection will be made periodically during seeding, at completion and at end of warranty
period by Owner’s representative.
3. Seed material is subject to inspection and acceptance. Owner’s representative reserves the
right to reject at any time or place prior to acceptance, any Work and seed which in Owner’s
representative's opinion fails to meet specification requirements.
B. Testing Requirements
1. Seed and seed labels shall conform to current State and Federal regulations and be subject
to testing provisions of the Association of Official Seed Analysis.
2. The Owner’s Representative may require tests of seed verification at the Contractor’s
expense.
Eagle County Regional Airport Section 32 9219-127
Gypsum Colorado Seeding
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
PART 3 - EXECUTION
3.01 EXAMINATION
A. Verify that existing site conditions are as specified and indicated before beginning Work under this
section.
B. Layout
Verify layout of seeding areas as indicated prior to starting seeding operations.
C. Grades
Inspect to verify that rough grading is within 0.1 foot of grades specified and indicated.
D. Unsatisfactory Conditions
Report in writing to General Contractor with a copy to the Owner’s representative.
E. Acceptance
Beginning of installation means acceptance of existing conditions by this Contractor.
3.02 PREPARATION
A. Protection
1. Be responsible for proper repair to landscape, utilities, fences, pavements and other site
improvements damaged by operations under this Section.
2. Pay for repairs made by Contractor(s) designated by Owner.
3. Identify prepared seeding areas requiring protection and erect barriers for proper protection
and traffic control.
B. Erosion Control
Take measures and furnish equipment and labor necessary to control and prevent soil
erosion, blowing soil and accumulation of wind-deposited materials on the site throughout the
duration of Work.
C. Seeding Areas
Remove weeds, debris and rocks larger than ½" which may binder seeding or subsequent
operations. Dispose of accumulated debris at direction of Owner’s representative.
D. Fine Grading
Perform as required to maintain positive drainage, prevent ponding and direct run-off into
catch basins, drainage structures, etc. and as required to provide smooth well-contoured
surface prior to proceeding. Tolerance: + 0.04 foot.
E. Soil Preparation
1. Soil preparation in all native seed areas is critical to the success and establishment of the
plant material. Contractor is to ensure that all areas receive proper and adequate soil
preparation.
2. If the area to be developed is infested with noxious or invasive weeds, a chemical application
will be required, at a rate recommended on the chemical’s product label.
3.03 SEEDING
A. Drill or plant in manner such that after surface is raked and rolled, seed shall have 1/4" of cover.
Accomplish seeding by 'Rangeland' type drills. Any furrows left by drill seeding shall be rolled to a
smooth surface. Smaller areas inaccessible with a seed drill can be hand broadcast and the seed
can be raked into the surface.
B. If broadcast seeding is necessary, the seed rate shall be doubled.
C. If hydroseeding is necessary, the seed rate specified should be multiplied by four.
Eagle County Regional Airport Section 32 9219-128
Gypsum Colorado Seeding
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
D. When using a drill type seeder, the seeder should cover the area twice. The first pass and second
passes should be perpendicular to each other. Each pass of the seeder should apply
approximately ½ of the required seeding rate.
E. On sloped or shaped areas, the first pass of the seeder shall attempt to follow the general contour.
F. All seeding shall occur between May 15th and September 15th, unless otherwise approved by the
Owner’s Representative.
3.04 RESEEDING
Areas shall be reseeded if they exhibit areas greater than the acceptable amounts noted in Part 1 of
this Section. Reseeding shall occur continually during the establishment period.
3.05 MULCH
A. Utilize hydromulch and tackifier.
B. Hydromulch shall be applied at a minimum rate of 2,000 pounds per acre with 3% tackifier.
C. Timing
Mulch seeded areas immediately after seeding. Areas not mulched within 24 hours after seeding
shall be reseeded with the specified seed mix prior to mulching.
D. Quality Control
Repair and remulch areas improperly mulched or damaged by Contractor's negligence, in
specified manner. Mulch removed by circumstances beyond the Contractor's control shall be
repaired and remulched as ordered with payment for this corrective Work, when ordered, at the
contract prices.
3.06 EROSION CONTROL
A. Apply erosion control netting to any area which is vulnerable to soil erosion such as swales or
steep slopes.(3:1 or steeper slopes)
B. If Contractor fails to net such areas and soil erosion subsequently occurs, Contractor shall re-
establish finish grade, soil preparation, seed bed, and apply jute netting at his own expense.
C. Erosion Control Netting
1. Roll out in direction of flow after seeding and mulching.
2. Apply material loosely and smoothly on soil surface without stretching and without tenting.
3. Avoid walking directly on seed-bed either before or after material is applied.
3.07 NOTIFICATION AND INSPECTION
A. Inspection
1. When germination is complete, and plants are visible, the Contractor shall notify the Owner’s
Representative. The inspection will be used to determine if the area is substantially complete
and if the warranty period should commence.
2. All washouts, thin, weak, or dead areas should be repaired prior to the inspection.
B. Deficiencies
Owner’s representative will specify deficiencies to Contractor who shall make satisfactory
adjustments and shall again notify Owner’s representative for final inspection.
Eagle County Regional Airport Section 32 9219-129
Gypsum Colorado Seeding
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
3.08 CLEANING
A. Remove debris and excess materials from site. Clean paved and finished areas soiled as a result
from Work under this section, in accordance with direction given by Owner’s representative.
Clean out drainage inlet structures.
B. Remove mulch, from seeding operations, immediately from fences, structures, walls, trees, shrubs
and sod to prevent damage to same.
3.09 PROTECTION
Provide and install barriers as required and as directed by Owner’s representative, or as needed to
protect seeded areas from damage from pedestrian and vehicular traffic. Contractor is responsible for
malicious destruction of seeding caused by others.
END OF SECTION
Eagle County Regional Airport Section 329223-131
Gypsum Colorado Sodding
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
SECTION 329223
SODDING
PART 1 - GENERAL
1.01 SUMMARY
Furnish all supervision, labor, material, equipment, transportation, permits and fees, and perform
all operations in connection with the installation of sod, where called for in plans and specifications.
1.02 REFERENCES
A. Reference Standards: U.S. Department of Agriculture Rules and Regulations under Federal Seed
Act and equal in quality to standards for Certified Seed.
B. General Landscape Section
C. Fine Grading and Soil Preparation Section
1.03 SUBMITTALS
Refer to General Landscape Section.
1.04 QUALITY ASSURANCE
A. Sod Materials
Subject to inspection and acceptance. Owner’s Representative reserves the right to reject at
any time or place prior to acceptance, any Work and sod which in the Owner’s
Representative's opinion fails to meet these specification requirements. Promptly remove
rejected sod from site.
B. Inspection
1. Primarily for quality; however, other requirements are not waived even though visual
inspection results in acceptance. Notify Owner’s Representative of intended sod farm prior to
cutting for inspection. Inspection at growth site shall not preclude the right of rejection at
Project site.
2. Inspection will be made periodically during sodding, at completion and at end of warranty
period by Owner’s representative.
3. Inspection shall be scheduled prior to sodding. Owner’s Representative will inspect finish
grades on which sod will be laid. This inspection does not dismiss the Contractor’s
responsibility for creating positive drainage across the landscaped areas.
C. Sod Standards
1. General - Healthy, thick turf having undergone a program of regular fertilization, mowing and
weed control; free of objectionable weeds; uniform in green color, leaf texture and density;
healthy, vigorous root system; inspected and found free of disease, nematodes, pests and
pest larvae by the entomologist of the State Department of Agriculture.
2. Each piece of Sod - Sandy-loam soil base that will not break, crumble or tear during sod
installation.
3. Thickness – 5/8" minimum root zone thickness.
4. Thatch - Not to exceed ½" uncompressed.
5. Size - Cut in strips 18" wide no more than 24 hours prior to delivery.
Eagle County Regional Airport Section 329223-132
Gypsum Colorado Sodding
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
1.05 DELIVERY, STORAGE AND HANDLING
A. Packing and Shipping
1. Deliver on sod on pallets properly loaded on vehicles and with root system protected from
exposure to sun, wind, and heat in accordance with standard practice and labeled with
botanical and common name of each grass species in accordance with Federal Seed Act.
2. Protect sod from dehydration, contamination and heating at all times. Keep stored sod moist
and under shade or covered with moistened burlap.
3. Do not drop sod rolls from carts, trucks or pallets.
B. Acceptance at Site
1. Material shall be inspected upon arrival at job site.
2. Immediately remove unacceptable material from job site.
C. Storage and Protection
1. Do not stack sod more than 2 feet deep.
2. Do not deliver more sod than can be installed within 24 hours. Storage is not recommended.
1.06 PROJECT/SITE CONDITIONS
A. Environmental Requirements:
Do not install sod on saturated or frozen soil unless otherwise directed by Owner’s
Representative.
B. Existing Conditions
1. Import and place any fill material required to adjust the fine grade to meet drainage
requirements or to match hard surface fine grades, or as indicated on plans (e.g., 1 inch
lower than adjacent concrete trails).
2. Vehicular accessibility on site shall be as directed by Owner’s Representative. Repair
damage to prepared grounds and surfaces caused by vehicular movement during Work
under this section to original condition at no additional cost to Owner.
1.07 WARRANTY
A. Warranty sod for a period of one year from date of Substantial Completion be in a healthy,
vigorous growing condition.
B. During the original warranty period, replace at once sod areas that die due to natural causes, etc.,
or which in Owner’s representative's opinions are unhealthy.
C. Replacement will not be required in any season definitely unfavorable for sodding.
D. Install replacements as originally specified and warranted.
1.08 MAINTENANCE
The maintenance shall begin immediately after each area is sodded and continue until final
acceptance of entire Project. During this time, the Contractor shall, be responsible for watering,
mowing, spraying, weeding, aerating, fertilizing, and all related Work as necessary to ensure that
sodded areas are in a vigorous growing condition. Furnish all supervision, labor, material and
equipment to maintain turf areas.
Eagle County Regional Airport Section 329223-133
Gypsum Colorado Sodding
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
1.09 WATERING
A. Initially water sod upon completion of convenient Work areas until installation is complete and the
irrigation system can be operated under full control. Water sod sufficiently to moisten subsoil at
least 4" deep in a manner not to cause erosion or damage to adjacent finished surfaces. Water
shall be free of substances harmful to plant growth. Be responsible for furnishing water from
underground sprinkler system, quick couplers or other source.
B. Contractor shall know, understand, and abide by all local water restrictions, if in effect.
C. Contractor will be held responsible for any fines received for violating any watering restrictions in
effect.
D. The Contractor shall attempt to provide the minimum water necessary to maintain irrigated
landscape areas, especially in times of drought and during summer months. The Owner or
Owner’s representative will determine what appropriate level of distress is acceptable on turf
areas.
E. Re-sodding
Re-sod spots larger than nine inches square and not having healthy, uniform stand of grass.
F. Insect and Disease Control:
As required, using insecticides and fungicides approved by Owner or Owner’s representative.
PART 2 - PRODUCTS
Refer to the General Landscape Section.
PART 3 - EXECUTION
3.01 EXAMINATION
A. General
Verify that existing site conditions are as specified and indicated before beginning Work under this
section.
B. Layout
Verify layout of sodded areas as indicated prior to starting operations.
C. Grades
The Owner’s representative must inspect finished grades prior to installing any sod.
D. Unsatisfactory Conditions
1. Report in writing to General Contractor with copy to Owner’s Representative.
2. Beginning of installation means acceptance of existing conditions by this Contractor.
3.02 PREPARATION
A. Protection
1. Pay for repairs made by Contractors designated by Owner.
2. Identify prepared sod areas requiring protection and erect barriers for proper protection and
traffic control.
B. Sodding Areas
Remove weeds, debris and rocks larger than ½" which may hinder sodding. Dispose of
accumulated debris off-site in approved legal dump site, or in a location pre-approved by the
Owner or Owner’s representative.
C. Repair
Re-establish grade and specified conditions to damaged sod areas prior to placing sod.
Eagle County Regional Airport Section 329223-134
Gypsum Colorado Sodding
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
D. Adjustment
Adjust irrigation heads to proper watering height according to depth of sod material but lower than
compacted blade height to enable lawn mowers to cut grass freely without damage to the sprinkler
system.
E. Weeding
If the area to be developed is infested with noxious or invasive weeds, a chemical application will
be required, at a rate recommended on the chemical’s product label.
F. Fine Grading
1. Perform as required to maintain positive drainage, prevent ponding and direct run-off into
catch basins, drainage structures, etc., and as required to provide smooth well-contoured
surface prior to proceeding. Tolerance: ± 0.04 foot.
2. Unless noted on plans, tree lawns, or areas between curb and sidewalk, shall exhibit positive
drainage towards the street. “Crowning”, berming, or anything other than straight grading
between these surfaces shall be rejected, unless otherwise waived by Owner or Owner’s
representative.
3. Fine grading must be approved by both Contractor and Owner’s representative prior to
sodding. Contractor should provide at least seven (7) calendar days’ notice for inspection.
Sod shall be installed within 48 hours of inspection. The Contractor will be responsible for
repairing any grades damage by inclement weather, before or after finish grades are
inspected.
3.03 SODDING
A. Sodding
1. Soil on which sod is laid should be slightly moist.
2. Lay with longest dimension parallel to contours and in continuous rows.
3. Tightly butt ends and sides of sod together. Stagger and compact vertical joints between sod
strips by rolling so sod will be incorporated with the ground surface, insuring tight joints
between adjacent pieces.
4. Where new sod meets existing, cut existing with sod cutter to insure a tight joint and smooth
transition between new and existing turf cover.
B. Rolling
When soil and sod are moist, roll sod lightly as soon as possible after it is laid. Delay rolling until
just before the second watering.
C. Topsoil
Add along exposed edges to match adjacent grade. Feather topsoil out approximately 1 ft. from
edge of sod.
D. Drainage
Assure finished areas of sod are such that positive drainage of storm and irrigation water will occur
and ponding of water does not occur.
3.04 REPAIR OF EXISTING SOD AREAS DISTURBED BY RENOVATION
A. Repair existing sod areas disturbed by renovation Work (utilities, paving, etc)., in accordance with
these specifications to satisfaction of Owner.
B. Add topsoil and re-sod as necessary to eliminate tire ruts and other depressions.
Eagle County Regional Airport Section 329223-135
Gypsum Colorado Sodding
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
3.05 NOTIFICATION OF INSPECTION
A. Notification
Give notice requesting inspection by Owner’s representative at least seven (7) calendar days prior
to the anticipated date of completion. All sod must be healthy and significantly rooted in place in
order to be considered complete.
B. Deficiencies
If deficiencies exist, Owner’s representative shall specify such deficiencies to the Contractor who
shall make satisfactory adjustments and will again notify the Owner’s representative for final
inspection.
3.06 CLEANING
Remove pallets, unused sod, and other debris from site. Clean paved and finished surfaces soiled as
a result of Work under this Section in accordance with directions given by Owner’s representative.
Clean out drainage inlet structures.
3.07 PROTECTION
Provide and install barriers as required and as directed by Owner’s Representative, or as needed, to
protect sodded areas against damage form pedestrian and vehicular traffic until acceptance by Owner.
Contractor is responsible for malicious destruction of sodding caused by others until substantial
completion.
END OF SECTION
ECA-BidSetSpecifications-130307 Norris Design
Printed on 3/6/13
CONTINUOUS DRIP KERF,
ENTIRE LENGTH OF BEAM
BEAM
STONE VENEER
THROUGH-WALL FLASHING
CONCRETE WALL
BORE VERTICAL HOLE IN BEAM
FOR A SNUG FIT AROUND PIPE
LEAVE 1/2" GAP BETWEEN
TOP OF PIPE AND HOLE
STEEL PLATE, SEE
STRUCTURAL
2" I.D. STEEL PIPE
STEEL TUBE POST SUPPORT,
SEE STRUCTURAL
1/8" THICK STEEL CAP/LIGHT VALANCE,
WITH THREADED STUDS. DRILL AND
ADHERE TO BEAM. CAP ENDS OF LIGHT
VALANCES. PROVIDE SHOP DRAWING
FOR ARCHITECT REVIEW/APPROVAL
STEEL PLATE, SEE STRUCTURAL
6 3/4" (VERIFY)3"3/4"CONTINUOUS LED RIBBON LIGHT,
TYPICAL BOTH SIDES
1/2" STANDOFF
SIGN LETTERS
STONE VENEER 1'-3"1 3/4"SEAL JOINT BETWEEN STEEL SUPPORT
AND STONE, TYPICAL
SITE
6521
6520
6519
6519
6521
6520
6518
6517
6517
652
2
6521
6520
6519
6
5
1
8
652265226521652065196518
COOLEY MES
A
R
O
A
D
CURB AND G
U
T
T
E
R
COMMUINCATION BOXS
ECHO BIKE TRAIL
ASPHALT SURFACE
AIRPO
R
T
A
C
C
E
S
S
R
O
A
D
EXISTING TRAIL
STOP SIGN
C
O
N
C
S
U
R
F
A
C
E
SMH
FWS TBX
C
O
N
C
S
U
R
F
A
C
E
LP
EXISTING
YIELD SIGN
STM INLET
LP
EXISTING
CONTROL BOX CURB AND GUTTERASP
H
ALT
S
URF
A
CE
CURB AND GUTTERSTM INLET
EXISTING YIELD SIGN
CURB A
N
D
G
U
T
T
E
R
ASPHALT PARKING AREA
AIRPO
R
T
A
C
C
E
S
S
R
O
A
D
LP
STM INLET
EXISTING
ONE WAY SIGN
"RETURN TO TERMINAL"
LP
NEW HORIZONTAL SIGN, SEE SHEET A-2.
EXACT LOCATION TO BE DETERMINED
IN FIELD. STAKE PROPOSED LOCATION
FOR OWNER & ARCHITECT REVIEW
AND APPROVAL
NEW VERTICAL SIGN, SEE SHEET A-3.
EXACT LOCATION TO BE DETERMINED
IN FIELD. STAKE PROPOSED LOCATION
FOR OWNER & ARCHITECT REVIEW
AND APPROVAL
NEW LANDSCAPE LIGHT FOR SIGN, AURORALIGHT
MODEL LSL4-W-29-60-11x19-BLP WITH GROUND
MOUNT. INCLUDE POWER SUPPLY (AURORALIGHT
LIGHTECH LET-60 12VAC) AND ALL REQUIRED
ACCESSORIES FOR A COMPLETE INSTALLATION
INDEX TO DRAWINGS
A-1
A-2
A-3
S-1
TITLE SHEET, SITE PLAN
HORIZONTAL SIGN
VERTICAL SIGN
STRUCTURAL
SCALE: 1" = 10'-0"
SITE PLAN1 VICINITY MAP
SCALE: 3" = 1'-0"
HORIZONTAL SIGN SECTION2
OWNER:
EAGLE COUNTY
P.O. BOX 850
EAGLE, CO 81631-0850
ARCHITECT:
MENENDEZ ARCHITECTS, P.C.
715 W.MAIN ST., SUITE 104
ASPEN, CO 81611
Tel. 970 544-4851 Fax 970 544-1915
E-mail: lma@sopris.net
CONTACT: LUIS MENENDEZ
STRUCTURAL ENGINEER:
GLENWOOD STRUCTURAL AND CIVIL, INC.
2425 SOUTH GRAND AVENUE, SUITE 102
GLENWOOD SPRINGS, CO 81601
Tel. 970 928-0135 Fax 970 928-9804
E-mail: gsc@sopris.net
CONTACT: ADOLFO GORRA
PROJECT TEAM
2
PROJECT SUMMARY
TWO NEW MONUMENT SIGNS
16'-0"63'-4"
90°14'-7"11'-9"4'90°
SITE PLAN
A-1
EAGLE AIRPORT
SIGNS
Sheet number:
Sheet title:
Project:
Print Date:
Drawn By:
Issue:Date:Revision: Date:
BID SET 03/07/13
LM & MT
3/5/13
715 W. Main Street, Suite 104 Aspen, Colorado 81611
voice: 970.544.4851 email: lma@sopris.net fax: 970.544.1915
4
A-2
6
A-2
2
A- 1
28'-6"
3'-1"22'-9"1'-7"1'-1"4"1'-9"4"22'-0"4"
1'-0"4'-6"1'-0"4'-6"11'-0"9'-1"6'-4"2'-9"6"8"6"10"6"6"
6"6"6"3'-0"± 6'-10 1/4"2'-9"STONE VENEER
1" MORTAR BACKING
POURED-IN-PLACE CONCRETE
WALL, SEE STRUCTURAL FOR
REINFORCING
CONTINUOUS THROUGH-WALL FLASHING,
USE HOHMANN & BARNARD C-FAB COPPER
FABRIC, TYPICAL
4x8x16 CONCRETE MASONRY
UNIT VENEER SUPPORT
FINISH GRADE, SLOPE AWAY
FROM SIGN 6-INCHES IN THE
FIRST 10-FEET
POURED-IN-PLACE
CONCRETE FOOTING,
SEE STRUCTURAL
FOOTING
FINISH GRADE
SCALE: 1/2" = 1'-0"
WEST ELEVATION (EAST ELEVATION REVERSE)2SCALE: 1/2" = 1'-0"
NORTH ELEVATION1 SCALE: 1/2" = 1'-0"
SOUTH ELEVATION3
1/8" THICK STEEL BEAM CAP/LIGHT VALANCE, WITH MATTE BLACK POWDER
COAT FINISH (SAME BLACK & SHEEN AS LETTERS). GRIND ALL WELDS
SMOOTH, PROVIDE EXPANSION/CONTRACTION JOINTS AS NEEDED
8" TALL x 3/4" THICK CAST ALUMINUM LETTERS (HELVETICA FONT) WITH MATTE
BLACK PAINTED FINISH AND PROJECTED SPACER MOUNTING USING THREADED
STAINLESS STEEL STUDS (DRILL AND ADHERE TO BEAM). PAINT ALL SIDES OF
LETTERS INCLUDING BACK. STANDOFF ON PROJECTED MOUNTING SHALL BE 1/2".
CENTER WORDS VERTICALLY AND HORIZONTALLY ON BEAM, PROVIDE SHOP
DRAWING OF LAYOUT FOR ARCHITECT REVIEW/APPROVAL. NOTE: LETTERS
OCCUR ON BOTH SIDES OF BEAM
6 3/4 x 21 ARCHITECTURAL GRADE GLULAM BEAM (NO CAMBER).
FINISH WITH SIKKENS CETOL PER MANUFACTURER'S
RECOMMENDATION. FINISH ALL SURFACES (TOP, BOTTOM, ENDS
AND SIDES) PRIOR TO INSTALLING STEEL CAP. COLOR TO BE
SELECTED BY ARCHITECT & OWNER. PROVIDE UP TO 4 SAMPLES/
MOCK-UPS
DRYSTACK NATURAL FULL STONE VENEER, USE
ALLOWANCE OF $375 PER TON FOR PURCHASE
OF STONE MATERIAL PLUS $800 PER TRUCKLOAD
FOR FREIGHT, INCLUDE SETTING MATERIALS, AND
INSTALLATION COSTS IN BID. STONE TO BE
SELECTED BY ARCHITECT AND OWNER. INCLUDE
COST OF ONE MOCK-UP PANEL, TYPICAL
DASHED LINE INDICATES PROFILE
OF CONCRETE WALL BEHIND
VENEER, TYPICAL
FINISH GRADE, SLOPE AWAY
FROM SIGN 6-INCHES IN THE
FIRST 10-FEET, TYPICAL
SCALE: 1/2" = 1'-0"
SECTION4 SCALE: 1/2" = 1'-0"
SECTION6SCALE: 1/2" = 1'-0"
WEST ELEVATION OF CONCRETE WALL (EAST ELEVATION REVERSE)3
STEEL END CAP ON BEAM, SEE NOTE
ON 2/A-2 FOR MORE INFORMATION,
TYPICAL
STONE VENEER SHOWN DASHED
CAP OPEN ENDS OF LIGHT VALANCE,
TYPICAL
CONTINUOUS THROUGH-WALL
FLASHING, EXTEND 6" ABOVE
GRADE, USE HOHMANN &
BARARD C-FAB COPPER FABRIC,
TYPICAL
PROVIDE WEEPS ALONG
GRADE LINE, TYPICAL
CONCRETE WALL
STEEL BEAM SUPPORTS, FIELD PRIME AND PAINT
(SAME BLACK AND SHEEN AS LETTERS), SEE
1/A-4 AND STRUCTURAL DRAWINGS, TYPICAL
CONTINUOUS LED RIBBON LIGHT BEHIND STEEL VALANCE BOTH
SIDES OF BEAM (PARADIGMLED MODEL PL-FLEX400-WW-WP-24)
WARM WHITE 3000K WATERPROOF 24 VDC WITH DIMMABLE
POWER SUPPLY (Q-TRAN Q-SET-MLED 100W DIRECT BURIAL).
INCLUDE ALL NECESSARY ACCESSORIES FOR A COMPLETE
INSTALLATION
VAULT WITH LOCKING DOOR, STRONOMICAL
TIMECLOCK AND DIMMER. PAINT TO BLEND
WITH STONE VENEER
INCOMING 120V AC POWER, VERIFY
SERVICE LOCATION WITH AIRPORT
MAINTENANCE STAFF
Q-TRAN Q-VAULT-5 HOUSING
RUN CONDUIT FROM VAULT TO LIGHT FIXTURE AS
HIDDEN AS POSSIBLE (BEHIND VENEER, TIGHT AGAINST
STEEL SUPPORT, ROUTE BOTTOM AND END OF BEAM)
EAGLE COUNTY REGIONAL AIRPORT
ELEVATIONS, SECTIONS
A-2
EAGLE AIRPORT
HORIZONTAL SIGN
Sheet number:
Sheet title:
Project:
Print Date:
Drawn By:
Issue:Date:Revision: Date:
BID SET 03/07/13
LM
3/5/13
715 W. Main Street, Suite 104 Aspen, Colorado 81611
voice: 970.544.4851 email: lma@sopris.net fax: 970.544.1915
5
A-3
9'-2"6 1/4"9'-8 1/4"6'-5"2'-9"4'-8 1/4"
3'-1"1'-7 1/4"
6"6"6"10"8"6"6"
1'-8"±6'-10"±7'-6"(SEE CONCRETE WALL DIMENSIONS)(SEE CONCRETE WALL DIMENSIONS)FINISH GRADE
FINISH GRADE
SCALE: 1/2" = 1'-0"
EAST ELEVATION1 SCALE: 1/2" = 1'-0"
NORTH ELEVATION2 SCALE: 1/2" = 1'-0"
WEST ELEVATION3 SCALE: 1/2" = 1'-0"
SOUTH ELEVATION4
SCALE: 1/2" = 1'-0"
SECTION5 SCALE: 1/2" = 1'-0"
NORTH ELEVATION OF CONCRETE WALL6
CONCRETE FOOTING,
SEE STRUCTURAL
STONE VENEER
1" MORTAR BACKING
POURED-IN-PLACE CONCRETE WALL,
SEE STRUCTURAL FOR REINFORCING
4x8x16 CONCRETE MASONRY
UNIT VENEER SUPPORT
FINISH GRADE, SLOPE AWAY
FROM SIGN 6-INCHES IN THE
FIRST 10-FEET
FINISH GRADE, SLOPE AWAY
FROM SIGN 6-INCHES IN THE
FIRST 10-FEET, TYPICAL
POURED-IN-PLACE
CONCRETE FOOTING,
SEE STRUCTURAL
DRYSTACK NATURAL FULL STONE VENEER, USE
ALLOWANCE OF $375 PER TON FOR PURCHASE
OF STONE MATERIAL PLUS $800 PER TRUCKLOAD
FOR FREIGHT, INCLUDE SETTING MATERIALS, AND
INSTALLATION COSTS IN BID. STONE TO BE
SELECTED BY ARCHITECT AND OWNER. INCLUDE
COST OF ONE MOCK-UP PANEL, TYPICAL
DASHED LINE INDICATES PROFILE OF
CONCRETE WALL BEHIND STONE
VENEER, TYPICAL
CONTINUOUS THROUGH-WALL FLASHING,
USE HOHMANN & BARNARD C-FAB COPPER
FABRIC, TYPICAL
5" TALL (CAPITALS) x 3/4" THICK CAST ALUMINUM LETTERS (HANDWRITING
DAKOTA FONT OR VERY SIMILAR) WITH MATTE BLACK PAINTED FINISH AND
PROJECTED SPACER MOUNTING USING THREADED STAINLESS STEEL STUDS
(DRILL AND ADHERE TO STONE. PAINT ALL SIDES OF LETTERS INCLUDING
BACK. STANDOFF ON PROJECTED MOUNTING SHALL BE 1/2". PROVIDE SHOP
DRAWING OF LAYOUT FOR ARCHITECT REVIEW/APPROVAL
CONTINUOUS THROUGH-WALL
FLASHING, EXTEND 6" ABOVE
GRADE, USE HOHMANN &
BARARD C-FAB COPPER FABRIC,
TYPICAL
SEE SITE PLAN FOR INFORMATION
ON HOW TO LIGHT THIS SIGN
Welcome
to
Eagle County
STONE VENEER SHOWN DASHED
CONCRETE WALL
ELEVATIONS, SECTIONS
A-3
EAGLE AIRPORT
VERTICAL SIGN
Sheet number:
Sheet title:
Project:
Print Date:
Drawn By:
Issue:Date:Revision: Date:
BID SET 03/07/13
LM
3/5/13
715 W. Main Street, Suite 104 Aspen, Colorado 81611
voice: 970.544.4851 email: lma@sopris.net fax: 970.544.1915
Eagle County Regional Airport Landscape Improvements
Prebid Questions and Answers #1
March 21, 2013
Question: We would like to secure a bond for this project and require a ball park figure of the cost. What was the
early estimated cost or budget?
Answer: Eagle County Regional Airport requested that the estimate not be released. Please base your bonding on
your estimated bids.
Question: Is there a specific stone that the sign architect selected? The type of stone also influences the labor cost.
Answer: For pricing purposes only Architect and Eagle County Regional Airport will make the actual selection
following review of actual samples) Refer to attached PDF’s. One is for the material (Gallegos Corp Panel #37 -
Adobe Chopped) and the other is for pattern (Gallegos Corp Panel #87).
Question: Will the bids be opened publicly or privately?
Answer: Eagle County Regional Airport will open them and read them aloud at 5:00pm on the day the bids are due.
Question: I would like to submit a request to include alternates for a couple of the items. I am proposing alternates
on the specified drip tubing (Dura-Pol) and the Hunter quick couplers (HQ-44RC-R). I have attached the
specification sheets for the Centennial drip tubing that we stock/sell. I would like to replace the Hunter quick couplers
with the Rain Bird equivalent. We can supply Hunter but they are not common in this area and will not match the
existing quick couplers on site.
Answer: As far as the ¾” drip tubing substitute goes, Centennial pipe is fine. As far as the quick couplers, it doesn’t
matter which you use (Hunter or Rain Bird) as long as they have a purple cover. Just because we have Rain Bird
quick couplers on-site, doesn’t mean we couldn’t have Hunters as well. The keys are compatible between brands;
meaning, you don’t have to have different equipment to operate the quick couplers.
Question: Also hoping to substitute 80# poly pipe for the lateral zones instead of 100# poly. Again, we have access
to 100# but 80# is commonly all we see in this area.
Answer: 100# NSF is the minimum. Repairs with 80# would likely be required in the future.
Question: Could we please have an excel or word version of the bid form and supplemental unit pricing? This would
save a lot of time preparing the bid.
Answer: Yes, see attached.
Is it possible to get an extension of the due date?
Answer: No
Question: There is not a nozzle specified for the 1800 series pop up heads. Do you want to see Rain Bird matched
precip rate nozzles or MP Rotators (or Rain Bird equivalent)?
Answer: Yes, Rain Bird MPR (matched precipitation rate) plastic nozzles are fine. The spray head zones were not
designed for use with rotator nozzles.
Question: Does this bid require the use of prevailing wages?
Answer: No
Eagle County Regional Airport Section 004100 - 1
Gypsum Colorado Bid Form
SECTION 004100
BID FORM
EAGLE COUNTY REGIONAL AIRPORT LANDSCAPE IMPROVEMENTS
THIS BID IS SUBMITTED TO:
Chris Anderson, Assistant Aviation Director for Eagle County Regional Airport
219 Eldon Wilson Road
Gypsum, CO 81637
April 1, 2013
The undersigned Bidder, having examined the site of the proposed Work and having full knowledge of the
conditions under which the Work must be performed, hereby proposes to enter into a Project Agreement to
perform such Work as set forth in the Eagle County Air Terminal Corporation General Conditions (section
008100), and all other Contract Documents, of which this Bid forms a part; and agrees to perform the Work
construction therein described on the terms and conditions set forth therein; and will furnish all required
labor and materials and pay all incidental costs associated with such Work, all in strict conformity with the
Eagle County Air Terminal Corporation General Conditions (section 008100), for the following prices listed
in the Bid form(s) as payment in full.
The undersigned further proposes that should this Bid be accepted, the Bidder will commence Work on May
1, 2013 and complete the Project on or before July 19, 2013.
The undersigned further agrees, if awarded the Contract for the Work included in this Bid, that it will begin,
complete and deliver the required Work in accordance with the Eagle County Air Terminal Corporation
General Conditions (section 008100).
The undersigned has checked carefully the figures inserted hereinafter by it, and understands that the
Owner will not be responsible for any error or omissions on the part of the undersigned in preparing this Bid.
The undersigned hereby certifies that this Bid is genuine, and not sham or collusive, or made in the interest
of or on behalf of any person not herein named, and that the undersigned has not, directly or indirectly,
induced or solicited any other Bidder to submit a sham Bid, or induced any other person, firm or corporation
to refrain from Bidding, and that the undersigned has not in any manner sought by collusion to secure for
himself any advantages over any other Bidder.
The only persons interested as principals in this Bid other than the one whose signature is affixed hereto are
to be listed as follows (if there are none, state such fact): ___________________________.
Name: Address:
Name: Address:
This Bid shall be valid from the date of submission to the date of an executed Eagle County Regional Airport
Project Agreement.
Eagle County Regional Airport Section 004100 - 2
Gypsum Colorado Bid Form
In submitting this Bid, the undersigned further acknowledges and agrees that:
(a) the right is reserved by Owner to reject, in its sole discretion, any or all Bids, and to waive irregularities
in Bidding;
(b) the discretion of Owner in the selection of the most qualified, responsible Bidder shall be final, not
subject to review or attack; and
(c) this Bid is made with full knowledge of the foregoing and in full agreement therewith.
Respectfully submitted,
Contractor (Bidder) (SEAL)
By (Signature)
(Title)
(corporation/incorporated/partnership) (under the law of the State of Colorado composed of officer, partners
or Owner, as follows:
President
Vice President
Secretary
Name of Contractor
Treasurer
Address
City State Zip Code
Telephone Number
1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Project
Agreement with the Owner to complete all Work as specified or indicated in the fore mentioned Project
Agreement for the Contract Price and within the contract time stated in this Bid and in accordance with
the Eagle County Air Terminal Corporation General Conditions (section 008100).
2. Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation
those dealing with performance and payment bonds, and warranty bonds. This Bid will remain open
until the effective date of any Project Agreement between the Owner and the apparent Successful
Bidder. The Successful Bidder will sign a Project Agreement and submit all documents required by the
Contract Documents within 10 days after the date of the Owner's Notice of Award.
Eagle County Regional Airport Section 004100 - 3
Gypsum Colorado Bid Form
3. In submitting this Bid, Bidder represents, that:
a. Bidder has received and examined copies of all the Contract Documents and of the
following addenda:
Addenda Date Addenda Number Initial
b. Bidder has examined the site and locality where the Work is to be performed, the legal
requirements (federal, state and local laws, ordinances, rules and regulations) and the
conditions affecting cost, progress or performance of the Work and has made such
independent investigations as Bidder deems necessary.
4. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm,
group, association, or corporation; Bidder has not directly or indirectly induced or solicited any
other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or
corporation to refrain from Bidding; and Bidder has not sought by collusion to obtain any advantage
over any other Bidder or over the Owner .
5. Bidder will complete the Work for all Bid items listed in the Bid Form.
6. Bidder agrees that the Work will be Substantially Complete on or before June 28, 2013 and Final
Completion on or before July 19, 2013 as described throughout these Contract Documents. Bidder
accepts the provisions of the Project Agreement as to liquidated damages in the event of failure to
complete the Work on time. Extension may be made to the Contract Time at the discretion of the
Owner.
7. The following documents are attached to and made a condition of this Bid:
a. A completed Contractor’s Qualification Statement as required by Paragraph 3 of the
Instructions to Bidders.
b. A preliminary construction schedule as described in the Instructions to Bidders.
c. Bidders shall submit a list of intended subcontractors for the Project. The list shall include
the company name, contact information, years in business, the approximate percentage
of the Work to be performed, and the services which will be provided by that
subcontractor.
8. Communications concerning this Bid shall be addressed to:
Norris Design
Attention: John Birkey
1101 Bannock Street
Denver, Colorado 80204
jbirkey@norris-design.com
9. Terms used in this Bid which are defined elsewhere in the Contract Documents have the same
meanings.
10. Bidders shall pay special attention to the following items:
Eagle County Regional Airport Section 004100 - 4
Gypsum Colorado Bid Form
a. Bidders should carefully plan out the Work to complete the Project within the Contract
Time and keep accurate records of items creating delays to production schedules.
Advance planning will be required to prevent the occurrence of overtime.
b. Payment for overtime required to complete the Work in the Contract Time will not be
authorized unless unforeseen circumstances occur.
c. The unit pricing is supplied with the Bid Form. These numbers will also be used as a
basis for additions and subtractions from the scope of Work.
d. The quality of Workmanship and materials will be monitored closely by the Owner and
Owner’s Representative.
PROJECT
THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract
Documents, the site where the Work is to be performed, local labor conditions and all laws, regulations and
other factors affecting performance of the Work, and having satisfied himself of the expense and difficulties
attending performance of the Work,
HEREBY PROPOSES and agrees, if this Bid is accepted, to enter into a Project Agreement in the form
attached, to perform all work, including the assumption of all obligations, duties and responsibilities
necessary to the successful completion of the Agreement. This agreement shall also include the furnishing
of materials and equipment required to be incorporated in and form a permanent part of the Work, and all
tools, equipment, supplies, transportation, facilities, labor, superintendence and services required to perform
the Work; and all Bond, insurance and submittals; all as indicated or specified in the Contract Documents to
be performed or furnished by Contractor in accordance with the following Bid prices. Bidder must submit
pricing on all scheduled values to be considered.
Bid will be rejected if Bid Form is modified or altered in any way.
Values for each scheduled item shall be written out in words and numeric format.
BID PRICE
SCHEDULE #1 –Pork Chop Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this pork chop island as shown on the Construction Drawings. Improvements include, but are
not limited to: removing and stockpiling cobble, berming, top soil installation, soil preparation, weed barrier,
mulching, placing boulders, planting and retrofitting irrigation. The one year warranty shall commence for
this portion of Work upon acceptance of this area as being substantially complete. The Supplemental Unit
Pricing form shall be completed in full which shall be used to justify the contract amount for each schedule
item.
(Dollars)
SCHEDULE #2 –West Airport Entry Landscape Improvements
Eagle County Regional Airport Section 004100 - 5
Gypsum Colorado Bid Form
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for the west airport entry as shown on the Construction Drawings. Improvements include, but are
not limited to: installing cobble, berming, top soil installation, soil preparation, weed barrier, mulching,
placing boulders, planting and retrofitting irrigation. The one year warranty shall commence for this portion
of Work upon acceptance of this area as being substantially complete. The Supplemental Unit Pricing form
shall be completed in full which shall be used to justify the contract amount for each schedule item.
(Dollars)
SCHEDULE #3 –Cooley Mesa Road Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this area as shown on the Construction Drawings. Improvements include, but are not limited
to: soil preparation, seeding, planting and retrofitting irrigation. The one year warranty shall commence for
this portion of Work upon acceptance of this area as being substantially complete. The Supplemental Unit
Pricing form shall be completed in full which shall be used to justify the contract amount for each schedule
item.
(Dollars)
SCHEDULE #4 –East Side Landscape Screening Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this area as shown on the Construction Drawings. Improvements include, but are not limited
to: top soil installation, soil preparation, seeding, mulching, planting and retrofitting irrigation. The one year
warranty shall commence for this portion of Work upon acceptance of this area as being substantially
complete. The Supplemental Unit Pricing form shall be completed in full which shall be used to justify the
contract amount for each schedule item.
(Dollars)
SCHEDULE #5a–West Outer Island Landscape Improvements (without seeded area indicated on the
drawings)
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this island as shown on the Construction Drawings. Improvements include, but are not limited
to: removing and stockpiling cobble, berming, top soil installation, soil preparation, weed barrier, mulching,
placing boulders, seeding, planting and retrofitting irrigation. The one year warranty shall commence for this
portion of Work upon acceptance of this area as being substantially complete. The Supplemental Unit
Pricing form shall be completed in full which shall be used to justify the contract amount for each schedule
item.
(Dollars)
SCHEDULE #5b–West Outer Island Landscape Improvements (seeded area indicated on the drawings)
Eagle County Regional Airport Section 004100 - 6
Gypsum Colorado Bid Form
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this island as shown on the Construction Drawings. Improvements include, but are not limited
to: removing and stockpiling cobble, top soil installation, soil preparation, seeding and retrofitting irrigation.
The one year warranty shall commence for this portion of Work upon acceptance of this area as being
substantially complete. The Supplemental Unit Pricing form shall be completed in full which shall be used to
justify the contract amount for each schedule item.
(Dollars)
SCHEDULE #6 –West Interior Island Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this island as shown on the Construction Drawings. Improvements include, but are not limited
to: top soil installation, soil preparation, seeding, and retrofitting irrigation. The one year warranty shall
commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
(Dollars)
SCHEDULE #7 –Central Interior Islands Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for these islands as shown on the Construction Drawings. Improvements include, but are not
limited to: top soil installation, soil preparation, seeding, and retrofitting irrigation. The one year warranty
shall commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
(Dollars)
SCHEDULE #8 –Dog Station Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this area as shown on the Construction Drawings. Improvements include, but are not limited
to: soil preparation, sodding, placing boulders, pet station, tree removal and retrofitting irrigation. The one
year warranty shall commence for this portion of Work upon acceptance of this area as being substantially
complete. The Supplemental Unit Pricing form shall be completed in full which shall be used to justify the
contract amount for each schedule item.
(Dollars)
SCHEDULE #9 –Raised Planter Island Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this island as shown on the Construction Drawings. Improvements include, but are not limited
to: tree removal, placing boulders, top soil installation, soil preparation, mulching, planting, seeding, and
retrofitting irrigation. The one year warranty shall commence for this portion of Work upon acceptance of this
Eagle County Regional Airport Section 004100 - 7
Gypsum Colorado Bid Form
area as being substantially complete. The Supplemental Unit Pricing form shall be completed in full which
shall be used to justify the contract amount for each schedule item.
(Dollars)
SCHEDULE #10 –South-East Island Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this island as shown on the Construction Drawings. Improvements include, but are not limited
to: installing cobble, berming, top soil installation, soil preparation, weed barrier, mulching, placing boulders,
planting and retrofitting irrigation. The one year warranty shall commence for this portion of Work upon
acceptance of this area as being substantially complete. The Supplemental Unit Pricing form shall be
completed in full which shall be used to justify the contract amount for each schedule item.
(Dollars)
SCHEDULE #11 –North-East Island Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this island as shown on the Construction Drawings. Improvements include, but are not limited
to: installing cobble, berming, top soil installations, soil preparation, weed barrier, mulching, placing
boulders, planting and retrofitting irrigation. The one year warranty shall commence for this portion of Work
upon acceptance of this area as being substantially complete. The Supplemental Unit Pricing form shall be
completed in full which shall be used to justify the contract amount for each schedule item.
(Dollars)
SCHEDULE #12 –North Parking Lot Screening Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this area as shown on the Construction Drawings. Improvements include, but are not limited
to: top soil installation, soil preparation, seeding, planting and retrofitting irrigation. The one year warranty
shall commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
(Dollars)
SCHEDULE #13 –Drop Off Zone & Main Entry Landscape Improvements
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for this area as shown on the Construction Drawings. Improvements include, but are not limited
to: Planter urns (2), hanging pots and brackets (8), planting one round of annuals. The one year warranty
shall commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
Eagle County Regional Airport Section 004100 - 8
Gypsum Colorado Bid Form
(Dollars)
SCHEDULE #14 –Replacing Existing Gravel @ Gravel Islands
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of
landscape for these areas as shown on the Construction Drawings. Improvements include, but are not
limited to: removal of existing gravel and installation of new decorative rock mulch. The one year warranty
shall commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
(Dollars)
SCHEDULE #15 – Eagle Airport Horizontal Sign
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of this
sign. This schedule shall include all electrical and lighting work as well. The one year warranty shall
commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
(Dollars)
SCHEDULE #16 –Eagle Airport Vertical Sign
Total itemized costs for materials, installation, and labor for the installation, and one year warranty of this
sign. This schedule shall include all electrical and lighting work as well. The one year warranty shall
commence for this portion of Work upon acceptance of this area as being substantially complete. The
Supplemental Unit Pricing form shall be completed in full which shall be used to justify the contract amount
for each schedule item.
(Dollars)
SCHEDULE #17 – One Year Maintenance
Total cost to maintain all improvements included in schedules 1-16. This value will be an allowance that will
be billed against. Refer to sections 320180 Irrigation Maintenance & 320190 Landscape Maintenance. The
billable maintenance period for an area will commence only when the area has been accepted as
substantially complete by the Owner. Any maintenance performed on an area before substantial completion
will be at the cost of the Contractor and therefore will not be compensated.
(Dollars)
TOTAL OF ALL SCHEDULES IN NUMBERS
I acknowledge that this Bid includes Addendum(s). If none, so state.
Eagle County Regional Airport Section 004100 - 9
Gypsum Colorado Bid Form
Eagle County Regional Airport Section 004100 - 10
Gypsum Colorado Bid Form
The undersigned Bidder agrees to enter into a Project Agreement with Owner on or about April 18, 2013,
after acceptance of this Bid, and further agrees to complete all Work included in the Bid, in accordance with
specified requirements and in accordance with the following estimated schedule.
Date Task
5/1/2013 Notice to Proceed
6/28/2013 Substantial Completion
7/19/2013 Final Completion
7/18/2014 Conclusion of Maintenance Period
8/1/2014 Final Acceptance/Warranty
Liquidated Damages. Owner and Contractor recognize the importance of establishing and enforcing
deadlines. If the deadlines for deliverables are not met then the Owner could suffer financial loss. They
also recognize the delays, expense and difficulties involved in proving, in a legal or arbitration proceeding,
the actual loss suffered by the Owner if Work is not completed on time, therefore damages for delays in
meeting deadlines for all or portions of the Work as shown on the Contract Documents or as documented in
Project schedules or meeting notes, shall be assessed at a cost of $250 per calendar day for every day late.
PREPARED BY
Signed:
Name Printed:
Title:
Company:
END OF SECTION
Eagle County Regional Airport Section 004325 - 11
Gypsum Colorado Bid Submittal Checklist
SECTION 004325
BID SUBMITTAL CHECKLIST
The following items shall be included as part of the Bid package. Packages not containing these items shall
be deemed incomplete and will be rejected.
1. Completed Bid Form (Section 004100)
2. Bidder’s Qualifications (Section 004510)
3. Acknowledgement of Addendums
4. Proposed subcontractor list
5. Proposed Project schedule
6. Supplemental Unit Pricing form (Section 004330)
END OF SECTION
Eagle County Regional Airport Section 004330 - 13
Gypsum Colorado Supplemental Unit Form
SECTION 004330
SUPPLEMENTAL UNIT PRICING
All unit/total prices for each of the items listed shall include all costs involved in the installation of each item or
performance of tasks (to include labor and equipment, except where noted), its pro rata share of profits,
overhead, warranty, and administrative fees, unless otherwise indicated. Refer to technical specifications and
plans for exact description of products. Costs listed below will be the basis of additions and subtractions to
the base Bid amount.
Landscape Supplemental Unit Prices:
=================================================================================
Item Description Unit Unit Price
=================================================================================
Landscape
L-1 Remove & Stockpile Existing Cobble ton $_____________
L-2 Place Cobble from Stockpile ton $_____________
L-3 Place New Cobble to Match Existing ton $_____________
L-4 Remove & Dispose of Existing Gravel in S.F. $_____________
Gravel Islands
L-5 Clean Up Existing Cobble Bed to Remain S.F. $_____________
(please give average price)
L-6 Remove & Dispose of Existing Pine Trees & Stumps EA. $_____________
(please give average price)
L-7 Remove & Dispose of Exist. Aspen Trees & Stumps EA. $_____________
(please give average price)
L-8 Misc. Clearing & Grubbing S.F. $_____________
(please give average price)
L-9 GFCI Outlet & associated electrical work EA. $_____________
L-10 Topsoil Installation from Stockpile C.Y. $_____________
L-11 Topsoil Installation from Off-Site C.Y. $_____________
L-12 Soil Preparation S.F. $_____________
L-13 Landscape Boulders ton $_____________
L-14 1” Angular Decorative Rock Mulch S.F. $_____________
L-15 Weed Barrier S.F. $_____________
Eagle County Regional Airport Section 004330 - 14
Gypsum Colorado Supplemental Unit Form
L-16 Steel Edger L.F. $_____________
L-17 Pet Pickup Station L.S. $_____________
L-18 Sod S.F. $_____________
L-19 Seed S.F. $_____________
L-20 Hanging Basket Mounting Brackets EA. $_____________
L-21 Hanging Baskets EA. $_____________
L-22 Planter Urns w/ soil EA. $_____________
L-23 Annual Flower Pot inserts for per basket $_____________
Hanging Baskets
L-24 Annual Flower Pot inserts for per basket $_____________
Planter Urns
L-25 Lanceleaf Cottonwood – 2” caliper EA. $_____________
L-26 Ponderosa Pine – 8’ height EA. $_____________
L-27 Colorado Spruce – 8’ height EA. $_____________
L-28 Colorado Spruce – 10’ height EA. $_____________
L-29 Pinon Pine – 8’ height EA. $_____________
L-30 Rocky Mountain Juniper – 5’-6’ height EA. $_____________
L-31 Quaking Aspen – 8’ height multi-stem EA. $_____________
L-32 Hot Wings Maple – 8’ height multi-stem EA. $_____________
L-33 Autumn Brilliance Serviceberry – 8’ height multi-stem EA. $_____________
L-34 Green Mound Current - #5 cont. EA. $_____________
L-35 Dwarf Rabbitbrush - #5 cont. EA. $_____________
L-36 Red Double Knockout Rose - #5 cont. EA. $_____________
L-37 Hancock Coralberry - #5 cont. EA. $_____________
L-38 Dwarf Russian Sage - #5 cont. EA. $_____________
L-39 Yellow Flowering Current - #5 cont. EA. $_____________
Eagle County Regional Airport Section 004330 - 15
Gypsum Colorado Supplemental Unit Form
L-40 Apache Plume- #5 cont. EA. $_____________
L-41 Pawnee Buttes Sandcherry - #5 cont. EA. $_____________
L-42 Bluemist Spirea - #5 cont. EA. $_____________
L-43 Waxflower- #5 cont. EA. $_____________
L-44 Fragrant Sumac - #5 cont. EA. $_____________
L-45 Black Chokeberry - #5 cont. EA. $_____________
L-46 Curl Leaf Mountain Mahogany - #5 cont. EA. $_____________
L-47 Silver Buffaloberry - #5 cont. EA. $_____________
L-48 Blue Chip Juniper - #5 cont. EA. $_____________
L-49 R.H. Montgomery Spruce - #5 cont. EA. $_____________
L-50 Panchito Manzanita - #5 cont. EA. $_____________
L-51 Ivory Tower Yucca - #5 cont. EA. $_____________
L-52 Adaigo Maiden Grass - #1 cont. EA. $_____________
L-53 Blue Avena Grass - #1 cont. EA. $_____________
L-54 Feather Reed Grass Grass - #1 cont. EA. $_____________
L-55 Little Bluestem Grass - #1 cont. EA. $_____________
L-56 Shenandoah Switch Grass - #1 cont. EA. $_____________
L-57 Rocky Mountain Columbine - #1 cont. EA. $_____________
L-58 Rocky Mountain Penstemon - #1 cont. EA. $_____________
L-59 Harebell - #1 cont. EA. $_____________
L-60 Plumbago - #1 cont. EA. $_____________
L-61 Purple Dome Aster - #1 cont. EA. $_____________
L-62 Coneflower - #1 cont. EA. $_____________
L-63 Colorado Four O’Clock - #1 cont. EA. $_____________
L-64 Sunset Hyssop - #1 cont. EA. $_____________
L-65 Autumn Joy Sedum - #1 cont. EA. $_____________
Eagle County Regional Airport Section 004330 - 16
Gypsum Colorado Supplemental Unit Form
L-66 Red Star Columbine - #1 cont. EA. $_____________
L-67 Dragons Blood Stonecrop – 4” cont. EA. $_____________
L-68 Moonshine Yarrow - #1 cont. EA. $_____________
L-69 Double Sunray Coreopsis - #1 cont. EA. $_____________
L-70 Blanket Flower - #1 cont. EA. $_____________
L-71 Black Eyed Susan - #1 cont. EA. $_____________
L-72 Creeping Oregon Grape Holly - #1 cont. EA. $_____________
L-73 Filigree Daisy – 4” cont. EA. $_____________
L-74 Chocolate Flower - #1 cont. EA. $_____________
L-75 Angelina Stonecrop - 4” cont. EA. $_____________
L-76 Broom Snakeweed - #1 cont. EA. $_____________
L-77 Whirling Butterflies - #1 cont. EA. $_____________
L-78 Dwarf Shasta Daisy- #1 cont. EA. $_____________
L-79 Fringed Sage- #1 cont. EA. $_____________
L-80 Silver Prairie Sage- #1 cont. EA. $_____________
L-81 Snow-In-Summer- 4” cont. EA. $_____________
L-82 Firewitch Dianthus- #1 cont. EA. $_____________
L-83 Silvery Lupine- #1 cont. EA. $_____________
Irrigation
I-1 RB 1806 SAM-PRS w/ Nozzle & NP cover EA. $_____________
I-2 RB 1812 SAM-PRS w/ Nozzle & NP cover EA. $_____________
I-3 Hunter PGP-04-CV-R EA. $_____________
I-4 1 ½” RB PESB EA. $_____________
I-5 1” RB PESB EA. $_____________
I-6 1” RB XCZ-100-PRB-COM EA. $_____________
Eagle County Regional Airport Section 004330 - 17
Gypsum Colorado Supplemental Unit Form
I-7 2” Gate Valve EA. $_____________
I-8 ¾” Drain Valve EA. $_____________
I-9 Hunter HQ44-RC-R EA. $_____________
I-10 Hunter ICD-100 Decoder EA. $_____________
I-11 Two-wire Ground EA. $_____________
I-12 2” CL200 PVC Mainline LF. $_____________
I-13 Hunter ID-1 Decoder Cable LF. $_____________
I-14 100# NSF Poly Lateral LF. $_____________
I-15 ¾” Drip Tubing LF. $_____________
I-16 ¼” Emitter Tubing LF. $_____________
I-17 RB Xeri-Bug Emitter EA. $_____________
I-18 Drip Blow-out/Indicator Assembly EA. $_____________
I-19 2” CL 160 PVC Sleeve LF. $_____________
I-20 3” CL 160 PVC Sleeve LF. $_____________
I-21 4” CL 200 PVC Sleeve LF. $_____________
I-22 Cut and Patch Asphalt for New Sleeves LF. $_____________
Signage
A-1 Eagle Airport Horizontal Sign w/ electrical & lighting EA. $_____________
A-2 Eagle Airport Vertical Sign w/ electrical & lighting EA. $_____________
END OF SECTION
Eagle County Regional Airport Section 004340 - 19
Gypsum Colorado Proposed Subcontractor Form
SECTION 004340
PROPOSED SUBCONTRACTOR FORM
List subcontractors and suppliers providing services and/or materials to be furnished and a summarization
of the dollar value of each subcontract:
Subcontractor Scope of Work
Years in
Business
Percentage
of Work
Contact Person and
Phone Number
This is to certify that the names of the foregoing mentioned Subcontractors or material suppliers are
submitted with full knowledge and consent of the respective parties
Bidders:
(Name of Company)
By: _____________________________________
(Signature and Title)
Date:
Note: This sheet may be reproduced by the Bidder to list Subcontractors totaling more than will fit on this
page. Certify each sheet as an original sheet and staple additional sheets to this page.
END OF SECTION
Eagle County Regional Airport Section 004340 - 20
Gypsum Colorado Proposed Subcontractor Form
SECTION 004510
BIDDER’S QUALIFICATIONS
The Undersigned certified under oath the truth and correctness of all statements and/or all answers to
questions made hereinafter.
Submitted to: Owner : Eagle County Air Terminal Corporation (ECAT)
Submitted by:
NAME
Address
City, State Zip
Phone
Principal Office
Check One: ( ) Corporation ( ) Partnership ( ) Joint Venture ( ) Individual ( ) Other ______________
1. List the five largest active construction Projects your organization has under contract to date. Each
Project description shall contain contact information for references.
Project Name
Owner Phone Number
Owner’s Rep. Phone Number
Contract Amount Contract Dates
Remaining Amount of Work
2. Provide resumes for the principal individuals who would be assigned to this Project. Indicate their
position in the company, their role on the Project, approximate time per week on the Project, experience
expertise, certifications, etc.
3. Summarize the experience of the individuals in your organization who would be assigned to this
Project.
NAME POSITION APPROX. TIME/WEEK
4. Provide name of bonding and insurance companies and name and address of agents, as well as
maximum bonding capacity. What portion remains of this bonding capacity at the time of submittal of
the Bid?
5. What is your Worker’s Compensation Experience Modifier Rate?
Eagle County Regional Airport Section 004340 - 21
Gypsum Colorado Proposed Subcontractor Form
GallegosCorp.com
2012
Samples of natural stone are indicative of color, markings and general texture of the variety named.
The amount of variation it subject to the type of material, size and current quarry conditions.
Please note that sample panels may be located at either our Wolcott Offi ce or Gypsum Stone Yard.
Please call in advance for locations of specifi c panels.
T indicates that this material is available in a Thin Stone Format
RM indicates that this material is Regional (within 500 miles of our stoneyard)
Oklahoma & Arkansas Stones
#87 Oklahoma Brown Straight Edge TT #86 Oklahoma Mountain Brick
Oklahoma Brown Straight Edge and Colorado Buff Strip Blend
sCo
GallegosCorp.com
2012
Samples of natural stone are indicative of color, markings and general texture of the variety named.
The amount of variation it subject to the type of material, size and current quarry conditions.
Please note that sample panels may be located at either our Wolcott Offi ce or Gypsum Stone Yard.
Please call in advance for locations of specifi c panels.
T indicates that this material is available in a Thin Stone Format
RM indicates that this material is Regional (within 500 miles of our stoneyard)
Telluride Blends
T RM #704 Greystone
#37 Adobe Chopped T RM
#63 Olathe Chopped T RM
#720 Goldstone T RM
T RM #721 Anasazi Sliver
Telluride Greystone
sC
sCo
sCo
Eagle County Regional Airport Landscape Improvements
Prebid Questions and Answers #2
March 27, 2013
1. Question: On site water source? Answer: Yes. Fire hydrant located near airport administration building.
Coordinate with Town of Gypsum for meter and rates.
2. Question: Masonry blocks instead of poured in place concrete walls? Answer: No
3. Question: Gravel - remove or place over existing? Answer: The goal is to replace all the grey with buff and
please price as such, however to meet budget and needs of the airport this may be discussed for best
approach following award.
4. Question: Location of a concrete dump and wash? Answer: West end of employee parking lot.
5. Question: As builds for irrigation and electrical and sleeving? Answer: As builts for irrigation are attached.
Sleeves under the road off the main line are 4”. They are based on observations from a recent
comprehensive maintenance and repair project and were not created by the actual original system
installer. Some information may be missing. Electrical runs through 4” sleeve.
6. Question: Has the topsoil at the airport been tested? Answer: No, the contractor is responsible to test. Refer
to L-1 Note #4
7. Question: Is topsoil at 3.5 cu yards to be spread over all the native area? Answer: No, please refer to the
schedules which outline whether or not topsoil is required.
8. Question: Do you want all new fabric? Answer: No, just in new areas. Existing rock areas may need some
new fabric or staples where it has been damaged.
9. Question: Is the dog area sod? Answer: Yes
10. Question: Bio-sol spec’s are 1000 lbs per acre is this the spec you want? Answer: Yes
11. Question: The hydro seed rate is double the drill rate; you have it at 3 times? This is a high priced seed.
Answer: Please follow the drawings and specs.
12. Question: S1.1, Foundations & Concrete Notes, note 6 states, “All footings shall be placed on a minimum of 3’ of
compacted and tested structural fill observed and tested by a representative of the geotechnical engineer
consistent with the recommendations of the referenced subsurface study. Does this structural fill need to be
tested by an engineer? Answer: Yes, fill will need to be tested by a geotechnical engineer as stated.
13. Question: Who is responsible for the testing of the structural fill and its associated costs? Answer: The Owner
shall retain the services of a geotechnical engineer for this testing.
14. Question: What rate of compaction is required? Answer: 98% of standard proctor density would be
adequate. Please also see Note 1 requiring that the geotechnical engineer observe the initial excavation
to verify the adequacy of these recommendations. The geotechnical engineer may determine from
footing subgrade level observations/testing that the 3 feet of structural fill is not required, in which case
a credit shall be given to the Owner for work not performed.
15. The specifications call for a one year warranty on the project in several places. However, Section 004100 – 15,
13a states that performance and payment bonds “shall remain in effect at least until two years after the date of
final payment”. Is the performance and payment bond really supposed to remain in effect a year longer than the
warranty? If so, does the maintenance period also last 2 years along with the bonds? Answer: Performance
and Payment Bonds shall remain in force throughout the term of the project and one year warranty
period, until final acceptance by Owner.
16. Question: Do liquidated damages begin being assessed at the date of substantial completion (June 28) or at the
date of final completion (July 19)? If they begin being assessed at the date of substantial completion, what items
must be complete at this date to avoid liquidated damages? Answer: Liquidated damages begin upon
substantial completion. Substantial Completion is defined in Section 002110, Section 1, Defined Terms.
17. Question: Specifications secton 004100-27 states that liquidated damages be assessed at a cost of $250 per
calendar day. Section 008100 – 59, 31 states that liquidated damages be assessed at a cost of $500 per
calendar day. Which is correct? Answer: Liquidated damages shall be $500/day.
18. Question: All “landscape areas” excluding exceptions are to receive min. 5 C.Y. per 1000 S.F. topsoil. Does this
include native grass areas not excepted? Answer: Yes, please refer to the schedules which outline whether
or not topsoil is required.
19. Question: Are compost specification amounts in addition to the topsoil installation amounts? Answer: Yes
20. Question: On Schedule 14, is the gravel to be placed in these areas to bring the existing gravel up to grade to be
1” Colorado Buff to match the new garden area mulch or grey washed gravel to match the existing? Answer:
The goal is to replace all the grey with buff and please price as such, however to meet budget and needs
of the airport this may be discussed for best approach following award.
21. Question: On Schedule 14, is the gravel to be placed in these areas to bring the existing gravel up to grade to be
1” Colorado Buff to match the new garden area mulch or grey washed gravel to match the existing? Answer:
Refer to the answer to #20 above.
22. Question: S1.1, Timber Products, note 1 & 2 state, “Glue laminated members shall be made of Douglas Fir –
Larch”, and “exposed timbers shall be appropriately treated”. According to my supplier, Douglas Fir-Larch glue
laminated beams are rated for interior use only. Further, any treatment application of sealer or other treatment
will void the manufacturer’s warranty on the glue lam beam. The supplier recommends using an Alaskan Yellow
Cedar glue lam beam for exterior use. Which material should we use? Answer: Alaskan Yellow Cedar is
acceptable provided it is uniform in color. The beam shall be stained with a semi-transparent stain in a
color selected by Architect and Owner.
23. Question: Please clarify where the power source is located, the voltage and amperage available at the power
source, the location and size of the breaker that controls the circuit, and the size of the wire running from the
breaker to the power source point for the electrical components shown in the plans, including: Schedule #1 GFCI
outlet, Schedule #2 GFCI outlet, Schedule #5a GFCI outlet, Schedule #11 GFCI outlet, Schedule #15 ECA
Horizontal sign lighting, Schedule #16 ECA Vertical sign lighting Answer: Power to existing powered devices
located in Schedule 2, 15 and 5a areas are connected via 2” conduit to an exterior 100A 8 circuit panel
located on the outside of the generator enclosure on the West side of the ARFF building. Power to the
panel is 120/208 volt. Sheet F14 included with this addendum shows approximate location of existing
conduit and amount and type of existing cabling back to contactor.
Pull dedicated wire and new circuits for the sign lighting and GFCI’s in schedules 1, 2, 5a, 15, & 16. Sign
and GFCI power in schedules 1 and 16, and 2 and 15 may share same 20A circuit.
Add a bid alternate price to upgrade the existing 100A 8 circuit panel to a 100A 20 circuit panel.
Add bid alternate price per #10 cable run, for extra cable runs to GFCI areas in Schedules 1, 2, and 5a, as
conduit capacity permits, for future use.
GFCI in Schedule 11 shall be removed as a bid requirement.
See attached drawings: Note ECAT does not guarantee accuracy of these drawings.
24. Question: Is there a 2” water hydrant connection for hydro-mulching operations available on site, and where is it
located? Answer: No. Fire hydrant located near airport administration building. Coordinate with Town of
Gypsum for meter and rates, and connection size.
25. Question: L-1, Landscape Note 27 specifies the inclusion of “…Annual flower planting program (includes 2
plantings for the 1st year (spring and fall) and winter hand-watering as needed.” There aren’t any annual flowers
that will survive through the winter in this location. Please clarify the intended results desired for the fall
planting. Is it expected that the fall planting will be viable through the winter season? Answer: No the fall
planting would include annuals better suited to shorter days and colder evenings such as Mums,
Chrysanthemums, Sage and grasses.
26. Question: The Bid Form, Schedule #13 calls for a one year warranty on this portion of work. However, due to
the natural life cycle limitations, annual flowers do not live through the fall and winter months. Is the one year
warranty supposed to cover the annual flower plantings specified for the urns and baskets? Answer: No, also
refer to answer #25 above.
27. Question: It appears from the plans and specs that all areas shown on the plans as Enhanced Native Seed
Grass are to be cleared, grubbed, prepped and reseeded to create new stands of native grass even in the areas
of existing native grass. Is this correct? Answer: Yes, as discussed at the prebid walk, please base your
bids on the drawings and specs. These areas could be reviewed in further detail following award to
ensure the best approach.
28. Question: L-1, Landscape Note 3 and L-4, Landscape Plant List specify “All landscape areas except for schedule
#3, #8, #13, #14 and the raised planter portion of schedule #9 shall receive a minimum of 5 C.Y. per 1,000 S.F.
of viable topsoil prior to the addition of soil amendments. However, L-1, Landscape Note 12 specifies “All areas
except where specified on the drawings shall receive 3.5 C.Y. per 1000 S.F. minimum of viable topsoil prior to
the addition of soil amendments. Which specification is correct? Answer: 5 C.Y. per 1,000 S.F.
29. Question: Who will be responsible for hand-watering the annual flower plantings in the urns and baskets during
the summer? Answer: Airport Staff
30. Question: Estimate of cubic yards of stockpile soil on airport west of Airport Bldgs. Answer: Do not have an
estimate of this yardage.
31. Question: Is dirt stockpile on northwest corner of airport usable for this project? Answer: Contractor is
responsible to test for suitability and provide pricing for both scenarios. i.e. using existing and
importing.
32. Question: Real sand is difficult to acquire locally, alternate such as fine chat or pulverized dirt suitable for fill
directly over pipe/conduit? Answer: Backfilling irrigation mainline and lateral piping with the native soil is
fine as long as all stones larger than 1 ½” are taken out of the spoils prior to backfilling. Conduit backfill
must follow local codes and be addressed as part of the design build electrical plans.
33. Question: Any silt barrier required short or long term? Answer: Contractor is responsible to follow National,
State and local codes for erosion control.
34. Question: On site project manager Norris Design or Eagle County representative, if Eagle County is this person
knowledgeable of project and able to handle any questions or able to resolve quickly? Answer: On-site Owner
project representative will be Eagle County Airport employee. Owner project representative will have
resources available to resolve problems in a timely manner.
35. Question: Plant material list with acceptable variety of the general classification would be very helpful, Little
Bluestem alone has at least three (3) varieties? Answer: Follow the plant list for bidding. Exceptions or
substitutions will be addressed and considered following award.
36. Question: Any winter protection required for the Knockout Roses? Answer: No
37. Question: Clarification on work hours official sunset-sunrise, 7 days a week? Answer: 7:00am – 5:00pm, M-F.
Extended hours/days available upon approval.
38. Question: Contractor liability for damage to utilities incorrectly located/marked? Answer: Yes, Contractor is
responsible for locates and or potholing to ensure utilities are not damaged during construction.
39. Question: Hours when operation of irrigation system (non drip) is permitted? Low humidity and windy conditions
when seedlings germinate can be detrimental? Answer: Follow specifications. Contractor methods and
means will be considered following award.
40. Question: Is airport sure it wants to keep existing trees in planter well separating public parking and rental car
parking separate? Answer: Several of these trees are highlighted to be removed. Additional removal may
be appropriate for one or two others. We will decide following award. Bid as shown on the drawings.
41. Question: ‘Contractor responsibility for weeds beyond noxious weeds as identified by State of Colorado?
Answer: Yes
42. Question: Zero tolerance for any vegetation beyond enhanced grass seeding area or minimal percentage?
Answer: Follow drawings and specifications.
43. Question: Any excess cobble expected, if so where does contractor locate for Airport? Answer: No, it is
anticipated that the cobble will come from existing landscape islands.
44. Question: Tree locations, any being placed directly over utilities? Answer: Not to our knowledge. Refer to
Answer #38.
45. Question: Clarify duration of contractor’s responsibility for trash pickup, shrubs, grasses will collect debris
blowing around by the wind? What constitutes trash or debris, cigarette butts, gum wrappers, gum, French fries
etc.? Answer: Remove requirement weekly sweeping of walks and loose trash and debris, animal, and
bird dropping removal from Section 320190, 5.08, A, C, & E. Windy and dry conditions exist. Dust
control required and strictly enforced on areas affected by project.
46. Question: Bird dropping cleanup, trigger point by percentage or someone’s whim? Answer: Road, parking, and
pedestrian surface contamination clean-up due to landscape project required on a daily basis. Remove
requirement weekly sweeping of walks and loose trash and debris, animal, and bird dropping removal
from Section 320190, 5.08, A, C, & E.
47. Question: Sharp Grass Seed in Healy, KS and Stock Seed in Murdock, NE acceptable vendors? Answer: Yes,
Follow seed specs.
48. Question: Is dirt stockpile on northwest corner of airport usable for this project? Answer: If needed,
accommodations can be made for access. Contractor responsible for loading, trucking, and
clean-up of haul routes and loading area.
49. Question: Does the bid bond need to be with the bid? Then if we get the bid we do a performance bond?
Answer: Performance and Payment Bonds are required only if awarded the contract. Bid Bond is
required to be submitted with the bid.
Additional Items of Note:
1. Traffic control required and safety clothing and equipment for all workers as required by local, state, and federal
law.
2. Remove requirement of emptying dog stations weekly, Section 320190, 5.08, D
14
EXHIBIT B
CONTRACTOR’S BID FORM
IDTask NameDurationStart1SIGN CONSTRUCTION CREW28 daysWed 5/1/132Schedule 1528 daysWed 5/1/133Schedule 1623 daysWed 5/1/1345LANDSCAPE CREW 143 daysMon 4/1/136Schedule 5a10 daysWed 5/1/137Schedule 106 daysWed 5/15/138Schedule 114 daysThu 5/23/139Schedule 82 daysWed 5/29/1310Schedule 96 daysFri 5/31/1311Schedule 15 daysMon 6/10/1312Schedule 210 daysMon 6/17/131314LANDSCAPE CREW 238 daysWed 5/1/1315Schedule 312 daysMon 5/6/1316Schedule 45 daysWed 5/22/1317Schedule 5b5 daysWed 5/29/1318Schedule 65 daysWed 6/5/1319Schedule 72 daysWed 6/12/1320Schedule 122 daysFri 6/14/1321Schedule 132 daysTue 6/18/1322Schedule 145 daysThu 6/20/132324MAINTENANCE CREW0 days?Fri 7/19/1325Schedule 17261 daysFri 7/19/132627FINISH DETAILS15 daysMon 7/1/1328Finish Details15 days?Mon 7/1/13WTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSMay 5, '13May 12, '13May 19, '13May 26, '13Jun 2, '13Jun 9, '13Jun 16, '13Jun 23, '13Jun 30, '13Jul 7, '13Jul 14, '13TaskSplitProgressMilestoneSummaryProject SummaryExternal TasksExternal MileTaskSplitPage 1Project: EGE_Schedule.mppDate: Mon 4/1/13