No preview available
HomeMy WebLinkAbout102511 LAFARGE NORTHERN - CONTRACT - BID - 7003 HARMONY STREETS INTERSECTION IMPROVEMENTSF6rt Collins ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of 7003: Harmony -Shields Intersection Improvements OPENING DATE: 3:00 P.M. f Our Clock) January 30, 2009 Financial Services Purchasing Division 215 N. Mason St. 2n° Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov. com/purchasing To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGE: I. In the Contract Documents: A. Add the following language to the instruction to Bidders: This project is planned to be constructed in conjunction with the Harmony Road Improvement Project that is shown on the phasing plan 'included with these construction documents. It is imperative that both projects meet all milestones indicated in the Contract Documents and that coordination between both projects throughout the duration of construction takes place daily. Contractors are invited to submit' -proposals for both projects. 1f Contractor is'low bid on both the Harmony Road Improvement Project and the Harmony and Shields Intersection Project, then the Contractor will be required to submit to th'ity, 'prior to award, documentation of at least 2 completed projects in the last 5 years of project equal ' to'or larger than the combined bid amount for the Harmony Improvement; Project and Harmony and Shields Improvement Project: The City will also require'a manpower plan and commitment showing how the Contractor plans to complete ' both projects on schedule. B. CDOT Forms,606 and 714 must be.submitted with all Contractor's bids, Bids will ' not be accepted.if they do not include these forms — Please See Attached Forms II. In the Project Special Provisions: A. Under Revision of Section 104 Scope of Work subsection 104.02 Site Conditions`. A. General: 1. The Contractor acknowledges.... Omit: "river stages" from this paragraph Project: Harmony / Shields Intersection Improvements Protect Federal Aid Project No, AQC 141455-074 Addendum I Spec/item L•stlmated Number Ucscripti°n m Unit Unit Cost IteCost Quantity 203-00010 Unclassified Excavation (Complete In Place) 3917 CY 203-00100 Muck Excavation 200 CY 203-01596 Potholing With Surveying and Stationing of UJG Utilities i LS 206-00000 Structure Excavation 35 CY- 206-00050 Structure Backfill is CY 206-00530 Filter Material (Class C) 10 CY 207-00205 Topsoil 593 CY 207-00210 Stockpile Topsoil 1907 CY 207-00405 Topsoil (Special) - Amended Onsite for.Median and Parkway Areas 913 CY 208-00005 Wattle (25' Sections) 5.2 EA 208-00020 Silt Fence 515 LP 208-xxxxx Construction Fence 900 LF 1 11 U 1 a: ! psiii' i ice * SAFECO INSURANCE COMPANY OF AMERICA FINANCIAL STATEMENT —DECEMER 31, 2007 Assets Cash and Bank Deposits ........................................ S 53,483,126 *B ouds — U.S Government ................. ... ....................... ..16,728,067 *Other Bonds ............ .............................................. 2,4 7 8,711,2 87 *Stocks .................................... �••• 9,235,954 Real Estate ............................. ........... Agents' Balances or Uncollected Premiums ............... 625,553,621 Accrued Interest and Rents ....................... ... ••.. _... 33,936,4 90 Other Admitted Assets. I ....... ............ 359,599 72 Toted Admitted Assets ..._..».»..»..»..,,..».._.. 4.067. eA . I Ilabllitles Unearned Premiums ............... .............. Reserve for Cl aims and Claims Expense S 728 ,534,002 .............. ..... Funds Hel d Under Rei nsurnra Treaties 1,560,913,950 . .............. Reserve for Dividends to Policyholders 430,979 .............. Adcitional Statutory Reserve ................... 2,421,611 Reserve for Conrruissions, Taxes and — Other Liabilities... . SP 81SurplusFunds.........,»s».._.».._226,3 _» �9 8'637,423 Capital Stock. ........... ................... 51000,000 Paidin Surplus ......... .. .......... ........ ...27SA02,873 Unassigned Surplus ................... 558�e 87 Snrplas to Policyholders .............. »..».., TOW Liabilities and Sarplas._....._........._....w g--9 4 •n6-. -as 64 * Bonds are stated at amortized a investment value; Stodks at Association Market Val Securities carried at $124,368,976 are dePosited as rertrrired by law. ues. I, TIM MEOLAIEWSIq Senior Vice -President of SAFECO Insurance true, and correct statement of the Assets and Liabilities of said CCom'' °f America, do hereby certify that the for is a belies orporatioa, as of December 31, 2007, to the best of my knowledge and IN WITNESS WHEREOF, I have hereunto March, 2008. set my hand and affixed the seat of said Corporation at Seattle Washington, this, ist day of s-1zaa30 Setuor Vice,- esident ®A1e9Wted trademark of SApEro Corporation 11 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. Rev 10/20/07 Section 0.0630 Page 1 J U r ACORDr. CERTIFICATE ..... . . .... .. .... OFLIABILITY .. ...... .... ... .. . ... ..... .... .... DATE(MM/DD/YYYY) INSURANCE 02/13/2009 ... PRODUCERonRisk Services Central, Inc. ATHIS on CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY Philadelphia PA Office AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS one Liberty Place CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE 1650 Market Street COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 1000 INSURERS AFFORDING COVERAGE NAIC # Philadelphia PA 19103 USA PHONE- 866 283-7122 FAX 847 953-5390 INSURED INSURER A: National Union Fire Ins Co of Pittsburgh 19445 Lafarge West, Inc INSURERB: American Home Assurance Co. 19380 1800 North Taft Hill Road, INSURERC: Insurance Company of the State of PA 19429 Fort Collins CO 80521 USA INSURERD: Granite State insurance Company 23809 INSURER E: Illinois National Insurance Co 123817 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIMITS SHOWN ARE AS REQUESTED INSR LTR ADD'L INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MM\DD\YY) POLICY EXPIRATION DATE(MM\DD\YY) LIMITS B ERALLIABILITY GL9723097 (CM) 07/01/08 07/01/09 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTED $ 500 , 000 COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR H PREMISES (Ea occurence) MED EXP (Any one person) Li PERSONAL & ADV INJURY $2,000,000 C GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: El POLICY ❑ PRO- ❑ LOC JECT r 0 u PRODUCTS - COMP/OP AGG $2,000,000 A A A AUTOMOBILE LIABILITY X ANY AUTO CA1607650 CA1607651 (MA) CA1607652 (OR) 07/01/08 07/01/08 07/01/08 07/01/09 07/01/09 07/01/09 COMBINED SINGLE LIMIT (Ea accident) S2,000,000 i BODILY INJURY A X ALL OWNED AUTOS CA1607653 (VA) 07/01/08 / 07/01/09 SCHEDULED AUTOS ( Per person) G' X HIRED AUTOS X NON OWNED AUTOS � BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT ANY AUTO OTHER THAN EA ACC H AUTO ONLY: AGG EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE ❑ OCCUR ❑ CLAIMS MADE AGGREGATE IuRETENTION C D WORKERS COMPENSATION AND WC 1 54 7 AOS WC5145488 (CA) 01 07/01/08 07/01/09 WC STATU- 1T.RY LIMIT OTH- FR E EMPLOYERS' LIABILITY WC5145489 (FL) 07/01/08 07/01/09 E.L. EACH ACCIDENT $2,000,000 D ANY PROPRIETOR / PARTNER / EXECUTIVE wc514549(LA,etc) 07/1/08 07/1/09 E OFFICERIMEMBEREXCLUDED? wC5145491(MI) 07/01/08 07/01/09 E.L. DISEASE -EA EMPLOYEE $2,000,000 E.L. DISEASE -POLICY LIMIT S2,000,000 C Ifyes, describe under SPECIAL PROVISIONS WC5145492 (NJ) 07/01/08 07/01/09 below OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: HARMONY & SHIELDS INTERSECTION IMPORVEMENTS / JOB# 74333. CITY OF FORT COLLINS IS ADDITIONAL INSURED (EXCEPT ON WC) AS RESPECTS OPERATIONS OF THE NAMED INSURED WHERE REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION IN FAVOR OF THE CERTIFICATE HOLDER IS PROVIDED ON THE WORKERS' COMP. POLICY. . CITY OF FORT COLLINS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION P.O. BOX 580 DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL FORT COLLINS CO 80522-0580 USA 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY � OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ...__. .. J6'osa .7� �7esot}aL 0 q Attachment to ACORD Certificate for Lafarge west, inc The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the insurer(s). This attachment does not contain all terms, conditions, coverages Or exclusions contained in the volicv. INSURED Lafarge west, Inc 1800 North Taft Hill Road, Fort Collins Co 80521 USA INSURER INSURER INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSR LTR ADDT INSRD TYPE OF INSURANCE POLICY NUMBER POLICY DESCRIPTION POLICY EFFECTIVE DATE POLICY EXPIRATION DATE LIMITS WORKERS COMPENSATION A wc5145493 (OR) 07/01/08 07/01/09 C wC5145494 (WI) 07/01/08 07/01/09, DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Certificate No : 570032963355 ' SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION ' TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:7003 Harmony -Shields Intersection Improvements PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins ' CONTRACTOR: CONTRACT DATE: ' The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does ' not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and ' agrees to complete and correct the items on the tentative list within the time indicated. By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract ' Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER ' AUTHORIZED REPRESENTATIVE DATE REMARKS: ' Rev10/20/07 Section 00635 Page 1 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: , 20 You are hereby notified that on the day of , 20_, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 7003 Harmony -Shields Intersection Improvements. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated 20_. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: _, 20_. Sincerely, OWNER: City of Fort Collins By. Title: ATTEST: Title. Rev10/20/07 Section 00640 Page 1 ISECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT:7003 Harmony -Shields Intersection Improvements 1. The CONTRACTOR acknowledges having received payment, except retainage ' from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, ' the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or ' assert for all and any work, .labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund ' of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or 1 their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns ' arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising gout of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result'of such claims. Rev10/20/07 Section 00650 Page 1 S. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that. this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this ATTEST: Secretary. day of CONTRACTOR By: Title: STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this 2 0_, by Witness my hand and official seal. My Commission Expires: Notary Public day of 20_. Rev 10/20/07 Section 00650 Page 2 1 1 1 1 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: 7003 Harmony -Shields Intersection Improvements CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of (Surety Company) By ATTACH:• Power of Attorney and Certificate of Authority of Attorneys) -in - Fact. Rev10/20/07 Section 00660 Page 1 SECTION 00670 1 Section 00670 Page 1 , r rr - r r� tir rr rr rr rr rr r ri r� �r Mon w r r Project: Harmony / Shields Intersecilon Improvements Protect Federal Aid ProJect No. AQC N1455-074 Addendum 1 Spe Atem Number 1)cscriptfon Esdmatcd knit Unit Cost Item Cost uantity 208-00045 Concrete Washout Structure I EA 208 00050 Storm Drain Inlet Protection (Type 1 ) 3 EA 208-00051 Storm Drain Inlet Protection (Type 2j 2 EA 208-00052 Storm Drain Inlet Protection (Type 3) 3 EA 208-00070 Stabilized Construction Entrance 2 EA 208-00205 Erosion Control Supervisor 75 HR 209-00100 Water (Landscaping) 1 LS 210-00010 Reset Mailbox Structure I EA 210-00030 Reset Water Service FA 210-01000 Reset Fence . 721 LF 210-04010 Adjust Manhole 3 EA 210-04020 Modify Inlet EA 210-04050 Adjust Valve Box 8 FA DR 0172 (12/98) ' COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303) 232-2416 IL 0 1 11 A CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(XIX) The exemption certificate for which you are applying must be used only for the purpose of purchasing.construction and building materialsv� for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the'structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. Registration/Account No. (to be assigned by DOR) Period 89 - 0170-750 (999) $0.00 ..:' .. t.,f`5t''f r+,'�-pt'z�• �,y{� ,7 n, {i Y CjrI t"i 41J 'C� 4 ?#''' .t . 1°„� z¢ r ;.tci 't �3 A '• w ,� 3�,iA'b- "Yt $"'j 'y �.7t�riFFt�I '.'"s&` ty, �.; k. �+, i.i.N ;'� ,}- n. p Y xJ;. Y �i 'i... `� 14 `fn'.,`_')x t'w' 3 .?i a .y'r�._p. -0".Nw;? !y„,+,u:,,-�,�`:: r�tr',•4; F: �Spa''�-,.!•N.4v'��sh��{{`z yEt:�3asr+t^�''E,iS,say,�.yr r.�34F�t'iP.�,.'�^''r ?. ga.., f *; had^41$ �?t{ yh-',% �`"vtf,�t ^f�z y vrF3 ,x '` Ik�i�•j�3 ^z�Z y ; ;'`..a 'c'y 5,` '±. iir�..f'86 ,r" ;��S �$ CONTR�v�ACTO.RVINFORMATIONr�..; t,,,,�. M•�_.� �� R,.�'.A.v t. u1 1 i'i"Yu��'f.L�I�A�.c 3,.R.�s'-aX ,:S.:.F i?i YS �...n..d ,C"ft Sin,..!S.'-n ,rw�`t..:S. "i`J.. 1'al. n&d r'.. f.ro�4:._ teik .,.• .iib i'< xei.,}!T'.:`M YwF"l.L.'Y�ti a:t';F".. 1....u4. ..v ! �e.l a:_. .,?,�{S a.t -.. •..FIt+ 7(.z'ebQF Trade name/DBA: Owner, partner, or corporate name: Mailing address (City, State, Zip): Contact Person E-Mail address: Federal Employer's Identification Number: Bid amount for your contract: Fax Number: Business telephone number: Colorado withholding tax account number: h X J. Y• 4 i 2f.4 m Jam, @C �t V 'C tV`�•e.-4�c,4e�4 '`�yj t.: y5i,�f �t ,:4,r �+t, tP � $. i� � .ti.7 �Yw. ey,+f •4`� 7e�:.,i �-�'prN �,pa �tJ�{: �'�� ?94Yb "`�'aFw`�¢s�-`�s9.�.rb�`.�41 w,,'.'��t` �.,4': of contractor agreement 1 `n the ridentrf pages, contractin artiesr yEXEMP�TIONYINFORMATION and (2) contairnng signatures of contracting parties mustbe attachedf "'k P'tn"f;�f:.t"'y",d'a.,¢k 3F.'x.,t'#$'�?,y,Mt�.?'a`:fla`s:k,. ,u �? '+'`�'J,,''z+�.�.:. fia Sri`.fP:'t°?f;,,:i.'h4Y;;-Et".¢:fi..�h,'ra`, i�.'.in,-.'�. �-•i5' Name of exempt organization (as shown on contract): Exempt organization's number: 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: Physical location of project site (give actual address when, applicable and Cities and/or County (ies) where project is located) Scheduled Month Day Year Estimated Month Day Year construction start date completion date: S -b_ur�, t.��72'n r�"F"f it �aa' '+m•� �.hx ,IK-'- �,t�$ 4ha'T;yt fi }, f�'i"1•t� t ..�wt ;4` >z }E•f�"St�..' T" �i.'g-�{ �M�''e'.'s`'�"�i"Y;1 },y' gi �i fiY �. ..,,-. �'�,�(��.v^4a 16 'Y' f' -a� �'! �'� .e 'y^ .. n ,.s"}J," �f r'. 1+,,tn,t Y..1' .a.� L t,1: Sf JjS',,,a5'ii+. ryry}`;�Y..- '. F it Y.t� $t.. �"c''!P•-� �. 't' ..yia ri. ,�yF,'P�'+Fc,{J�� `4` L3�,$r"»ia�.l'-�. Y4�ri�N 'I':' 44 ai,�L,,s !r' °�..{At `I i '� - 7 T r 'I�'•�'#�Y�,4, Fjz `y bJ,'�tu��' °c'3d 9;'�?�. kµ. f,yY 3-:^y`"r^d 'eic, a`�. n K-."G f t` ,k.�ri x ;K -,j5./:(�' .l x y . ��ea,.'{.5��a�$ry `i*NI£"Y, zL �i�u. J%�'. SYt���61,5Y${t�,+),F'f�+�:fTiy'�`1'?)fYzJit :i �sn�'.!.!r�"�'{.'`,.��Y�1).fi�i �5 �, YL �}�S�4i.'.kr�, �h'45$`%,k ..;�:�4kd;s��`iX J'�.Y..a�u.".i..A'�-r.�K`:��ti£k,�J.�'.�.�}.:t�v$�,r�.�skk4 e,lr.�, a.. �,A'f+� � •.3 � eCn..:.#.fS.�t..4^,.�<%tTe"v��M1�;'��i,'�l�e`„M1s'ii�2:.`G34a'i•-.'.+.� ��d�N..<..,%'l: b�t�.,1 l declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of owner, partner or corporate officer: Title of corporate officer: Date: 1 DO NOT WRITE BELOW THIS LINE Section 00670 Page 2 Special Notice Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay'processing of your application. Section 00670 Page 3 Section 00670 Page 4 SECTION 00700 GENERAL CONDITIONS ' GENERAL CONDITIONS OF THE ' CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are shovm by underlining text that has been added and i striking through text that has been deleted. 1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number & Title TABLE OF CONTENTS OF GENERAL CONDITIONS Page Article or Paragraph Number Number & Title DEFINITIONS ....................................................... 1 1.1 Addenda.............................................1 1.2 Agreement..........................................1 1.3 Application for Paymem...................... 1.4 Asbestos.............................................1 1.5 Bid ...................................................... 1 1.6 Bidding Documents .............................1 1.7 Bidding Requirements ..........................1 1.8 Bonds.................................................1 1.9 Change Order......................................1 1.10 Contract Documen[s,,,,,,,,,,,,,,,,,,,,,,,,,,,, l 1.11 Contract Price ...................................... 1 1.12 Contract Times .................................... 1 1.13 CONTRACTOR,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,1 1.14 defective ................................. „ 1 1.15 Drawings.............................................1 1.16 Effective Date of the Agreement..,.,.,.._ 1 1.17 ENGINEER ......................................... 1 1.18 ENGINEER's Consultant 1 1.19 Field Order .......................................... l 1.20 General Requirements ......................... 2 1.21 Hazardous Waste ................................. 2 1.22.a Laws and Regulations; Laws or Regulations ....................................... 1.22.b Legal Holidays .................................... 2 1.23 Liens ................................................... 2 1.24 Milestone ............................................. 2 1.25 Notice of Award .................................. 2 1.26 Notice to Proceed 2 1.27 OWNER .............................................? 1.28 Partial Utilization 2 1.29 PCBs ................................................... 2 1.30 Petroleum 1.31 Project................................................2 1.32.a Radioactive Material 2 1.32.b Regular Working Hours,,,,,,,,,,,,,,,,,,,,,,, 2 1.33 Resident Project Representative ......... _„2 1.34 Samples..............................................2 1.35 Shop Drawings .................................... 1.36 Specifications.....................................2 1.37 Subcontractor.....................................2 1.38 Substantial Completion ......................... 1.39 Supplementary Conditions,,,,,,,,,,,,,,,,,, 2 1.40 Supplier .............................................. 1.41 Underground Facilities,,,,,,,,,,,,,,,,,,,,, 2-3 1.42 Unit Price Work ................................... 3 1.43 Work ................................................. 3 1.44 Work Change Directive .......................3 1.45 Written Amendment .............................. 3 Page Number 2. PRELIMINARY MATTERS ................................ 3 2.1 Delivery of Bonds,,,,,,,,,,,,,,,,, 3 2.2 Copies of Documents,,,,,,,,,,,,,,,,,,, 3 2.3 Commencement of Contract Times; Notice to Proceed,,,,,,,,,,,,,,, 3 2.4 Starting the Work;,,,,,,,,,,,,, 3 15-2.7 Before Starting Construction; CONTRACTOR's Responsibility to Report; Preliminary Schediles; Delivery of Certificates of Insurance ................................... 3-4 2.8 Preconstruction Conference 4 2.9 Initially Acceptable Schedules ........... 4 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE..........................................4 3.1-3.2 Intent ..................................:.......... 4 3.3 Reference to Standards and Speci- fications of Technical Societies; Reporting and Resolving Dis- crepancies ................................. 4-5 3.4 Intent of Certain Terns or Adjectives ................................... .. 5 3.5 Amending Contract Docunents......... 5 3.6 Supplementing Contract Docum ents ................................... 5 3.7 Reuse of Documents .......................... 5 AVAILABILITY OF LANDS; - SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS5 4.1 Availability of Lands.....................5-6 4.2 Subsurface and Physical Conditions .:.................................. 6 4.2.1 Reports and Drawings......................6 4.2.2 Limited Reliance by CONTRAC- TOR Authorized; Technical Data.............................................6 4.2.3 Notice of Differing Subsurface or Physical Conditions. ..... ............6 4.2.4 ENGINEER's Review ........................ 6 4.2.5 Possible Contract Documents Change......................................... 6 4.2.6 Possible Price and Times Adjustments .............................. 6-7 4.3 Physical Conditions --Underground Facilities 7 4.3.1 ........................................ Shown or Indicated ........................... 7 4.3.2 Not Shown or Indicated ..................... 7 4.4 Reference Points 7 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) F� 7 !J .1 1 Article or Paragraph Number & Title Page Article or Paragraph Number Number & Title 4.5 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material 7-8 ..................... 5. BONDS AND INSURANCE „ .........:..................... 8 5..1-5.2 Performance, Payment and Other Bonds............................................... 8 5.3 Licensed Sureties and Insurers; Certificates of Insurance .................... 8 5.4 CONTRACTOR's Liability Insurance...............................:..........9 5.5 OWNER's.Liability Insurance9 5.6 Property Insurance ..........................9-10 5.7 Boiler and Machinery or Addi- tional Property Insurance,......... 10 5.8 Notice of Cancellation Pro%ision 10 5.9 CONTRACTOR's Responsibility for Deductible Amounts .................. 10 5.10 Other Special Insurance ...................... 10 5.11 ights.......... ...................11 Waiver of Rights.. ' '* .... ­ 5.12-5.13 Receipt and Application of Insurance Proceeds...„................10-11 5:14 Acceptance of Bonds and Insu- ance; `Option to Replace . ..... ............. .11 5.15 Partial Utilization --Property Insurance .....:...... . 11 6. CONTRACTOR'S RESPONSIBILITIES 11 6.1-6.2 Supervision and Superintendenc@....... 11 6.3-6.5 Labor, Materials and Equipment „ 11-12 6.6 Progress Schedule .............. ...... 12 6.7 Substitutes and "Or -Equal" Items; CONTRACTOR's Expense; Substitute Construction Methods or Procedures; ENGINEER's Evaluation.............12-13 6.8-6.11 Concerning Subcontractors, Suppliers and Others; Waiver of Rights . .... . ..... ..... 13-14 6.12 Patent Fees and Royalties ................ ....14 6.13 Permits.............................................14 6.14 Laws and Regulations ........................14 6.15 Taxes ............ ...... ._.....14-15 6.16 Use of Premises„.........1 .,.... 15 6.17 Site Cleanliness ................................ 15 6.18 Safe Structural Loading.....................15 6.19 Record Documents .............................15 6.20 Safety and Protection..,.,... ............. 15-16 6.21 Safety Representative .......................... 16 6.22 Hazard Communication Programs...... 16 6.23 Emergencies.....................................16 6.24 Shop Drawings and Samples.............16 tm Page Number 6.25 Submittal Proceedures; CON- TRACTOR's Review Prior to Shop Drawing or Sample Submittal....................................16 6.26 Shop Drawing .& Sample Submit- tals Review by ENGINEER ...... 16-17 6.27 Responsibility for Variations From Contract. Documents,....„.,,,17 6.28 Related Work Performed Prior to ENGINEER's. Review and Approval of Required Submittals:.....,.•,,,..,....„.„•.,...._...17 6.29 Continuing the Work 6.30 CONTRACTOR's General Warranty and Guarantee...............17 6.31-6.33 Indemnification .... ................ .....17-18 6.34 Survival of Obligations .................18 7. OTHER WORK.................................................18 7.1-7.3 Related Work at Site.......................18 7.4 Coordination....„...........................18 S. OWNER'S RESPONSIBILITIES ....... ........„..„..._ 18 8.1 Communications to CON- TRACTOR.................................18 8.2 Replacement of ENGINEER. .........18 8.3 Furnish Data andPay Promptly , When Due .................................. is 8.4 Lands and Easements; Reports and Tests 18-19 8.5 Insurance..... 19 8.6 Change Orders .., .............. 19 8.7 Inspections, Tests and Approvals...................................19 8.8 Stop or Suspend Work; Terminate CONTRACTORs Services 8.9 Limitations on OWNER'S Responsibilities ............. .............. .19 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material 19 8.11 Evidence of Financal Arrangements .. ............... ...... ..... 19 9. ENGINEER'S STATUS DURING CONSTRUCTION.. ............................................ 19 9.1 OWNER's Representative ............... 19 9.2 Visits to Site..................................19 9.3 Project Representative ...............19-21 9.4 Clarifications and Interpre- tations........................................21 9.5 Authorized Variations in Wrk21 EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) E Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Numhr 9.6 Rejecting Defective Work...................21 13.8-13.9 Uncovering Work atENGI- 9.7-9.9 Shop Drawings, Change Orders NEERs Request .....................27-28 and Payments....................................21 13.10 OWNER May Stop the Work ........... 28 9.10 Determinations for Unit Prices 21-22 13.11 ' Correction or Removal of 9.11-9.12 Decisions on Disputes; ENGI- Defective Work ...........................28 NEER as Initial Interpreter..............22 13.12 Correction Period„ .....I... .......28 9.13 Limitations onENGINEER's 13.13 Acceptance ;ofDefectiveWork ......... 28 Authority and Responsibilities.. ..... 22-23 13.14 OWNER May Correct Defective Work ..................................... 28-29 CHANGES IN THE WORK ........................................ 23 10.1 OWNER's Ordered Change................23 14. PAYMENTS TO CONTRACTOR AND 10.2 Claim for Adjustment ....................... 23 COMPLETION .................................................. 29 10.3 Work Not. Required by Contract 14.1 Schedule of Values .......................„29 Documents.....................................23 14.2 Application for Progress 10.4 Change Orders..................................23 Payment ..................................... 29 10.5 Notification of Surety .........................23 14.3 CONTRACTOR's Warranty of Title 29 CHANGE OF CONTRACT PRICE 23 14.4-14.7 Review of Applications for 11.1-11.3 Contract Price; Claim for Progress Payments ................. 29-30 Adjustment; Value of 14.8-14.9 Substantial Completion.,,,,,.,.._. 30 the Work 23-24 14.10 Partial Utilization 30-31 11.4 Cost of the Work ..........................24-25 14.11 Final Inspection, ............................ 1 11.5 Exclusions to Cost of the Work ........... 25 14.12 Final Application for Payment ........ 31 11.6 CONTRACTOR'S Fee ......................... 25 14.13-14.14 Final Payment and Acceptance ....... 31 11.7 Cost Records 25-26 14.15 Waiver of Claims ....................... 31-32 11.8 Cash Allowances...............................26 11.9 Unit.Price Work 26 15. SUSPENSION OF WORK AND TERMINATION ............................................... 32 CHANGE OF CONTRACT TIMES ............................26 15.1 OWNER May Suspend Work ...... ,... 32 12.1 Claim for Adjustment ...... ............ 26 15.2-15.4 OWNER.May Terminate,.,,., .:...... 32 12.2 Time of the Essence...,.._., .....,_.26 15.5 CONTRACTOR May Stop 123 Delays Beyond CONTRACTOR's Work or Terminate ................. 32-33 Control 26-27 12.4 Delays Beyond OWNER's and 16. DISPUTE RESOLUTION .................................. 33 CONTRACTOR'S Control 27 17. MISCELLANEOUS 33 TESTS AND INSPECTIONS;. CORRECTION, 17.1 Giving Notice................................33 REMOVAL OR ACCEPTANCE OF 17.2 Computation,ofTimes................... 33 DEFECTIVE WORK 27 17.3 Notice of Claim 33 13.1 Notice of Defects 27 17.4 Cumulative Remedies 33 13.2 Access to the Work 27 17.5 Professional Fees and Court 13.3 Tests and Inspections; Costs Included ............................33 CON TRACTOR's Cooperation......... 27 17.6 Applicable State Laws ............... 33-34 13.4 OWNER's Responsibilities; Intentionally left blank.......................................35 Independent Testing Laboratory ......27 13.5 CONTRACTOR's EXHIBIT GC -A: (Optional) Responsibilities...............................27 Dispute Resolution Agreement ..................... GC -Al 13.6-13.7 Covering Work Prior to Inspec- 16.1-16.6 . Arbitration ......... ............. GC -Al tion, Testing or Approval.................27 16.7 Mediation .................................GC -Al iv EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) F� 1 INDEX TO GENERAL CONDITIONS City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index Article or Paragraph° Number Acceptance of -- Bonds and Insurance........................................5.14 defective Work............................10.4.4, 13.5, 13.13 final payment _...._:.. ........... 9.12, 14.15 insurance 5.14 other Work, by CONTRACTOR ......................7.3 Substitutes and "Or -Equal" Items .....................6.7.1 Work by OWNER ............... ...... 2.5, 6.30, 6.34 Access to the -- Lands, OWNER and CONTRACTOR responsibilities..............................................4.1 site, related Work...............................................7.2 Work...........................................13.2, 13.14, 14.9 Acts or Omissions--, Acts and Omissions-- CONTRACTOR..................................6.9:1, 9.13.3 ENGINEER..........................................6.20, 9.13.3 OWNER............................ :....................... .20, 8.9 Addenda --definition of (also see definition of Specifications) ....... (1.6, 1.10, 6.19), I.l Additional Property Insurances ................................. 5.7 Adjustm ents-- Contract Price or Contract Times ....................... 1.5, 3.5, 4.1, 4.3.21 4.5.2, .......I ..................... 4.5.3, 9.4, 9.5, 10.2-10.4; ................... ...................... 11,12,14.8,15.1 progress schedule .............................................. 6.6 Agreem ent-- definition of......................................................1.2 "All -Risk" Insurance, policy form............................5.6.2 Allowances, Cash....................................................11.8 Amending Contract Documents., .............................. 3.5 Amendment, Written -- in general................1.10, 1.45, 3.5, 5.10; 5.12, 6.6.2 ....................... :.,6.8.2,6.19,10.1,10.4,11.2 ....................................12.1, 13.12.2, 14.7.2 Appeal, OWNER or CONTRACTOR intent to ..........................9.10, 9.11, 10.4, 16.2, 16.5 Application for Payment-- definition of......................................................1.3 sibility ENGINEER's Respon............................... 9.9 final payment ................. 9.13.4, 9.13.5, 14.12-14.15 in general ..........................2.8, 2.9, 5.6.41 9.10, 15.5 progress payment .............. :.:.................. ....I 4.1-14.7 review of ............... 14.4-14.7 Arbitration ............ ......................................... 16.1-16.6 Asbestos -- claims pursuant thereto..........................4.5.2, 4.5:3 CONTRACTOR authorized to.stop Work..........4 5.2 definition of ........................... ...........................1.4 Article or Paragraph Number OWNER responsibility for ........... .... * **......,, 4.5.1, 8.10 possible price and times change ..... ..............4.5.2 Authorized Variations In Work 3 6 6 25 6.27, 9.5 Availability of Lands ......... _..........4.1, 8.4 Award, Notice of --defined..._ .............. ,,,,.........1.25 Before Starting Construction. 2.5-2.8 Bid —definition of.........................1.5 (1.1, 1.10, 2.3, 3.3, ....................... 4:2,6.4,:6.13, 11.4.3, 11.9.1) Bidding Documents —definition of ................... :............................... 1.6 (6.8.2) Bidding Requirements --definition of..........................................1.7 (1.1, 4.2.6.2) Bonds -- acceptance of....................................................5.14 additional bonds..................................10.5, 11.4.5.9 Cost of the Work,.:.......................... 11.5.4 definition of .....................................2.1, 1.8 delivery of ............ 5.1 final Application for Payment .................14.12-14.14 general......................................1.10, 5.1-5.3, 5.13, ........................................ 9.13, 10.5, 14.7.6 Performance, Payment and Other...................5.1-5.2 Bonds and Insurance --in general ............... *.................5 Builder's risk "all-risk" policy form .........................5.6.2 Cancellation Provisions, Insurance........ 5.4.11, 5.8, 5.15 Cash Allowances....................................................11.8 Certificate of Substantial Completion ......... 1.38, 6.30.2.3, ..................................................14.8, 14.10 Certificates of Inspection.:.,.,; . 9.13.4, 13.5, 14.12 Certificates of Insurance. ............. 2.7,.5.3, 5.4.11, 5.4.13, 8, 5 ........................6.5; 5. 5.14, 9.13.4, 14.12 Change in Contract Price -- Cash Allowances ................................................ 11.8 claim for price adjustment............. 4.1, 4.2.6, 4.5, 5.15, 6.8.2, 9.4 ................... 9.5, 9.11, 10.2, 10.5, 11.2, 13.9, ........................ 13.13,13.14,14.7,15.1,15.5 CONTRACTOR's fee ................................ ........11.6 Cost of the Work general .... ... .................... ....................11.4-11.7 Exclusions to.........................................:.....11.5 Cost Records.....................................................11.7 in general.............1.19, 1.44, 9.11, 10.4.2, 10.4.3, 11 Lump Sum Priciig..........................................11.3.2 Notification of Surety ............................ ...... ......10.5 Scope of..............................................10.3-10.4 Testing and Inspection, Uncovering the Work ................................. .13.9 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Unit Price Work 11.9 ........................................... Article or Paragraph Number Value of Work ................................................... 11.3 Change in Contract Times -- Claim for times adjustment_....._.4.1, 4.2.6, 4.5, 5.15, ............ 6.8.2, 9.4, 9.5, 9.11, 10.2, 10.5, 12.1, ............ ...13.9. 13.13, 13.14, 14.7, 15.1, 15.5 Contractual time limits.....................................12.2 - Delays beyond CONTRACTORS control........................................................12.3 Delays beyond OWNERs and CONTRACTORs control............................12.4 Notification of surety . ..................... ................. ..10.5 Scope of change........................................10.3-10.4 Change Orders -- Acceptance of Defective Work ..........................13.13 Amending Contract Documents ....................... 3.5 Cash Allowances ............................................... 11.8 Change of Contract Price ..................................... I I Change of Contract Times ................... ...........12 Changes in the Work ........... ......... ...........10 CONTRACTORs fee ........................................ 11.6 Cost of the Work.......................................11.4-11.7 Cost Records....................................................11.7 definition of ............... ...................................... .1.9 emergencies.................................................... 6.23 ENGINEERsresponsibility ....... 9.8, 10.4, 11.2, 12.1 execution of .....................................................10.4 Indemnifiction .........................6.12, 6.16, 6:31-6.33 Insurance, Bonds and.......................5.10, 5.13, 10.5 OWNER may terminate ........ ................1.5.2-15.4 OWNERs Responsibility ............................ 8.6, 10.4 Physical Conditions -- Subsurface and ............................................. 4.2 Underground Facilities--............................4.3.2 Record Documents........................................„.6.19 Scope of Ch_ange.......................................10.3-10.4 Substitutes „.._....,.6.7.3, 6.8.2 Unit Price Work ................................................ 11.9 value of Work, covered by.'................................11.3 Changes in the Work.................................................10 Notification ofsurety .........................................10.5 OWNERs and CONTRACTORS responsibilities............................................10.4 Right to an adjustment......................................10.2 Scope of change........................................10.3-10.4 Claims -- against CONTRACTOR....................................6.16 against ENGINEER ......................................... 6.32 againstOWNER...............................................6.32 Change of Contract Price ........................... 9.4, 11.2 Change of Cmtract Times ..... ......... .... 9.4, 12.1 CONTRACTORS,., ......4, 7.1, 9.4, 9.5, 9.11, 10.2, 11.2, 11.9, 12.1, 13.9 ' 14.8, ............................................15.1, 15.5, 17.3 CONTRACTORS Fee 11.6 ........:......................I........ . Article or Paragraph Number CONTRACTORs liability ........... 5.4, 6.12, 6.16, 6.31 Cost of the Work.......................................11.4, 11.5 Decisions on Disputes ............... ................9.11, 9.12 Dispute Resolution............................................16.1 Dispute Resolution Agreement ...................16.1-16.6 ENGINEER as initial interpretor ........................ 9.11 Lump Sum Pricing.........................................11.3.2 Notice of .................................................. 17.3 . .......... OWNERs................... 9.4, 9.5, 9.11. 10.2, 11.2, 11.9 ......................... OWNERS liability .............................................. 5.5 OWNER may refuse to make payment ................14.7 Professional Fees and Court Costs Included.....................................................17.5 request for formal decision on............................9.11 Substitute Items ............ .............. ..:............ 6.7.1.2 ..... Time Extension.................................................12.1 Time requirements.............................:......9.11, 12.1 Unit Price Work ,,,...... „ .........:...11.9.3 Value of ..,_................ ..................... ............... 1.1.3 en Waiver of --on Final Payment ................. j4.14, 14.15 Work Change Directive......................................10.2 equired.. ......:.......9.11, 11.2, 12.1 written notice required.......-... Clarifications and Interpretations ............ 3.6.3, 9.4, 9.11 CleanSite............................................................6.17 Codes of Technical Society, Organization or Association ................................................. 3.3.3 Commencement of Contract Times .............. I.......,,,,2.3 Communications-- general..............................................6.2, 6.9.2, 8.1 Hazard Communication Programs ..................... 6.22 Completion -- Final Application for Payment .........................14.12 Final Inspection ..................... 14.11 Final Payment and Acceptance ................ 14.13-14.14 Partial Utilization ................... 14.10 Substantial Completion ......................1.38, 14.8-14.9 Waiver of Claims ;14.15 Computation of Times ................................ Concerning Subcontractors, Suppliers and Others ................................................... 6.8-6.11 Conferences -- initially acceptable schedules .............................. 2.9 preconstruction................................................... 2.8 Conflict, Error, Ambiguity; Discrepancy -- CONTRACTOR to Report ..................... _... 2.5, 3.3.2 Construction, before starting by CONTRACTOR ........................................... 2.5-2.7 Construction Machinery, Equipment, etc, .................. 6.4 Continuing the Work ....................... ,,,,,.,. 6.29, 10.4 Contract Documents -- Amending..........................................................3.5 Bonds.............................................................5.1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Protect: Harmony / Shields Intersection Improvements Project Federal Aid Protect No. AQC N-1435-074 Addendum 1 Spec/Item Estimated Numlxr Description unit Unit Cast Item Cost Quantity 212-00005 Native Seeding 0.59 ACRE 304 04000 Aggregate Base Course (Class 5 or 6) (4" Depth) - Driveways and 2' Wide Shoulder 10 TON 304-06000 Aggregate Base Course (Class 5 or 6) (6" Depth) 2995 TON 307-00075 Fly Ash 846 TON 307-00250 Processing Fly Ash Treated Subgrade (12" Depth) 14094 SY 403-00720 Hot Mix Asphalt (Patching) (Asphalt) 55 TON 403-32821 Hot Mix Asphalt (Grading SG) (100) (PG 58-28) (7" Depth) 2981 TON 403-33851 Hot Mix Asphalt (Grading S) (100) (PG 64-28) (2" Depth) 852 TON 412-00600 Concrete Pavement (6 Inch) 14 SY 412-01050 Concrete Pavement (10.5 Inch) 3304 SY J 1 Cash Allowances..............................................11.8 Article or Paragraph Number Change of Contract Price -- .................. Change of Contract Times .................................. 12 Changes in the Work................................10.4-10.5 check and verify ....... ......... ......... ........ 2.5 Clarifications and Interpretations .......................:.3.2, 3:6, 9.4, 9.11 definition of ....................................................1.10 ENGINEER as initial interpreter of .................. 9:11 ENGINEER as OWNER'S representative ..... .........9.1 general3 Insurance.....................................:.....................5.3 Intent........................................................3. ] minor variations in the Work . 3.6 OWNER's responsibility to furnish data..:............8.3 OWNER's responsibility to make prompt payment ..........................8.3, 14.4, 14.13 precedence ........ ....................................... :3.1, 3.3.3 Record Documents............................................6.19 Reference to Standards and Specifications of Technical Societies ......:......... ......... .......... 3.3 Related Work.....................................................7.2 Reporting and Resolving Discrepancies ......... 2.5, 3.3 Reuseof ..... .. ................................................ ......3.7 Supplementing................................................ 3.6 Termination of ENGINEER'S Employment .......... 8.2 Unit Price Work ..............................-.................. 11.9 variations .......................................... 3.6, 6.23, 6.27 Visits to Site, ENGINEERs................................ 9.2 Contract Price -- adjustment of ............... 3.5, 4.1, 9.4, 10.3, 11.2-11.3 Changeof .. ......................................................11 .. Decision on Disputes...........:............................9.11 definition of ..............: ............................ „.„..1.11 Contract. Times adjustmentof ...........................3.5, 4:1, 9.4, 10.3, 12 Change of................................................12.1-12.4 Commencement of .............. 2.3 definition of ......... .............................. 1.12 CONTRACTOR -- Acceptance of Insurance ................................... 5.14 Communications.. ..................................... :6.2, 6.9.2 Continue Work ........................................ 6.29, 10.4 coordination and scheduling............................6.9.2 definition of ....................................................... 1.13 Limited Reliance on Technical Data Authorized...............................„.,,,,.,.4.2.2 May Stop Work or Terminate............................15.5 provide site access to others.. ..7.2, .................... 13.2 Safety and Protection ................... 4.3.1.2, 6.16, 6.18, ..................... .......... 6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal..................................„_„.6.25 vii Stop Work requirements..................................4.5.2 CONTRACTOR's- Article or Paragraph Number Compensation.... 2 Continuing Obligation.....................................14.15 Defective Work . ......... ........... 9.6, 13.10-13.14 Duty to correct defective Work ............:........ .. .. A 3.11 Duty to Report -- Changes in the Work caused by. Emergency............................................ 6.23 Defects in Work of Others ......:...............:...... 7.3 Differing conditions., ......... 4.2.3 Discrepancy in Documents........ 2.5, 3.3-2, 6.14.2 Underground Facilities not indicated, .......... 4.3.2 Emergencies ............... .......... ............................... 6.23 Equipment and Ivtachinery Rental, Cost . of the Work...................:.......................11.4.5.3 Fee --Cost Plus „_...,...,..11.4.5.6, 11.5.1, 11.6 General Warranty"and Guarantee .......................6.30 Hazard Communication Programs ......................6.22 Indemnification ........................6.12, 6.16, 6.31-6.33 Inspection of the Work, .............................. 7.3, 13.4 Labor, Materials and Equipment ....................6.3-6.5 Laws and Regulations, Compliance by.............6.14.1 Liability Insurance .................. ...5.4 Notice of Intent to Appeal .........................9.10, 10.4 obligation to perform and complete theWork....................................................6.30 Patent Fees and Royalties, paid for by ................. 6.12 Performance and Other Bonds, 5.1 Permits, obtained and paid for by ... 0.13 Progress Schedule 2 6, 2 8, 2 9, 6.6, ........................................6.29; 10.4, 15.2.1 Request for formal decisionon disputes,,,,,,,,,,,,,, 9.11 Responsibilities -- Changes in the Work,,,,,,,,,,,,,,,,,,,,,,,„.,.._..„ 10.1 Concerning Subcontractors, Suppliers and Others.:...:..:......„,„,..,,,..,;,.,:,...6.8-6.11 Continuing the Work ..........................6.29, 10.4 CONTRACTOR's expense, „.,..,. 6.7.1 CONTRACTOR's General Warranty and Guarantee................................:......6.30 CONTRACTOR s review prior to Shop Drawing.or Sample submittal.................6.25 Coordination of Work6.9.2 Emergencies ............ .. ............................. .... 6.23 ENGINEER's evaluation; Substitutes or "Or -Equal' Items .............. ............... 6.7.3 For Acts and Omissions of Others ............... :............. 6.9.1-6.9.2, 9.13 for deductible amounts, insurance...................5.9 general.......................................61 7.21 7.3, 8.9 Hazardous Communication Programs ........... 6.22 Indemnification 6.31-6.33 EJCDC GENERAL CONDITIONS 1910-3 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) I Labor, Materials and Equipment..............6.3-6.5 CONTRACTORS --other,......._, ..... _...................... ........ 7 Laws and Regulations ...... ... .... .......6.14 Contractual Liability Insurance...__.... ..........................5.4.10 Liability Insurance ................................. ....... 5.4 Contractual Time Limas ....................................... Article or Paragraph Number Notice of variation from Contract Documents ............................................ 6.'27 Patent Fees -and Royalties— ........................... 6-12 Perm its ........................................................ 6.13 Progress Schedule ...........:............................. 6.6 Record Documents ....................................... 6.19 related Work performed prior to ENGINEER'sapproval.of required submittals ..................:.:.....:................ 6.28 safe structural loading................................6.18 Safety and Protection .................... 6.20, 7.2, 13.2 Safety Representative...*........ _._..6.21 Scheduling the Work ................ 6.9.2 Shop Drawings and Samples...........:........... 6.24 Shop Drawings and Samples Review by ENGINEER....::................................6.26 Site Cleanliness ................ 6.17 Submittal Procedures..................................6.25 Substitute Construction Methods and Procedures 6.7.2 Substitutes. and "Or -Equal" Items................6.7.1 Superintendence . .:.......... ......... ...........6.2 Supervision ................... 6.1 Survival of Obligations................................6.34 Taxes.........................................:............... 6.15 Tests and Inspections..................................13.5 ToReport ........................................ 2.5 Use of Premises 6.16 6 18, 6.30.2.4 Review. Prior to Shop Drawing or Sample Submittal ......................................... 6.25 Right to adjustment for changes in the Work .....10.2 right to claim..........;. 4, 7;1, 9.4, 9.5, 9.11, 10.2,11.2, .,_.......11.9,12.1,13.9,14.8,15.1,15.5,17.3 Safety and.Protection ................... 7.2, 13.2 Safety Representative ......... .... ...............6.21 Shop Drawings and Samples Submittals.....6.24-6.28 Special Consultants........................................11.4.4 Substitute Construction. Methods and Procedures 6.7 Substitutes and "Or Equal" Items, Expense...:...... ..........:............. 6.7.1, 6.7.2 Subcontractors, Suppliers and.Others.......... 6.8-6.11 Supervision and Superintendence .... :.... :6.1, 6.2, 6.21 Taxes, Payment by ............... ..................... 6.15 Use of Premises .....................:................... 6.16-6.18 Warranties and guarantees ..........................6.5, 6.30 Warranty of Title.... ........ ......... .........14.3 Written Notice. Required_ CONTRACTORstop Work or terminate ........ 15.5 Reports of Differing Subsurface and Physical Conditions ....................... 4.2.3 Substantial Completion................................14.8 vin Article or Paragraph Number Coordination— CONTRACTOR's responsibility ........................6.9.2 Copies of Documents .............., 2.2 Correction Period.............................................13.12 Correction, Removal or Acceptance of Defective Work-- ingeneral...................................10.4.1, 13.10-13.14 Acceptance ofDefective Work ..........................13.13 Correction or Removal of Defective Work .......................... ....... 6:30, 13.11 Correction Period............................................13.12 OWNER May Correct Defective Work..............13.14 OWNER May. Stop Work.................................13,10 Cost -- of Tests and Inspections.....................................13.4 Records11.7 Cost of the Work -- Bonds and insurance, additional...................11.4.5.9 Cash Discounts 11.4.2 CONTRACTORS Fee ........................ _.............11.6 Employee Expenses ......... :....................... .....11.4.5.1 Exclusions to.. .......................... ............. 11.5 General11.4-11.5 Home office and overhead expenses ....................11.5 Losses and damages.....................................11.4.5.6 Materials and equipment ......11.4.2 Minor expenses ......., ...11.4.5.8 Payroll costs on changes ............... .................11.4.1 performed by Subcontractors ................ ......11.4.3 Recordsl 1.7 Rentals of construction equipment and machinery ...................................... 11.4.5.3 Royalty payments permits and license fees' * .......................... ................11.4.5, 5 Site office and temporary facilities 11 4 5.2 Special Consultants, CONTRACTOR s............11.4.4 Supplemental.................................................11.4.5 Taxes related to, the Work............................11.4.5.4 Tests and Inspection. .. .._. .... ..,13.4 Trade Discounts....,,... 11.4.2 Utilities, fuel and sanitary facilities..............11.4.5.7 Work after regular hours.................................11.4.1 Covering Work .................. ......... ..........13.6-13.7 Cumulative Remedies 17.4-17.5 Cutting, fitting and patching....................................7.2 Data, to be furnished by OWNER .............................. 8.3 Day -definition of .................... ... :........................ 17.2.2 Decisions on Disputes .................................... 9.11, 9.12 defective --definition of..........................................1.14 defective Work -- Acceptance of.......................................10.4.1, 13.13 EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) L 17 J 1 iJ Correction or Removal of......................10.4.1, 13.11 Correction Period ...... ........ 13.12 in general .................... ...................13, 14.7, 14.11 Article or Paragraph Number Observation by ENGINEER ...................9.2 OWNER May Stop Work.................................13.10 Prompt Notice of Defects...................................13.1 Rejecting ............................. :............... ............ 9.6 Uncovering; the Work 13.8 Definitions ................. . ...................... Delays ......... .......................... :4.1, 6.29, 12.3-12.4 Delivery of Bonds ..................................................... 2.1 Delivery of certificates of insurance ............................2.7 Determinations for Unit Prices . ............................. .. 9.10 Differing Subsurface or Physical Conditions - Notice of .................. ..... ......... ...................... ...4.-2.3 ENGINEER's Review ...................................... 4.2.4 Possible Contract Documents Change .............. 4.2.5 Possible Price and Times Adjustments .............. 4.2.6 Discrepancies -Reporting and Resolving...............................:2.5, 3.3.2, 6.14.2 Dispute Resolution - Agreement. ............................................... 16.1-16.6 Arbitration ...................................... ..........16.1-16.5 general16 Mediation ................................ :.......................16.6 Dispute Resolution Agreement 1.6.1-16.6 Disputes, Decisions by ENGINEER ...................9.11-9.12 Documents -- Copiesof...........................................................2.2 Record 6.19 Reuseof .......:....................................... :..:...... ..... 3.7 Drawings --definition of............. .1.15 Easements ........................ .................................................. 4.1 Effective date of Agreement -- definition of..............1.16 Em ergencies .............................. ......6- 23 ENGINEER -- as initial interpreter on disputes ......... ........ 9.11-9.12 definition of .......................... 1.17 Limitations on authority and responsibilities „ 9.13 Replacementof .................................................. 8.2 Resident Project Representative ............................3 9 ENGINEER's Consultant-- definition of 1.18 ENGINEER's-- authority and responsibility, limitations on....,,,, 9.13 Authorized Variations in the Work, ....................... 9.5 Change Orders, responsibility for ....... 9.7, 10, 11, 12 Clarifications and Interpretations ............3.6.3, 9.4 Decisions on Disputes .............................. 9.11-9.12 defective Work, notice of..................................13.1 Evaluation of Substitute Items ..........................6.7.3 Liability...,.,, „ Notice Work is Acceptable...............................14.13 Observations .6.30.2, 9.2 OWNER's Representative ............ .................. ......9.1 Payments to the CONTRACTOR, Responsibility for.....................................9.9, 14 Recommendation of Payment ....................14.4, 14.13 Article or Paragraph Number Responsibilities --Limitations oq................9.11-9.13 Review of Reports on Differing Subsurface and Physical .Conditions...............................4.2.4 Shop Drawings and Samples, review responsibility .............................................. 6.26 Status During Cmstruction-- authorized variations in the Work..................9.5 Clarifications and Interpretations 9.4 Decisions on Disputes 9 11-9.12 Determinations on Unit Price ............. .......9.10 ENGINEER as Initial Interpreter.......,. .......... ENGINEER's Responsibilities ............ ..... 9.1-9.12 Limitations on ENGINEER's Authority and Responsibilities .............................. 9.13 OWNER's Representative_...........................9 1 Project Representative ............ ......... .. 9.3 Rejecting Defective Work ......... ....:................. 9.6 Shop Drawings, Change:Orders and Payments.....................................9.7-9.9 Visits to Site.................................................9.2 Unit Price determinations .............. .......... ......... 9.10 Visits to Site ................... .................................... ..9.2 Written consent required,,,......_ 7.2, 9.1 Equipment, Labor, Materials and,,,,,,,,,,,,,,,,,,,,,,, ......................... Equipment rental, Cost of the Work ..... ........ 11.4.5.3 Equivalent Materials,arid Equipmerit.......................6.7 error or omissions,..:_ Evidence.of Financial Arrangements .......................8.11 Explorations of physical. conditions ....................4.2.1 Fee, CONTRACTOR's--Costs Plus ...........................11.6 Field Order -- definition of.....................................................1.19 issued by ENGINEER ..........*..................... 3.6.1, 9.5 Final Application for Payment ........ 14.12 Final Inspection.............................:.....................14.11 Final Payment -- and Acceptance .............. ._..I....14.13.14.14 Prior to, for cash allomnces.....,...., ............... 11.8 General Provisions..........................................17.3-17.4 General Requirements -- definition of.........:.:......................................... 1.20 principal references to..............2.6, 6.4, 6.6-6.7, 6.24 Giving Notice.....................................17.1 Guarantee of Work --by CONTRACTOR.,,,,,,, 6.30, 14.12 Hazard Comm unication Program s .......................... 6.22 Hazardous Waste -- definition of ................ 1.21 general ..... .... 4.5 OWNER's responsibility for...............................8.10 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Indemnification..............................6.12, 6.16, 6.31-6.33 Initially Acceptable Schedules ....- ..2.9 ............................ Inspection -- Certificates of.......:......................9.13.4, 13.5, 14.12 Final 14.11 ..............................:............................. Article or Paragraph Number Special, required byENGfNEER .........................9.6 Tests and Approval .............. ......... 8.7, 13.3-13.4 Insurance - Acceptance of, by OWNER...............................5.14 Additional, required by changes' in the.Work 11.4.5.9 Before starting the Work.....................................2.7 Bonds and --in general..........................................5 Cancellation Provisions ....................................... 5.8 Certificates of....................2.7, 5, 5.3, 5.4.11, 5.4.13, ....................... 5.6.5; 5.8, 5.14, 9.13.4, 14.12 completed operations.....................................5.4.13 CONTRACTOR's Liability ..................................5.4 CONTRACTOR's objection to coverage ............. 5.14 Contractual Liability......................................5.4.10 deductible amounts, CONTRACTOR's responsibility ................................................ 5.9 Final Application for Payment .........................14.12 Licensed Insurers 5.3 Notice requirements; material changes ........ 5.8, 10.5 Option to Replace.............................................5.14 other special insurances....................................5.10 OWNER as fiduciary forinsureds........ .....51.12-5.13 OWNER'S Liability ............................................ 5.5 OWNER'S Responsibility ..................... ..............8.5 Partial Utilization, Property Insurance...............5.15 Property....................................1................5 6 5.10 Receipt and:Application of insurance Proceeds ....:.......................................... 5.12-5.13 Special Instuance............................................. 5.10 Waiver of Rights .............................................. 5.11 Intent of Contract Documents3.1-3.4 Interpretations and Clarifications . ..............3:6.3, 9.4 Investigations of physical conditions .......................... 4.2 Labor, Materials and Equipment..........................6.3-6.5 Lands -- and Easements...................................................8.4 Availability of .................... ........................... 4.1, 8.4 Reports and Tests................................................8.4 Laws and Regulations --Laws or Regulations-- Bonds... ...................................................... 5.1-5.2 Changes in the Work........................................10.4 Contract. Documents ........................................... 3.1 CONTRACTORS Responsibilities ............... :..... 6.14 Correction Period, defective Work ................. 13.12 Cost of the Work, taxes......., ....._.. ...11.4.5.4 definition of ....................................................... 1.22 general6.14 Indemnification ....................................... 6.31-6.33 Insurance.................:.........................................5.3 Precedence................................................3.1, 3.3.3 Reference to....................................................3.3.1 Safety and Protection ................................ 6-20, 13.2 Subcontractors, Suppliers and Others ............ 6.8-6.11 Article or Paragraph Number Tests and Inspections...................................13.5 Use of Premises ... ...... 6.16 Visits to Site.......................................................9.2 Liability Insurance-- CONTRACTOR's ................................................ 5.4 OWNERs.......................................................... 5.5 Licensed Sureties.and Insurers .... :....................... ..... 5.3 Liens -- Application for Progress Payment ......................14.2 CONTRACTOR's Warranty of Title ........ ......... _.14.3 Final Application for Payment....,..... ................ 14.12 definition of ...................... ' 1.23 Waiver of Claims ..................14.15 Limitations on ENGINEER's authority and responsibilities ........ ..... ................................... 9.13 Limited Reliance by CONTRACTOR Authorized ......... .............................................4.2.2 Maintenance and Operating Manuals -- Final Application for Payment .........................14.12 Manuals (of others) -- Precedence ............. _.................................... 3.3.3.1 Reference to in Contract Documents .................. 3.3.1 Materials and equipment -- furnished by CONTRACTOR .............................. 6.3 not incorporated in Work .............................. ...14.2 Materials or equipment --equivalent ....................... 6.7 Mediation (Optional)..............................................16.7 Milestones --definition of .........................:................ 1.24 Miscellaneous— Computation of Times.. 17.2 Cumulative Remedies..............................__.,...,..17.4 Giving Notice ................... ......... ......... .......1.7.1 Notice of Claim.........................:.............:.........17.3 Professional Fees and Court Costs Included ......... 17.5 Multi -prime contracts. ..................:. 7 Not Shown or Indicated _........................................... 4.3.2 Notice of -- Acceptability of Project....................................14.13 Award, definition of ......................................... 1.25 Claim...............................:............................17.3 Defects,13.1 Differing Subsurface. or Physical Conditions...... 4.2.3 Giving............................................................17.1 Tests and Inspections........................................13.3 Variation, Shop Drawing and Sample ...., 6.27 Notice to Proceed -- definition of1.26 .......................................:............. givingof ........................................................... 2.3 EJCDC GENERAL CONDITIONS I910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Notification to Surety ............................................... 10.5 testing; independent ................ _...................... 13.4 Observations, by ENGINEER ........................... 6.30, 9.2 use or occupancy I Occupancy of the Work...................5.15, 6.30.2.4, 14.10 of the Woik .......................... 5.15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR ................ 6.9, 9.13 written consent or approval . Open Peril policy form, Insurance .........................5.6:2 required ......................................... 9.1, 6.3, 11.4 Option to Replace ....................... ........ ........ 5.14 Article or Paragraph Number "Or Equal" Items......................................................6.7 Other work 7 ' Overtime Work --prohibition of ................................. 6.3 OWNER -- Acceptance ofdefective Work ..........................13.13 appoint an ENGINEER........ 8.2 .............................. as fiduciary ...............................................5.12-5.13 Availability of Lands; responsibility .................... 4.1 definition of 1.27 ....................................................... data, furnish .............. 8.3 May Correct Defective Work,....,,, ........13.14 ........ May refuse to make payment.............................14.7 May Stop the Work.................................1.......13.10 May Suspend Work, Terminate............................$.8, 13.10, 15.1-15.4 Payment, make prompt. .......... ........8:3, 14.4, 14.13 performance of other work ..........................•....•.. 7.1 permits and licenses, requirements ................... 6.13 purchased insurance requirements ...............5.6-5.10 ' OWNER's-- Acceptance of the Work..............................6.30.2.5 Change Orders, obligation to execute........., 8.6, 10.4 ' Communications ............................................... 8.1 Coordination of the Work ................................... 7.4 Disputes, request for decision.. ...................... 9.11 Inspections, tests and approvals..................8.7, 13.4 Liability Insurance..............................................5.5 Notice of Defects ............................................. 13.1 Representative --During Construction; ENGINEER's Status ...................................... 9.1 Responsibilities -- Asbestos, PCBs, Petroleum, Hazardous ' Waste or Radioactive Material ........ .......8.10 Change Orders..............................................8.6 Changes in the Work. 10.1 .................................. communications 8.1 CONTRACTOR's responsibilities ......... . .. ... ....8.9 evidence of financial arrangements,..... 8.11 inspections, tests and approvals ......................8.7 insurance ................................................ :..... 8.5 lands and easements ..................................... 8.4 prompt payment by 8.3 replacement of ENGINEER ................ :........... 8.2 reports and tests............................................8.4 stop or suspend Work ..................: .8, 13.10, 15.1 ' terminate CONTRACTOR's services..........................................8.8, 15.2 separate representative at site..............................9.3 Xi EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number written notice required ........................7.1, 9.4, 9.11, ....................................11.2, 11.9, 14.7, 15.4 PCBs -- definition of......................................................1.29 general.............................................................. 4.5 OWNER's responsibility for...............................8.10 Partial Utilization_ defmition of ....................................................... 1.28 general6.30.2.4, 14.10 Property Insurance ............................................ 5.15 Patent Fees and Royalties ....................................... 6.12 Payment Bonds...................................................5.1-5.2 Payments, Recommendation of..............14.4-14.7, 14.13 Payments to CONTRACTOR and Completion -- Application for ProgressPayments ......... ............. 14.2 CONTRACTOR's Warranty of Title...................14.3 Final Application for Payment .........................14.12 Final Inspection .............................................. 14.11 Final Payment and Acceptance ............... 14.13-14.14 general......., .......................................... ......8.3, 14 Partial Utilization............................................14.10 Retainage............. .14.2 Review of Applications for Progress Payments ... ............................14.4-14.7 prompt payment ................................................. .............................. ....._..8.3 Schedule of Values...:.......................................14.1 Substantial Completion.... ........................... 1.4.8-14.9 Waiver of Claims.............................................14.15 when payments due . ......... ............ 14.4, 14.13 withholding payment........................................14.7 Performance Bonds .............................................. 5.1-5.2 Permits............................................................ 6.13 Petroleum -- definition of ....................................................... 1.30 general.............................................................. 4.5 OWNER's responsibility for...............................8.10 Physical Conditions -- Drawings of, in or relating to ........................ 4.2.1.2 ENGINEER'S review.......................................... 4.2.4 existing structures .........:................................. 4.2.2 general4.2.1.2.................................................. ....... Notice of Differing Subsurface or, .....................4.2.3 Possible Contract Documents Change .............. 4.2.5 Possible Price and Times Adjustments ............. 4.2.6 Reports and Drawings......................................4.2.1 Subsurfaceand....................................................4.2 Subsurface Conditions 4.2.1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized ........................4.2.2 Underground Facilities-- general........................................................ 4.3 Not Shown or Indictted ................................ 4.3.2 Protection of.........................................4.3, 6.20 Article or. Paragraph . Number Shown or Indicated ................................................ 4.3.1 Technical Data ..........................:.................... 4.2.2 Preconstruction Conference ........................................ 2.8 Preliminary Matters.....................................................2 Preliminary Schedules .............................................. 2.6 Premises, Use of ............................................. 6.16-6.18 Price, Change of Contract ........................... ................ I I Price, Contract --definition of_, .............. .......... 1.11 Progress Payment, Applications for ........................ 14.2 Progress Payment--retainage.................................. 14.2 Progress schedule, CONTRACTOR'S 2.6, 2.8, 2.9, ................................. 6.6, 6.29, 10.4, 15.2.1 Project --definition of .................. ............. :........... .... 1.31 Project Representative— ENGINEER's Status During Construction ... _......... 9.3 Project Representative, Resident --definition of .......... 1.33 prompt payment by OWNER ..................................... 8.3 Property Insurance-- Additional.........................................................5.7 general5.6-5.10 Partial Utilization................................5.15, 14.10.2 receipt and application of proceeds ......... 5.12-5.13 Protection, Safety and..............................6.20-6.21, 13.2 Punch list .......................................................... 14.11 Radioactive Material— defmtion of ..........................................:............ 1.32 general4.5 OWNER's responsibility for.. ............................ 8.10 Recommendation of Payment ...............14.4, 14.5, 14.13 Record Documents ........................................ 6.19, 14.12 Records, procedures for maintaining ..........................2.8 Reference Points 4.4 Reference to Standards and Specifications of Technical Societies ......................................... 3.3 Regulations, Laws and(or)...................................... 6.14 Rejecting Defective Work ...... :................................... 9.6 Related Work -- atSite ......................................:.... ........ ..... 7.1-7.3 Performed prior to Shop Drawings and Samples submittals review....................6.28 Remedies, cumulative......................................17.4, 17.5 Removal or Correction ofDefective Work ................. 13.11 rental agreements, OWNER approval required ._.11.4.5.3 _ replacement of ENGINEER, by OWNER ...................: 8.2 Reporting and Resolving Discrepancies................................2.5, 3.3.2, 6.14.2 Reports -- and Drawings ................................................. 4.2.1 and Tests, OWNER's responsibility .....................8A Resident and Project Representative -- definition of....................................................1.33 provision for............................................................ 9.3 xii ESCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINSMODIFICATIONS (REV 9/99) J u [j 1 I 1 Article or. Paragraph Number Resident Superintendent, CONTRACTOR'S ............... 6.2 Responsibilities— CONTRACTOR's-in general .................................. 6 ENGINEER's-in general........................................5 Limitations on .............................................. 9.13 OWNER's-in general.......... ...........:....................... 8 Retainage......................................................... ...14.2 Reuse of Documents................. ................................ 3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal ..........................6.25 Review of Applications for Progress Payments ......... :.............. ......... :... 14.4-14.7 Right to an adjustment ........................ ........_..10.2 Rights of Way ................ .... _..4.1 Royalties, Patent Fees and .............. 6.12 Safe Structural Loading..........................................5.18 Safety -- and Protection._ ..:....:„ .................4.3.2, 6.16, 6.18, ...... ............ ........... 6.20-6.21, 7.2, 13.2 general ....,,..... . Representative, CONTRACTOR's.................... .6:21 Samples -- definition of.....................................................1.34 general ............ :.................. :.................... 6. 24-6.28 Review by CONTRACTOR ............................... 6.25 Review by ENGINEER..............................6.26, 6.27 related Work....................................................6.28 submittal of.•,,, .. ........ ...... . ... ... . .. . 6.24.2 submittal procedures ......................................... 6.25 Schedule of progress ..... :.......................2.61 2.8-2.9, 6.6, .........:.......... ..................... 6.29, 10.4, 15.2.1 Schedule of Shop Drawing and Sample Submittals.............................2.6, 2.8-2.9, 6.24-6.28 Schedule of V. Values ..............:.............._ 2.6; 2.8-2.9, 14.1 Schedules -- Adherence to .....................15.2.1 Adjusting................................. :..................... ..... 6- 6 Change of Contract Times.................................10.4 Initially Acceptable ..... ......... .............. 2.8, 2.9 Prelim inary........................................................2.6 Scope of Changes ......:........ 10.3-10.4 Subsurface Conditions........................................4.2.1.1 Shop Drawings -- and Samples, general.................................6.24-6.28 Change Orders & Applications for Payments, and........ ................................. 9.7-9.9 definition of.....................................................1.35 ENGINEER's approval of.................„.......,..•...3.6.2 ENGINEER's responsibility for review......................................9.7, 6.24-6.28 related Work....................................................6.28 review procedures ........ I ....................... 2.8; 6.24-6.28 Article or Paragraph Number subm ittal required ............................................... 6.24.1 Submittal Procedures 6.25 use to approve substitutions ............................ ........................ .6.7.3 Shown or Indicated ............................................... 4.3.1 Site Access ......................... ...............7.2, 13.2 Site Cleanliness 6.17 Site, Visits to -- by ENGINEER...........................................9.2, 13.2 byothers..........................................:...............13.2 "special causes of loss" policy form, insurance ............... ......................................... 5.6.2 definition of.....................................................1.36 Specifications_ defination of.................................................... 1.36 of Technical Societies,. reference to.... I..............3.3.1 precedence......................................................3.3.3 Standards and Specifications of Technical Societies.,•,,,,,,,,,,,,,•,,.........,_...,,•.,., 3.3 Starting Construction, Before .... •...._ 2.5-2.8 Starting the Work.....................................................7.4 Stop or Suspend Work -- by CONTRACTOR...........................................15.5 by OWNER..:...................................8.8, 13.10, 15.1 Storage of materials and equipment .....................4.1, 7.2 Structural Loading, Safety ...... ......:.............:.:..,........6.18 Subcontractor -- Concerning ................................... ............. 5.8-6.11 definition of .......... ............................................ 1.37 delays 12.3 Waiver of tights................................................6.11 . .6.8-6.11 Subcontractors --in general ................. Subcontracts --required provisions.,,,,,,.. 5.11, 6.11, 11.4.3 Subm ittals-- Applications for Payment ..................... •.,.,..._.. 14.2 Maintenance and Operation Manuals...............14.12 Procedures........................................................6.25 Progress Schedules....................................... 2.6, 2.9 Samples ...................................................6.24-6.28 Schedule of Values ..................................... 2.6, 14.1 Schedule of Shop Drawings and Samples Submissions ........,,•..........................2.6, 2.8-2.9 Shop Drawings ........................................ 6.24-6.28 Substantial Completion -- certification of ... ............. ............ 6.30.2.3; 14.8-14.9 definition of...................................................... 1.38 Procedures Substitute Construction Methods or ........ 6.7.2 .. Substitutes and "Or Equal" Items .... ........................... 6.7 CONTRACTOR's Expense ........................... 6.7.1.3 ENGINEER's Evaluation 6.7.3 11 Or -Equal" ................................................... 0.7.1.1 Substitute Construction Methods EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number or Procedures ..........................:................... 6.7.2 Substitute Items ............................................. 6.7.1.2 Subsurface and Physical Conditions -- Drawings of, in or relatng to ........................ 4.2.1.2 ENGINEER's Review ....................................... 4.2.4 general.............................................................. 4.2 Limited Reliance by CONTRACTOR Authorized .................................................. 4.2.2 Notice of Differing Subsurface or Physical Conditions.........................................4.2.3 Physical Conditions.......................................4.2.1.2 Possible Contract Documents Change .... :.......... 4.2.5 Possible Price andTimes Adjustments...............4.2.6 Reports and Drawings......................................4.2.1 Subsurfaceand....................................................4.2 Subsurface Conditions at the Site 4.2.1.1 Technical Data.............................................:...4.2.2 Supervision_ CONTRACTOR's responsibility .......................... 6.1 OWNER shall not supervise................................8.9 ENGINEER shall not supervise ................ 9.2, 9.13.2 Superintendence ....................................................... .................. 6.2 Superintendent, CONTRACTOR's resident................6.2 Supplemental costs...............................................11.4.5 Supplementary Conditions -- definition of......................................................1.39 principal references to.................1.10, 1.18, 2.2, 2.7, ..... .......„4 _.._...._ .2, 4.3, 5.1, 5.3, 5.4, 5.6-5.9, ................5.11,6.8,6.13,7.4,_8.11,9.3,9.10 Supplementing Contract Documents .........................3.6 Supplier -- definition of......................................................1.40 principal references to ............ 6.5, 6:8-6.11, 6.20, ..........................................6.24, 9.13, 14.12 Waiver of Rights...............................................6.11 Surety -- consent to final payment. ....................... j4.12, 14.14 ENGINEER has no duty to ...................... ..9.13 Notification of..................................10.1, 10.5, 15.2 qualification of .. ..................... ....... ...... ......... 5.1-5.3 Survival of Obligations ........................................... 6.34 Suspend Work, OWNER May .......................j3.10, 15.1 Suspension of Work and Termination-- ......................15 CONTRACTOR May Stop Work or Terminate.......:.......................................15.5 OWNER May Suspend Work.............................15.1 OWNER May Term inate ..... ,„,,,,,,,;,,,,,,;,,15.2-15.4 Taxes --Payment by CONTRACTOR ........................ 6.15 Technical Data -- Limited Reliance by CONTRACTOR .................4.2.2 Possible Price and Times Adjustments..............4.2.6 Reports of Differing Subsurface and Physical Conditions....................................4.2.3 xiv Temporary construction facilities..............................4.1 Article or Paragraph Number Term ination-- by CONTRACTOR...........................................15.5 by OWNER .................... ................... :8.8, 15.1-15.4 of ENGINEER's employment .............................. 8.2 Suspension of Work-in general .............................15 Terms and Adjectives ............ :....... :......................... 3.4 Tests and Inspections -- Access to the Work, by others ...........................13.2 CONTRACTOR'S responsibilities ........................ 13.5 cost of 13.4 covering Work prior to...............................13.6-13.7 Laws and Regulations (or) ................................. 13.5 Notice of Defects 13.1 OWNER May Stop Work ......................... ......... 13.10 OWNER's independent testing .........................13.4 special, required by ENGINEER .......... ........... .. 9.6 timely notice required ....................................... 13.4 Uncovering the Work, at ENGINEER's request.................................................13.8-13.9 Times-- Adjusting...........................................................6.6 Change of Contract ... ....... .... ...... ....... ........ *.........12 Computation of.................................................17.2 Contract Times --definition of :..........................1.12 day.........................................................17.2.2 Milestones ............................................................ 12 Requirements-- appeals.................................................9.10, 16 clarifications, claims and disputes..................9.11, 11.2, 12 Commencement of Contract Times ................ 2.3 Preconstruction Conference 2.8 schedules.........................................2.6, 2.9, 6.6 Starting the Work.........................................2.4 Title, Warranty of. .................................................. 14.3 Uncovering Work.............................................13.8-13.9 Underground Facilities, Physical Conditions-- definition of....................................................1.41 Not Shown or Indicated...................................4.3.2 protection of..............................................4.3, 6.20 Shown or Indicated...:.........................:...........4.3.1 Unit Price Work-- claims.........................................................11.9.3 definition of....................:...............................1.42 general] 1:9, 14.1, 14.5 Unit Prices -- general l 1.3.1 Determination for.....:..............„...;,.,,..,...,..,,,,,,9.10 Use of Premises................................6.16, 6.18, 6.30.2.4 Utility owners ............... I .......... ..6:13,.6.20, 7.1-7.3, 13.2 Utilization, Partial...................1.28, 5.15, 6.30.2.4, 14.10 Value of the Work..........................................: ........ 11.3 Values, Schedule of .... I.........................2.6, 2.8-2.9, 14.1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) I Variations in Work --Minor Authorized ................................ ... 6.25, 6.27, 9.5 ' Article or Paragraph Number Visits to Site --by ENGINEER .................................... 9.2 Waiver of Claims --on Final Payment ......................14.15 Waiver of Rights by insured parties .................. 5.11, 6.11 Warranty and Guarantee, General --by CONTRACTOR 6.30 ................ ......................... Warranty of Title, CONTRACTORR! 's........................14.3 Work -- Accessto..........................................................13.2 byothers............................................................. 7 Changes in the....................................................10 ' Continuing the..................................................6.29 CONTRACTOR May Stop Work or Terminate ................................................ 15.5 Coordination of........................4 Cost of the.................................................11.4- 1.4-1111.5 definition of .......................... ................... ...1.43 neglected by CONTRACTOR............................13.14 otherWork............................................................7 OWNER May Stop Work ............. ........13.10 ' OWNER May Suspend Work 13.10, 15.1 Related, Work at Site ..................................... 7.1-7.3 Starting the........................................................2.4 Stopping by CONTRACTOR.............................15.5 Stopping by OWNER.,............................... 15.1-15.4 Variation and deviation authorized,_ minor ............ 3.6 Work Change Directive-- claims pursuant to definition of ......................................... 10.2 1.44 .44 principal references to......,... 3.5.3, 10.1-10.2 Written Amendment -- definition of 1.45 principal references to 1.10, .............. 3:5, 5.10,15.12, ........................6.6.2, 6.8.2, 6.19, 10.1, 10.4, ...................... 11.2, 12.1, 13.12.2, 14.7.2 Written Clarifications and Interpretations ......................... 3.6.3, 9.4, 9.11 Written Notice Required— :......... by CONTRACTOR ... ......... 7.1, 9.10-9.11, ........................................... 10.4, 11.2, 12.1 by OWNER 9.10-9.11, 10.4, 11.2, 13.14 .................... I� 1 I xv EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CRY OF FORT COLUNS MODIFICATIONS (REV 9/99) (This page left blank intentionally) xvi EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION , w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) M M M Mon M M MMM M r M M M M r M M Project: Mwinony / Shields Intersection Improvements Project . Federal Aid Project No. AQC N14-55-07:1 Addendum 1 Spcc/Item iVuntlxx Description Estimated uantih knit knit Cost Item Cost 412-xxxxx Concrete Pavement (10.5 Inch) - Colored and Stamped Concrete Crosswalks 455 SY 412-01060 Concrete Pavement (10.5 Inch) - Fast Track (48 Hour) 1508 SY 412-01061 Concrete Pavement (10.5 Inch) - Fast Track (24 Hour) 150 SY 412-01100 Concrete Pavement (I I Inch) 45 SY 506-00212 Riprap(12 Inch) 514-00100 Handrail 601-01050 Concrete Class B (Wall) 603-01365 36 Inch Reinforced Concrete Pipe (Complete In Place) 603-02365 29 x 45 Inch Reinforced Concrete Pipe (Complete In Place) 603-05036 36 Inch Reinforced Concrete End Section 94 CY 18.5 LF 33 CY 44 LF 27 LF I EA �I F11 1 GENERAL CONDITIONS ARTICLE 1—DEFOITIONS Wherever used in these General. Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the Contract Documents. 1.2. Agreement —The written contractbetween OWNER and CONTRACTOR covering tthe Work to be performed-, other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. Application for Payment —The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4. Asbestos —Any material that contains more. than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 1.5. Bich —The offer or proposal of the bidder submitted on the prescribed form setting forth the. prices for the Work to be performed. 1.6. Bidding Documents —The advertisement or invitation to Bid, instructions to -bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Requirements --The advertisement or invitation to Bid, instructions to bidders, and the Bid form. 1.8. Bonds —Performance and Payment bonds and other instruments of security. 1.9. Change Order —A document recommended by ENGINEER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued.on or after the Effective Date of the Agreement. 1.10. Contract Documents —The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid. and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds. these 'General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the EJCDC GENERAL CONDITIONS 191M (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs 3.5, 3.6.1 and 3.6.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4,2.1 and 4.2.2 are not Contract Documents. 1.11. Contract Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). 1.12' Contract Times —The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (ii).to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. 1.13. CONTRACTOR —The person, fum. or corporation with whom OWNER has entered into the Agreement. 1.14. defective -An adjective which when modifying the word Work refers to Work that is unsatisfactory,. faulty or deficient in that it does not conform to the "Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract DocLunents, or has been damaged prior to ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by'OWNER'at Substantial Completion in accordance with paragraph 14.8 or 14.10). 1.15. Drawings —The drawings which show the scope, extent and character of the Work ,to be furnished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined: 1.16. Effective Date of the Agreement -The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 1.17. ENGINEER —The person, firm or corporation named as such in the Agreement. 1.18. ENGINEER's Consultant --A person, firm or corporation having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or consultant with respect to the Project and who is identified as such in" the Supplementary Conditions. 1.19. Field Order —A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not, involve a change in the Contract Price or the Contract Times. 1 1.20. General Requirements —Sections of Division 1 of the Specifications. 1.21. Hazardous Waste —The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended. from time to time. 1.22.a. Laws and Regulations, Laws or -Regulations —Any and all applicable laws, rules, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction 1.22.b. Legal Holidays --shall be those holidays observed by the City of Fort Collins. 1.23. Liens --Liens, .charges, security interests a encumbrances upon real property or personal property. 1.24. Milestone --A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25. Notice of AwardA written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder .with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to ProceedA written notice given by OWNER to CONTRACTOR_(with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. 1.27. OWiVER—The public body or authority, corporation, association, firm' or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided 1.28. Partial Utilization —Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion o f all the Work, 1.29. PCBs —Polychlorinated biphenyls. 1.30. Petroleum --Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene and oil mixed with other non -Hazardous Wastes and crude Oils. 1.31, Project —The total construction of. which the Work to be provided under the ContractDocuments may be the whole, or a part as. indicated elsewhere in the Contract Documents. 1.32.a. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of EJCDCOENERAL CONDITIONS 1910-8 (1990 E(ition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 1954 (42 USC Section 2011 et seq) as amended from time to time. 1.32.b. Regular Working Hour,,; —Regular working hours are defined as 7:00am to 6:00= unless otherwise specified in the General Requirements. 1.33. Resident Project Representative —The authorized representative of ENGINEER who may be assigned to the site or any part thereof. 1.34. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged 1.35. Shop Drawings —All dmwirigs, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36. Specifications —Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems,. standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor —An individual, fain or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion —The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER's 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 is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance, with paragraph 14.13. The terms "substantially complete" and ''substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 1.39. Supplementary Conditions —The part of the Contract Documents which amends or supplements these General Conditions. 1.40. Supplier —A manufacturer, fabricator, supplier, distributor, materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or.equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41. Underground Facilities —All pipelines, conduits, ducts,. cables, wires, manholes, vaults, tanks,. tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnishanyof the following services or 11 materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water: 1.42. Unit Price Work —Work to be paid for on the basis of unit prices. 1.43. Work --The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract, Documents. Work includes arid is the result of performing or ftnnishing'labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the Contract Documents: 1.44. Work Change Directive —A written 'directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the' Work is to be performed as provided in paragraph4.2 or 4.3.or to emergencies under paragraph 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as Provided, in paragraph 10.2. 1.45. Written Anlendwnt—A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and' normally dealing with the nonengmeering or nontechnical rather than strictly construction -related aspects'of the Contract Documents. ARTICLE 2—PRELEMINARY MATTERS Delivery ofBordsr 2.1. When CONTRACTOR delivers the executed Agreements to OWNER; CONTRACTOR shall also deliver to OWNER such Bonds as "CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies of Documents: 2.2. OWNER shall famish to CONTRACTOR up to ten copies (unless :otherwise "specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost `of reproduction. Commencement of Contract Times; Notice to Proceed• 2.3. The Contract Times will commence to run on the thirtieth day after the Effective Date ofthe Agreement, or, EJCDC GENERAL CONDITIONS 1910-8 (1990 E(itiat) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) if a Notice to Proceed is given, on the.day indicated in the Notice to Proceed. :A Notice to Proceed may be given at anytime within thirty days after the Effective Date of the Agreement 1 no evik# al the Gentmet TiFaes ng of the dinie� Date vi the a iff-e,.iiic , Starting the Work.- 2.4. CONTRACTOR shall start: to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at'the site .poor to the 'date on which the Contract Times commence to run Before Aarling•Constracdon: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify ''pertinent figures shown thereon and all applicable field meastirements. CONTRACTOR shall promptly report in writing to -ENGINEER any conflict, error, ambiguity or discrepancy which CONTRACTOR may discover and shall. obtain a written interpretation or clarification from ENGINEER before proceeding with any Work. affected thereby;.however, CONTRACTOR shall not, be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise 'specified in the General Requirements); CONTRACTOR shall submit to ENGINEER for review: 2:6.1. a preliminary "progress schedule indicating the times (numbers of days or•dates) for starting and completing the various stages of the Work,, including any Milestones specified in the Contract Documents; 2.62. a preliminary schedule of:Shop Drawing and Sample submittals 'which will list each required submittal and -the times for submitting, reviewing and processing such submittal; 2.6.2.1. In no case will a schedule be acceptable which allows less than 21 calendar days for each review by Engineer. 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating. the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during constriction Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 23. Before any Work at the site is started, CONTRACTOR and CAW shall ei eh deliver to the ether OWNEE with copies to each additional in -aired ENGINEER, 11 certificates of insurance (and other evidence of insurance reasenablgreques� requested by OWNER which CONTRACT spee6vely are is required to: purchase and maintain in accordance with paragraphs 5.4, ` . Preconstruction Conference: 2.8. Within twenty days after the Contract Times start to run, but before any Work at the site is started, a conference attended by CONTRACTOR, .ENGINEER and .others as appropriate will be held ,to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals processing Applications for Payment and maintaining required records. Initial(vAcceptable Schedules. 2.9.. Unless otherwise provided in the :Contract Documents before any work..atthe site begins a conference attended by CONTRACTOR, ENGINEER and others as apprepriaiz designated by .OWNER, will be held to review for acceptabilityy tb ENGINEER as provided below the schedules submitted in accordance with paragraph 2.6. and Division 1 - General Requirements. CONTRACTOR shall have an additional ten days to make corrections and adjustments and io.complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided. below. The progress schedule wiil be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract.Times, but such acceptance will neither impose on ENGINEER responsibility. for .the sequencing scheduling or .progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility iherefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing.a. workable arrangement for reviewing and processing the required submittals CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3-CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) describe a functionally complete Project (or part thereol) to be . constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and, interpretations of the Contract Documents shall be issued by ENGINEER as. provided in paragraph 9A 3.3. Reference to Standards and Specifications of Technical Societies; Reporting and Resolving Discrepancies: 3.3.1. Reference to. standards, specifications, manuals or codes of any.technical society, organization or .association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time.of opening of Bids (or, on the Effective Date of the Agreement if; there were no Bids), except as may be otherwise specifically stated in -the Contract Documents. 3.3.2. It; .during the performance of the Work, CONTRACTOR discovers, any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such. Law or .Regulation applicable to the performance of, the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) .until an amendment or suppplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3.6; provided, however, that CONTRACTOR shall not be, liable to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated, in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall_ take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1. the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or J 1 1 3.3.3.2. the provisions of any such. Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). No provision of any such standard, specification, manual, code or instruction;shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their subcontractors, consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to OWNER, ENGINEER or any of ENGINEER's Consultants, agents or employees.any duty or authority to supervise or direct the furnishing or performance of ther Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 or any other provision of the Contract Documents. 3.4. Whenever in the Contract Documents the terms "as ordered", "as. directed", "as required' ; "as allowed", "as approved" or terms;of like effect or, import are used, or the adjectives "reasonable", "suitable% "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement; direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate, in general, the completed Work for compliance with the requirements of and.information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be•effective to assign to ENGINEER any duty or authority to supervise or direct the famishing or performance of the Work or any duty or authority to undertake responsibility .contrary to the provisions of paragraph 9.13 or any other provision of the ContractDocuments. Amending and Supplementing Contract Documents.• 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.5.1. a formal Written Amendment, 3.5.2. a Change Order (pursuant to paragraph 10.4), or EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 3.5:3. a Work Change .Directive (pursuant to paragraph 10.1). 3.6. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.5), 3.62. ENGINEER's approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEER's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of Documents. 3.7. CONTRACTOR, and any Subcontractor or Supplier or other' person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or .copies of any thereof) prepared by or bearing the seal ofENGINEER or ENGINEER's Consultant,. and (ii).shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by'ENGINEER ARTICLE 4--AVAILABILITY OF LANDS; SUBSURFACE . AND 'PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon 'which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which' are designated for the use of CONTRACTOR OWNER shall 'identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will.be obtained and paid for by OWNER, unless otherwise provided 'in the Contract Documents. If CONTRACTOR and OWNER are unable to agree on entitlement to or.the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's famishing these lands, rights -of - way or easements, CONTRACTOR may make a claim therefor as provided in Articles l l and 12. CONTRACTOR shall provide.for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2. Subsurface and Physical Conditions: 4.2.1. Reports and Drawings: Reference is made to the Supplementary Conditions for identification of: 4.2; LL Subsurface Conditions: Those reports of explorations and tests of subsurface, conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2.1.2. Physical Conditions:: Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents, 4.2.2. Limited Reliance by CONTRACTOR Authorized, - Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical data"' contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary;Conditions. Except for such reliance on such "technical data", CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 4.2.2.1,. the :completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn -from any "technical data" or .any such data, interpretations, opinions or information. 4.23. Notice of Differing Subsurface or Physical Conditions: If CONTRACTOR believes that any subsurface or physical condition at, or contiguous to. the site that is uncovered or revealed either: 4.2.3.1_ . is of such a- nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided;in.paragraphs 4.2.1 and 4.2:2 is materially inaccurate, or 4.2:3.2. is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs materially from that shown or EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents-, then CONTRACTOR shall, promptly` immediately after becoming aware thereof and before further .disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.23), _notify OWNER and ENGINEER .in writing about . such condition. CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) untilreceiptof written- order to. do so. 4.2.4. ENGINEEP s Review: ENGINEER . will promptly review the pertinent conditions determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5.. Possible Contract Documents Change: If ENGINEER concludes that a change in the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3, a Work Change Directive or a Change Order will be issued as provided in Article 1.0 to reflect and .document the consequences of such change. 4.2.6. Possible, Price and Times Ad'ustments An equitable adjustment in the Contract. Price, or in the Contract Times, or both, will be allowed to the exient that the existence of such uncovered or revealed condition . causes, an increase or decrease in.CONTRACTOR's cost of, or time required.for performance of; the Work; subject, however, to the following: 4.2.6.1: ..such condition must meet anyone or more . of the categories described in paragraphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2.6.2. a change in the Contract Documents pursuant to paragraph 42.5 will not be an automatic authorization of nor a condition precedenttto entitlement to any such adjustment; 4.2.6.3. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs -9.10and 11.9;;and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if; 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the 11 submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give,the written notice within the time and as required by paragraph 4.2:3. If.OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times; a claim may be made therefor as provided in Articles 11 and 12. However, OWNER, ENGINEER and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. Physical Condidons=Underground Facilities. 4.3.1. Shown:orindicated. The information and data shown or indicated in .the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and 4.3:1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data;' (ii) locating all Underground Facilities shown or indicated in the Contract Documents;(iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.3.2: Not Shown or lh&cate& If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.23), identify the owner of such Underground Facility and EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4i2000) give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required. in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. During such time; CONTRACTOR shall be responsible for the safety and protection of such Underground Facilityas provided. in paragraph 6.20. CONTRACTOR shells be allowed an increase in the Contract Price or -an extension of the Contract Times, or both; t6the extent that -they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and ihai CONTRACTOR did not know of and could notreasonably have been. expected to be aware of or to have anticipated If OWNER and CONTRACTOR are unable to -agree on entitlement to or the amount or length of-any'such adjustment: in Contract Price or Contract Times, CONTRACTOR may make a claim therefor as provided in Articles 1 i and 12. However, OWNER, ENGINEER and ENGINEER's Consultants shall not.beliabl.e to CONTRACTOR for any claims, costs, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. Reference Points. 4.4. OWNER shall provide engineering surveys to 'establish reference points for construction which in ENGINEER's . judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work; shall protect -and preserve the established reference points and shall make no changes or relocations without the prior written appioval of OWNER CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations; and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. 4.5. Asbestos,' PCBs, Petroleum, Hazardous Waste or Radioactive Material. 4.5.1. OWNER shall be responsible for any Asbestos, PCBs,. Petroleum; Hazardous' Waste or Radioactive Material uncovered.or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractors,. Suppliers or anyone else for whom CONTRACTOR is responsible. ARTICLE 5--BONDS AND INSURANCE Performance, Payment and Other Bondy: 5.1. CONTRACTOR shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract, Documents. These Bonds shall remain in effect at least until one year after .the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise bylaws or Regulations and shall be executed by such sureties as are named in the current list of "Companies, Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff; Bureau of Government Financial Operations, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. 5.2. If the, surety on.. any Bond, famished by CONTRACTOR is declared a bankrupt or becomes insolvent or its right.to do business is terminated in any state where any part of the Project is located or, it.ceases to meet the requirements of paragraph 5.1, CONTRACTOR shallwithin ten days thereafter substitute another Bond and surety, both of which must be.acceptable to OWNER 5.3. Licensed Sureties and Insurers; Certificates of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.3.2. CONTRACTOR shall deliver to OWNER, With copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance .requested by OWNER or any other additional insured) which CONTRACTOR is required to.purchase and maintain in accordance with paragraph 5.4. nrrrnrc�a;;Il ,iAve_ . r nrrrvnrTnn :,tqqpies to a6h additi al inqHT*�.d Supplementary Ceaitiens,—sertilicstes „F . "ee r deimridsn to puEehase Wid maintain in awaFdanpe. with horaef EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) ' COATRACTOR'sLiability Insurance: 5.4. CONTRACTOR shall purchase and maintain such liability and other insurance asis appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or resuh from CONTRACTOR's performance and ' furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents; whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier; or by anyone directly or indirectly employed. by any of them to-pefform or furnish ' any of the Work; or by anyone for whose acts any of them may be liable: 5:4.1. claims under workers' compensation, disability ' benefits and other similar employee benefit acts; 5.4.2. claims for damages because of bodily injury, occupational sickness or disease; or death of CONTRACTOR's employees; 5.4.3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; ' odwr reasea%' 5.4.5. claims for damages, other than to the Work itself; because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and ' 5.4.6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall: ' 5.4.7. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9, include as additional insureds (subject to any customary' exclusion in' ':respect of professional liability); OWNER, ENGINEER, ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers and employees of all such additional insureds; 5.4.8. include the specific coverages and be written ' for not less'than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations; whichever is greater; 5A.9. include completed operations insurance; EJCDC GENERAL CONDITIONS t910-8 (1990 Edition) ' w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 5.4.10. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6,12, 6.16 and 6.31 through 6.33; 5.4.11. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to paragraph 5:3:2 will so provide); 5.4.12. remain in effect atleast until final payment and at all tunes thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12; and 5.4.13. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions to whom a certificateof insurance has been issued evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). - OWNER's Liability Insurance: 5.5. In addition to insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER, at OWNER's option, may purchase and maintain at OWNER's expense :OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance:. J 5.9. . OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others in the 1] s*k to the. extem.t of any dedi etihle amounts that ape 1... /'`llT7TD A!`TlID Subeem. m^etheF.. su fe, is t any sup.]; less nd if m.. of theeha . nce EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 10 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Project: Harmony / Shields Intersection Improvements Project Federal Aid Project No. AQC D9455-074 Addendum I Speelltem Estimated Description Numberuantitr• knit Unit Cost Item Cost 604-19310 Inlet Type R L 15 (10 Foot) 1 EA 604-30006 Manhole Slab Base (6 Foot) 2 EA 605-00004 4 Inch Non -Perforated Pipe Underdrain 176 LF 605-00040 4 Inch Perforated Pipe. Underdrain 775 LF 608-00006 Concrete Sidewalk (6 Inch) 1275 SY 608-00010 Concrete. Curb Ramp 158 SY 609-21010 Curb and Gutter Type 2 (Section I-B) 2154 LF 609-21020 Curb and Gutter Type 2 (Section II-B) 1910 LF 609-24010 Gutter Type 2 (10 Foot) 60 LF 610-00010 Median Cover Material (Decorative) 1231 SF r M r man M M M M M W= r M M r= M W A—S and the effieems, Receipt andApplicatiomoflnsuranee Proceeds. 5.12. Any insured loss under the policies of insurance required by paragraphs 5:6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agreement as the parties in interest may reach If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13.. OWNER as fiduciary shall have power to adjust and settle -arty loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to'OWNER's exercise of this power. If stich objection be made,' OWNER as fiduciary shall make settlement with the insurers in accordance with such agreemenCas the parties in interest may reach If no such agreement among the parties'in interest is reached, OWNER as fiduciary shall adjust, and settle the loss with the insurers ^^a :r _e _e;l ., •,g by any party in -as:.,te.ent 'l�1r17,TCD C..1,,.,:.,=,Cho Acceptance of Bonds and Insurance; Option to Replace: 5:14. If tw" n • (01AWED e_ GONTRACT OWNER has any objection to the coverage afforded by or other provisions of thetRandq er'insurance required to be purchased and maintained by the h CONTRACTOR in accordance with Article 5 on the basis of nonconformance with. the Contract Documents, the in'writing within ten fifteen days the -certificates f6r--Wier- evidenee as required by paragraph 2.7. plrsvided as. -the egw may Feasenabbc request. if eill pwty shell t:a: the ethe. . 6-d eeveFage. With".— to other right LFemedy, the whe� oarly M ,!Z_Gt••biu nivrcc Partial Utilization Propertylnsurance: 5:15. If OWNER funds it necessary to 'occupy or use a portion or portions of the Work prior -to Substantial EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Completion of all the Work; such use or occupancy may be accomplished in accordance with paragraph 14.10; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIFS Supervision and Superintendence: 6.1. CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and ,procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly. required by the• Contract Documents. CONTRACTOR 'shall be responsible to see that the completed Work�ccmplies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR All communications to the superintendent shall be as binding as if given to CONTRACTOR Labor, Materials -and. Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and construct the Work as required 'by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and CONTRACTOR will not permit overture work or the performance of Work on Saturday, Simday'or any legal holiday without OWNER's written consent given after prior `written notice to ENGINEER. CONTRACTOR shall submit requests to the ENGINEER no less than 48 hours in advance of any Work to be performed on Saturday, Sunday, Holidays or outside the Regular Working Hours. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing start-up and completion of the Work. 6.4.1. Purchasing. Restrictions: CONTRACTOR must comply with the City's purchasing restrictions. A cony of the resolutions are available for review in the offices of the Purchasing .and Risk Management Division or the City Clerk's office. 6.4.2. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing ..cement to certify that the cement was not made in cement kilns that bum hazardous waste as fuel. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the,applicable Supplier, except as otherwise provided in the Contract Documents. Progress Schedule: 6.6. CONTRACTOR shall adhere to the progress schedule established iri accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) proposed adjustments in the progress schedule that will not change the Contract Times (or Milestones). Such adjustments will conform generally to the progress, schedule then,in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the progress schedule that .will change the _Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. 6.7. Substitutes and "Or-Equal"Items: 6.7.1. Whenever an, item of material or equipment is specified or described in the Contract Documents by using,the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description EJCDC GENERAL CONDITIONS 1910-5 (1990 Edition) 12 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) contains or is followed by words reading that no like, equivalent or "or -equal" item or no substitution is permitted, other items of material or .equipment or material or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances: 6.7.1-1,. 'Or -Equal", ,If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item„ in which case review and approval of the proposed item may, in ENGINEEWs sole discretion, be accomplished withoutcompliance with some or all of. the requirements for acceptance of proposed substitute items. 6.7.1.2. Substitute Items:. If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7.1.1, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of -material or 'equipment proposed is essentially equivalent to .that named and an acceptable substitute therefor. The procedure. for review by the. ENGINEER will include. the following as supplemented in the General. Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment.will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to fiirnish or use a- substitute item of material or equipment, .CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perforni,adequately,the functions�arid achieve the results called for by the general design; be similar in substanceto that specified and be .suited to the same use as that. specified The application will state the. extent if any; to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion, on time, whether,or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with. OWNER for work on the Project) to adapt the design, to the proposed substitute and whether or not incorporation or use of the substitute in, connection with the, Work is subject to paymentof any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and ,replacement service will be indicated The application will also contain an itemized estimate .of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be CONTRACTOR shall perform not less than 20 considered by ENGINEER in evaluating the percent of the Work with its own forces (that is, proposed substitute. ENGINEER may require without subcontracting). The 20 percent requirement CONTRACTOR to furnish additional data about shall be understood to refer to`the Work the value of the proposed substitute. which totals not less than 20 percent of the Contract Price. 6.7.1.3. COA R4CTOR's Expense: All data to be provided by CONTRACTOR in support of any 6.8.2. if the e...,: lemeitai., Genditio , giddina proposed "or -equal" or substitute item will be at Documents require the identity of certain CONTRACTOR's expense. Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the 6.7.2. Substitute Construction Methods or principal items of materials or equipment) .to be ' Procedures: If a specific means, method, technique, submitted to OWNER sequence or procedure of construction is shown or date prior to the Effective- .Date of the Agreement for indicated in and expressly required by the Contract acceptance by OWNER and ENGINEER, —an" Documents, CONTRACTOR may furnish or utilize a GG?4RAGTOR has submitted . i thereof ' ' substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER: OWNER's or ENGINEER's acceptance (either in CONTRACTOR shall submit sufficient information to writing or by failing to make written objection thereto allow ENGINEER in ENGINEER's sole discretion, to by"the date indicated for acceptanceor objection in -the determine that the substitute proposed is equivalent to the bidding documents or Contract Documents) of that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be ' similar to that provided in subparagraph 6.7. L2.of rAR, 1..,1,::.1. 6.7.3: Engineer's Evaluation: ENGINEER will be o c i '' m' � - the Gemraei *�-- vAll b allowed a reasonable time within which to evaluate "" " i each proposal or submittal made pursuant to ' silhsimiien and ^� •� r1 a - YY Y b ' paragraphs,6.7.1.2 and 6.7.2: ENGINEER will be the will sole judge of acceptability. No "or -equal" or constitute a condition of the Contract requiring the substitute will be ordered, installed or utilized without use of the named subcontractors, suppliers or other ENGINEER's'prior written acceptance which will be persons or organization on the Work unless prior 'from evidenced by either a Change Order or an approved written approval is obtained OWNER and ' Shop Drawing. OWNER may require ENGINEER No acceptance by OWNER or CONTRACTOR to furnish at CONTRACTOR's ENGINEER of any such Subcontractor, Supplier or expense a special performance guarantee or other other person or organization shall constitute a waiver surety with respect to any "or -equal" or substitute. of any right of OWNER or ENGINEER to reject ENGINEER will record time required by defective Work - ' ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by 6_9. CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in making changes in the Contract 6.9.1. CONTRACTOR shall be fully responsible to Documents (or in the provisions of any other direct OWNER and ENGINEER for all acts and omissions 1 contract with OWNER for work on the Project) ' of the Subcontractors, Suppliers and 'other persons occasioned thereby. Whether or not ENGINEER and organizations performing or furnishing any of the Accepts a substitute item so proposed or submitted by Work . under a direct or indirect contract with CONTRACTOR CONTRACTOR shall reimburse CONTRACTOR just as CONTRACTOR is OWNER for the charges of ENGINEER and responsible for CONTRACTOR's own acts and ENGINEER's Consultants for evaluating each such omissions. Nothing in the ContractDocuments shall proposed substitute item. create for the benefit of any such Subcontractor, Supplier or other person or 'organization any 6.8. Concerning Subcontractors, Suppliers and contractual relationship between OWNER or Others: ENGINEER and any such Subcontractor, Supplier or ' other person or organization, nor shall it create any CONTRACTOR shall not employ any obligation on the part of OWNER or ENGINEER to Subcontractor, Sontractor, Supplier or other person or organization pay onto see to the payment of any moneys due any (including those acceptable to OWNER and such Subcontractor, Supplier or other person or ENGINEER as indicated in paragraph 6.8:2), whether organization except as may otherwise be required by ' initially or as a substitute, against whom OWNER or Laws and Regulations. OWNER or ENGINEER may ENGINEER may have reasonable objection. f irmsh to any subcontractor, supplier or other person CONTRACTOR shall not be required to employ any or organization evidence of amounts paid to Subcontractor, Supplier or other person or organization CONTRACTOR in accordance with to furnish or perform any of the Work against whom CONTRACTOR'S "Applications for Payment". ' CONTRACTOR has reasonable objection. EJCDCOENERAL CONDITIONS 1910-8 (1990Edition) 13 ' w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with the ENGINEER through CONTRACTOR 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall,not control CONTRACTOR in . dividing .the Work among Subcontractors or Suppliers or delineating. the Work to be performed by any specific trade. 6.11. All Work performed for. CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or. Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. nnT.rmvnrTno..��a eter ,„ c,,....ra....at :ai:es all .rights. against QWW R; EC�I`IRAGTQR, ilting from any of the pefils eevered by the Wed- Tf'tl,e stich pelieiFequ; Patent Fees and Royakies. 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design; process, product or device which is the subject of patent or copyrights held by others. If a particular invention; design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER. or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others,the existence of such rights shall be disclosed by OWNER in -the Contract Documents. To the fullest extent _ permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents. EJCDC GENERAL CONDITIONS 19103 (1990 Edition) 14 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) Permits: 6.13. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtaih and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay.all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.14. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations, applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTORS compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom, however, it shall not be CONTRACTOR'& primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall. not relieve CONTRACTOR of CONTRACTORs obligations under paragraph 3.3.2. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the project which are applicable during the performance of the Work. 6.15.1. OWNER is exempt from Colorado State and local sales and .use taxes on materials to be permanently incorporated into the project.- Said taxes shall not be included in the Contract. Price. Address: Colorado Department of Revenue State Capital Annex L I 7 1375 Sherman Street Denver, Colorado, 80261 Sales and Use Taxes for the State of Colorado Regional Transportation District (RTD) and certain Colorado counties are collected by. the State of Colorado and are included 'in the Certification of Exemption. All applicable Sales and Use Taxes (including State collected taxes), on any items other than construction And building materials physically incorporated into the project are to be paid by CONTRACTOR and are to be included in appropriate bid items. Use ofpremises: 6.16. CONTRACTOR shall confine construction equipment, the storage ofmatenals.and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume, full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim.by arbitration or other dispute resolution proceeding br at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant and anyone directly or indirectly employed by any of "them from and against all claims, costs, losses and damages arising out of or resulting 'from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER or any other party indemnified Hereunder to the extent caused by or based upon'CONTRACTOR's perfonnance,of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from .accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the'Wcrk CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery" and surplus materials. .CONTRACTOR shall leave the site clean and ready" for occupancy by OWNER At Substantial Completion of the Work. CONTRACTOR shall restore to original -condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load`nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of ,the Work or adjacent property to stresses or pressures that will endanger it. Record Documents: EicDC GENERAL CONDITIONS 1910-8 (1990 Ed tion) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during construction These record documents together' with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, and prior to release of final'pavment, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising All safety precautions and programs in connection with the Work. 'CONTRACTOR shall take all necessary precautions for the'safety of; and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all persons on the Work site or who may be affected by the Work; 6.20:2. all the Work and,rnaterials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to "protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecutioa.'of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement "of their property. Alldamage; injury or loss to any property referred to in paragraphs 6.20.2 or 6.203 caused, directly or indirectly; in whole or in part, by CONTRACTOR, any Subcontractor, :Supplier or any other -person or .organization directly or indirectly employed by airy of them to perform or furnish any of the Work or anyone -for whose acts any of them may be liable, shall be remedied bq"CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or -ENGINEER or ENGINEER's Consultant or anyone employed by any of them or, anyone for whose acts any.of them may be liable, and not attributable, directly'or.indirectly, in.whole or in part to the fault or negligence of CONTRACTOR or any Subcontractor; Supplier or other person 'or organization directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities forthe safety and protection of the Work shall continue until such time as all,the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly .provided in connection with Substantial Completion). 6.21. Safety Representative: CONTRACTOR shall designate a qualified and experienced safety representative at the site. whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange, of material safety data sheets or other hazard communication information required to be made available, to or exchanged between or among employers at the site in accordance with Laws or Regulations. Emergencies: 6.23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without, special instruction or authorization from OWNER or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action.taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action 6.24. Sltop Drawings and Samples: 6:24.1. CONTRACTOR shall submit Shop Drawings to.ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINF..II2 may require and in the number of copies, specified in the General Requirements. The data shown on the Shop Drawings will . be complete with respect.., to. quantities, dimensions, specified performance and design. criteria, materials and similar data to show ENGINEER the materials and equipment CONTRACTOR proposes to provide and 'to enable ENGINEER to review the information for the limited purposes ,required by paragraph 6.26. 6.24.2. CONTRACTOR shall also submit Samples to ENGINEER ,for review and approval in accordance with said accepted schedule of Shop. Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers_ and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 16 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) purposes required by paragraph:6.26. The numbers of each Sample to be submitted will be as specified in the Specifications. . 6.25. Submittal Procedures. 6.25.1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities, dimensions, specifiedperformance criteria, installation requirements, materials, catalog numbers and similar, information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipping, .handling, storage, assembly and installation pertaining to the performance of the Work,. and 6.25.1.3. all information relative to CONTRACTOR's sole, responsibilities in respect of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident. thereto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with.other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under . the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 6.25.3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have. from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted. to ENGINEER for review and approval ofeach such variation. 6.26. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by ENGINEER as required ,by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information .given in the Contract Documents and be compatible with .the design concept of the., completed Project as a functioning whole as indicated by the Contract ocuments. ENGINEER's review and approval will not extend to means, methods, _.techniques, sequences or procedures of construction (except where a particular means, method, technique, sequence or procedure of r� construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals: 6.27. ENGIIVEER's review and approval of Shop Drawings or. Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of submission as . required by paragraph 6.25.3 and ENGINEER has given written approval of each such. variation by a speck written notation thereof incorporated in or accompanying the Shop Drawing or- Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements,of paragraph 6.25.1. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample `submissions accepted by ENGINEER as required by paragraph 2:9, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will.be at the sole expense -and responsibility of CONTRACTOR Continuing the Work: 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of 'any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 630. CONTRACTOR's General. Warranty and Guarantee: 6.30.1. CONTRACTOR warrants and guarantees to OWNER; ENGINEER and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not ' be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage• caused by: 6.30.1.1.. abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors'or'Suppliers; or 6.30.1.2. normal 'wear and tear under normal usage. 6.30.2: CONTRACTOWs obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute: None of the following will constitute an acceptance of Work that is not in EJCDC GENERAL CONDITIONS 1910.8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) accordance with the Contract Documents or -a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER; 6:30.2:2. recommendation of any progress or firial payment by ENGINEER; 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Documents, 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6:30.2.5. any acceptance by OWNER or .any failure to do so; 6.30.2.6: any review and approval of a Shop Drawing or` Sample submittal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by OWNER Indemnification: 6.31. To the fullest extent"permitted by Laws and Regulations; CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers;'directoM employees; agents and other consultants of each and any of them front and against all. claims; costs, 'losses and damages (including, but not limited to, all fees and charges of engineers, architects, attorneys and other professionals.and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claiiii; cost, loss or damage: (i) is attributable to bodily injury; sickness, disease or death, br to injury to or destruction of tangible property (other than the Work itself); including the loss of use resulting therefrom, and (u) is caused in whole or in part by any negligent'actor omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or. f finish any of the Work or anyone for whose acts any of them may be liable, regardless of whether of not caused in part by any negligence or omission of a person or entity indemnified. hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence- :of,any such person or entity. 6.32 In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR; any Subcontractor, any Supplier, any person or organization directly or indirectly employed by 17 any of them to perform or furnish any of the Work or anyone for whose ,acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph6.31 shall not extend to the liability. of ENGINEER and ENGINEER's Consultants, officers, directors, employees or agents caused by the professional negligence, errors or omissions of any of them. Survival of Obligations: 6.34. All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and termination or.completion of the Agreement. ARTICLE 7—OTBER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNERSs own forces, or let other direct contracts therefor which shall contain General Conditions similar to these -or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (i) written notice thereof will be given to -CONTRACTOR prior- to starting any such other work and (4) CONTRACTOR, may make a claim therefor as provided in Articles I land 12 if CONTRACTOR believes that such performance will involve additional expense to equ CONTRACTOR or rires additional time.and the parties are unable to agree as to the amount or extent thereof. 7.2. CONTRACTOR shall afford each other contractor who is a party .to such a direct contract and each utility owner. (and OWNER, if OWNER is performing the additional work with.OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and, shall properly connect and coordinate the Work with theirs. Unless: otherwise provided in the Contract' Documents, CONTRACTOR shall do all cutting, fitting and patching ,of the Work that may be required to make its several parts come together properly and integrate with such other, work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise .altering their work and will only cut or alter their work with' the written consent of ENGINEER and the others whose work will be affected. The,duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent. that there are comparable EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) is w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the .proper execution or results of any part of CONTRACTOR'S Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and . promptly report to ENGINEER in writing any delays, defects or deficiencies in such other workthat render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR'S failure so .to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. Coordination: 7.4. If OWNER.. contracts with others for the performance of other work.on the Project at the site, the following will be set forth in Supplem entary Conditions: 7.4.1. the person, firm. or corporation who will have authority and responsibility for coordination of the activities. among the various prime contractors will be identified; 7A.2. the specific matters to be covered by such authorityand responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in. the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination ,ARTICLE 8--OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8.2. In case of termination of the employment of ENGINEER OWNER shall appoint an engineer against whose status under the 'Coniract Documents shall be that of the former ENGINEER 8.3. OWNER shall famish the data required of OWNER under the Contract Documents promptly and shall make. payments, to CONTRACTOR promptly when they are;due as provided, in paragraphs 14.4 and 14.13. 8.4. OWNER'S duties in. respect of providing lands and. easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER'S identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the, site and drawings of physical conditions in existing 11 ri I� 1 �l J structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNERs responsibility in respect of certain inspections, tests: and approvals is set forth in paragraph 13.4. 8:8. In connection with OWNER's.right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. 8.9. The OWNER shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform or famish the'Work in accordance with the Contract Documents. ARTICLE 9—ENGINEER'S STATUS DURING CONSTRUCTION 0WNER's Representative: 9.1. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER Visits to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGINEER deems necessary in' order to observe as an experienced and qualified designprofessional the progress EJCDC GENERAL CONDITIONS 1910-8 (1990 Edtion) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) that has been made and the quality of the various aspects of CONTRACTOR's executed Work. Based on information obtained during such visits and observations, ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required tol make exhaustive or continuous on - site inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on - site observations, ENGINEER will keep. OWNER informed of the progress of the Work.and will endeavor to guard OWNER against defective Work. ENGINEERS visits and on -site observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEERSs on -site Visits "or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident:thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. Project Representative: 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGINEER in providing more continuous observation of the Work The responsibilities" and authority and limitations thereon of any " such Resident Project Representative and assistants will be as provided in paragraphs9.3 and '9.13 and iii the e.,, le,,,a,,ta condiEieAs of these General Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided:in paragraph 9.3' of these General Conditions If the ENGINEER fumishes a Resident Project Representative MR) or other assistants or if the OWNER designates a Representative or agent, all as provided in paragraph-9.3 of the General Conditions these Representatives shall have the authority and limitations as provided in paragraph 913 of the General Conditions and shall be subject to the followirie' 9.3.1. The Representative's dealings in matters pertaining to the on -site work will in general be with the ENGINEER and CONTRACTOR But. the Representative will keep the OWNER properly advised about such matters. The Representative's dealings with subcontractors will only be through or with the full knowledge and approval of the CONTRACTOR. 9 3 2 Duties and Responsibilities Representative will: 9.3.2.1. Schedules - Review the progress IN schedule and other schedules prepared by the CONTRACTOR and consult with the ENGINEERconcerning acceptability. 9.3.2.2. Conferences and Meeting - Attend meeting with the CONTRACTOR such as preconstruction conferences, progress meetings and other lob conferences and prepare and circulate copies of minutes of meetings. 9.3.23. Liaison 9:3.2.3.1. Serve as ENGINEER'S liaison with .CONTRACTOR, working principally through CONTRACTOR'S superintendent to assist the CONTRACTOR ui understanding the Contract Documents. 9.3.2.3.2. Assist in obtaining from OWNER additional details -or :information- when required, for proper execution of the Work. 9.3.2.3.3. Advise the ENGINEER and CONTRACTOR of the commencement of any Work requirmg a. Shop 'Drawing or sample submission if the submission has not been approved by the ENGINEER 9.3.2.4.Review of Work, Rejection of Defective Work, Inspections and Tests - 9.3.2.4.1. Conduct on -site observations of the Work in progress to assist the ENGINEER in determining that the Work is proceeding in accordance with. the Contract Documents. 9.3.2.4.3. Accompany visiting ..inspectors representing public or other: agencies having jurisdiction over the Project, record the results of these .inspections and report to the ENGINEER. 9.3.2.5. Interpretation of Contract Documents. Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarification and interpretation of the Contract Documents as issued by the II �[i31�1�19t.7 9.3.2.6. Modifications. Consider and evaluate CONTRACTOR'S . suggestions for EICDC GENERAL CONDITIONS 1910-3 (1990 E(fition) 20 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) modification in Drawings or Specifications and report these recommendations to ENGINEER. Accurately transmit to CONTRACTOR decisions issued by the ENGINEER 9.3.2.7. Records. interpretations of the Contract Documents, progress :reports and other project docum ents. 9.3.2.7.2. Keep a diary, daily report form, or log book, recording hours on the iob site, weather conditions, data relative to questions of work directive changes, Chance Orders, or changed conditions, list of job site visitors, daily,activities, decisions, observations in general and specific observations in more detail as in the case of observing test procedures; send copies to the ENGINEER 9.3.2.7.3. Record names, addresses and telephone numbers of all CONTRACTORS, subcontractors and major suppliers of equipment and materials. 9.3.2.8. Reports. 9.3.2.8.1. Furnish ENGINEER periodic reports, as required of the progress of the Work and of the CONTRACTOR'S compliance with the progress schedule and schedule of shop Drawing and sample submittals 9.3.2.8.2. Consult with ENGINEER in advance of scheduling major tests, inspections or start of important phases of the Work. 9.3.2.8.3. Draft proposed Change Orders and Work Directive Changes, obtaining backup material from the CONTRACTOR and recommend to ENGINEER Change Orders. Work Directive Chanties and field orders 9.3.2.8.4. Report immediately to ENGINEER and OWNER the occurrence of any accident. 9.3.2.9. Payment Requests. Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendation to M r M M ,M m m m m m r M r M M M m m M Project: Harmony / Shields Intersection Improvements Project Federal Aid Project No. AQC \'14-5-074 Addendum I Spec/Uem Description Estimated Nunttxr knit knit Cost Item Cost uand[t' 613-00200 2 Inch Electrical Conduit 300 LF 61-3-00400 4 Inch Electrical Conduit 300 LF 613-07010 Pull Box (Surface Mounted) FA 620-00020 Sanitary Facility 2 EA 626-00000 Mobilization I LS 700-70010 F/A Minor Contract Revisions I F/A $ 77.175.00 S 77.175.00 700-70012 F/A Asphalt Pavement Incentive I FIA $ 1.200.00 S 1.200.00 700-70013 F/A Concrete Pavement Incentive I F/A $ 2.50O.00 S 2.500.00 700-70016 F/A Fuel Cost Adjustment I PA $ 7,800.00 S 7,800.00 700-700I9 F/A Asphalt Cement Cost Adjustment I F/A $ 28,710.00 S 28.710.00 700-70021 F/A On the Job Trainee. 320 1-IR $ 1.88 S 600.00 700-70022 F/A OJT Colorado Training Progratn i F/A R 5'75 r)(1 c c,c rv) 1 ENGINEER, noting particularly the relationship of requirements of the Contract Documents (in the form of the payment requested to the schedule of values, work completed and materials and equipment Drawings or otherwise) as ENGINEER may determine necessary, which shall be, consistent with the intent of and delivered at. the site but not incorporated in the reasonably inferable from the Contract Documents. Such Work. written clarifications and interpretations will be binding on OWNER and CONTRACTOR If OWNER or ' 9.3:2.10. Completion. CONTRACTOR believes that a written. clarification or interpretation justifies an adjustment in the Contract Price 9.3.2.10.1. Before ENGINEER issues a or the Contract -Times and the parties are unable to agree Certificate of Substantial Completion, submit to the amount or extent thereof if any, OWNER or to CONTRACTOR a list of observed items CONTRACTOR may make a written claim therefor as requiring correction or completion provided in Article I 1 or Article 12. 9.3.2.10.2. Conduct final inspection in the Authorized Variations in Work: company of the ENGINEER OWNER and CONTRACTOR and rgpare a. final list of 9.5. ENGINEER may authorize minor variations in items to be corrected or completed. the Work from the requirements of the Contract Documents which do not "involve an adjustment in the 9.3.2:10.3. Observe that all items on the Contract Price or the Contract Times and are compatible final list have been corrected or completed and with the design concept of the completed Project as a make recommendations to ENGINEER functioning whole as indicated by the Contract concerning acceptance. Documents. These maybe accomplished by a Field Order and will be binding on OWNER and also on 9.3.3. Limitation of Authority: The Representative shall CONTRACTOR who shall perform the Work involved not: promptly. If OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Price or 9.3.3.1. Authorize any deviations from the the Contract Times and the parties are unable to agree as Contract Documents or accept any substitute to the amount or extent thereof,-- OWNER or materials or equipment, unless authorized by the CONTRACTOR may make a written claim therefor as ENGINEER provided in Article I I or 12. 9.3.3.2. Exceed limitations of ENGINEER'S Rejecting Defective Work. authority as set forth in the Contract Documents. 9.3:3:3. Undertake any of the responsibilities 9.6. ENGINEER will have authority to. disapprove or of the CONTRACTOR Subcontractors, or reject Work which ENGINEER believes to be defective, CONTRACTOR'S superintendent: or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that 9.3.3.4. Advise on or issue directions relative will prejudice.the integrity of the design concept of the ' to, or assume control over any aspect of the completed Project as a functioning whole as indicated by means, methods, techniques, sequences or the Contract Documents. ENGINEER will also have procedures for construction unless such. is authority to require special inspection or testing of the specifically called for in the Contract Documents. Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed 9.3.3.5. Advise on or issue directions regarding or assume control over safety Shop Drawings, Change Orders and Payments: precautions and programs in connections with the Work. 9.7. In connection with ENGINEER's authority as to Shop Drawings and`Samples, see paragraphs 6.24 through 9.3:3.6. Accept. Shop Drawings or same 6.28 inclusive. submittals from anyone other than the CONTRACTOR 9:8. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. 9.3.3.7. Authorize OWNER to occupy the Work in whole or in part. 9:9: In connection with ENGINEER's authority as to Applications for Payment, see Article 14. 9.3.3.8. Participate in specialized field or laboratory tests or inspections conducted by others Determinations for Unit Prices. - except as specifically authorized by the ENGINEER. 9:10. ENGINEFR will determine the actual quantities and classifications of Unit Price Work performed by Clarifications and Interpretations: CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary ' 9.4. ENGINEER will issue with.reasonable promptness such written clarifications or interpretations of the determinations on such matters before rendering a written decision thereon (by recommendation of an Application EJCDC GENERAL CONDITIONS 1910-8 (1990 E(fition) 21 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) for Payment or otherwise). ENGINEER'S written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of anysuch decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from, ENGINEER'S decision and: (i) an appeal from ENGINEER's decision is taken within the tun e limits and in accordance with the procedures set forth in Exhibit GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agreed in writing by OWNER and CONTRACTOR Such appeal will not be subject to the procedures of paragraph 9.11. Decisions on Disputes.- 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles I 1 and 12. in respect of changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in -no. event later than thirty days) after the start of the occurrence or event giving rise. thereto, and written supporting data will be submitted to ENGINEER and the. other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render a,fonnal decision,in writing within thirty days after receipt of the opposing parry's submittal, if any, in accordance with this paragraph: ENGINEER's written decision.on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in EXMIT GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (it) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGINEER's written decision is delivered by. OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the, date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such EICDC GENERAL CONDITIONS 19103 (1990 Edition) 22 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) decision, unless otherwise agreed in writing by OWNER and CONTRACT OR 9.12. When functioning as interpreter and judge under paragraphs 9. 10 and 9.11, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The.renderi% of a decision by. ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15) will be a condition precedent to any exercise by.OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter ptusu nt t Artiele46. 9.13. Limitations on ENGINEER's Authority and Responsibilities. 9.13.1. Neither ENGINEEWs authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to.exercise or not exercise such authority or responsibility or the undertaking exercise or performance, of any authority or responsibility, by ENGINEER shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any. other person or organization,.or to any surety for or employee or agent of any of them. 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR'S failure to perform or furnish the Work in accordance with the Contract Documents. 9.133. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance.and operating instructions, schedules, guarantees, Bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.13.5. The limitations upon authority and 11 1 I responsibility set forth in this paragraph 9.13 shall also apply to ENGINEER's Consultants, Resident Project Representative and assistants. ARTICLE 10—CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may; at any time or from time to time, order additions, deletions or revisions in the Work. Such additions; deletions or "revisions will be authorized by a Written Amendment, a. Change • Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which Arill be performed under the applicable conditions of tlie' Contract Documents (except as otherwise specifically provided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of.the Contract Times that shouldbe allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article it or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5'and 3.6, except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (ii) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or (iii) agreed to by the parties; 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11, provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall - carry on the Work and adhere to the progress schedule as provided in paragraph 6.29: 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents EJCDC GENERAL CONDITIONS I910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOWs responsibility, and the amount of each applicabie.Bond will be adjusted accordingly. ARTICLE 11—CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on written notice delivered by.'the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence of event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's, written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices cordained in the Contract Documents, by application of such unit priom.to the quantities of the items involved (subject to the provisions of 23 paragraphs 11.9.1 through 11.9.3, inclusive); 11.3.2. where the Work involved is not covered by unit. prices, contained inthe Contract Documents, by a mutually agreed payment basis, including lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2); 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost _of the Work (determined as provided in paragraphs i1.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11:6). Cost of 0e Wgrk: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees .in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed full-time on the Work shall be apportioned on the basis of their time spent.on the Work. Payroll costs shall include;but belimited to; salaries and wages plus the cost of fringe benefits which. shall include social security .contributions, unemployment, excise and payroll taxes, workers' compensation, health and retif6me benefits, benases; _4ien and Mi6y pay applicable thereto. The expenses of performing Work after regular working,hours, on Saiurday_Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11A.2 Cost of all materials and equipment furnished and incorporated. in the Work, including costs of transportation and storage thereof, and Suppliers' field services required.in connection therewith All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds .with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds.and returns from sale of surplus materials .and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed or famished by Subcontractors. ' If required by OWNER, 24 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) CONTRACTOR shall obtain competitive, bids from Subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted. If any subcontract providesthat the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs l l.4, 11.5, 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 1.1.4.5. Supplemental costs including the following 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by,the workers, which are consumed in the performance of the Work; and cost less market value of such items used but not consumed which remain the property of CONTRACTOR 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof —all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11 AS4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone .directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the C 1 fl I L -1 performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9), provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. If however,any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereot; CONTRACTOR. shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities fuel and sanitary facilities at the site. 11.4.5:8. . Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11 A.5.9. Cost of premiums for additional Bonds and insurance required because of -changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5:1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing" and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4—all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 11.5.5. Costs due to the negligence of CONTRACTOR., any Subcontractor, or anyone directly or indirectly employed by any of them or for Whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 1114. 11.6. The CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee; or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Costofthe Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, the CONTRACTOR's fee shall be fifteen percent; 11.6.2.2. for costs incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be five percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of pent of a.e . _ . d he ne d Sub I, to be new sated in good faith with the OWNER but not to exceed five percent of the amount paid to the next lower tier Subcontractor. 11.6.2.4. no fee shall be payable on the basis of costs itemized under paragraphs I t.4.4, 11.4.5 and 11.5; 11.6.2.5.. the amount of credit to be allowed by CONTRACTOR to. OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and 11.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net, change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be 25 t determined pursuant to ,paragraphs l l.4 and 11.5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an item ized cost breakdown together with supporting data. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to OWNER and ENGINEER CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional'payment on account of any of the foregoing Will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR,on account of Work covered by allowances, and the Contract Price shall be correspondingly. adjusted. 11.9. Unit Price Work: 11.0.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price'Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3.OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article 11 if l 1.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such. item indicated in the Agreement; 26 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) and 11.9.3.2. there -is no corresponding adjustment with respect to any other item of Work; and 11.9.3.3. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or. decrease. 11.9.3.4. CONTRACTOR acknowled¢es that the OWNER has the right to add or delete items in the Bid or change quantities at OWNER'S sole discretion without affecting the Contract Price of any remaining item so long as the deletion or addition does not exceed twenty-five percent of the original total Contract Price. ARTICLE 12--CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a -Written Amendment. Any claim. for an adjustment of. the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows additional time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written -statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement: 12.3. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Nfrlestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in.an amount equal to time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility, owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics; abnormal weather conditions or acts of God. Delays attributable to and 1 1 within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones)in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall CONTRACTOR,OWNER be liable to any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or "agent of any oCthem, for damages arising out of or resulting from (i) delays caused by or within the control of the 'CONTRACTOR, or (ii) delays beyond the control of both parties including, but not limited to, fires, floods, epidemics, abnormal "weather conditions, acts of God of acts or neglect by utility owners or other contractors performmg.other work as contemplated by Article 7. ARTICLE 13--TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. Notice' of Defects: Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowledge will be given to CONTRACTOR All defective Work' may be rejected, corrected or accepted asprovided in this Article 13. Access to World: 13.2. OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictional interests will have. access to the Work at reasenable rotes for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such access 'and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as "applicable: Tests and Inipections: 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections; tests or approvals, and shall cooperate with inspection and testing personmel to facilitate required inspections or tests. 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to. perform all inspections, tests, or approvals required by the Contract Documents except: 13.4:1. for inspections; tests or approvals covered by paragraph 13.5below; 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 EJCDC GENERAL CONDITION 1910-8 (1990 E(fitiai) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) below shall be paid as provided in said paragraph 13.9; and 13.4.3. as otherwise specifically provided in the Contract Documents. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or partthereof) specifically to be inspected, tested or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspection, or approval. CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for OWNER's and ENGINEER'S acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for 'approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.6. Ifany Work°(or the work of others) that is to be inspected, tested or approved is 'covered by CONTRACTOR without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered "for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with 'reasonable promptness in response to such notice. Uncovering Work: 13.8: If any Work is covered contrary to the written request of ENGINEER.; it must, if requested by ENGINEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGINEER'S request, shall uncover, expose or otherwise make available for observation, inspection or. testing as ENGINEER may require, that portion of the Work in question, furnishing all necessarytabor, material and equipment If it is` found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by; arising out of or resulting from such uncovering exposure, observation, inspection and testing and of satisfactory replacement or reconstruction; (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an;appropriate decrease in the Contract Price, and if the parties are: unable to agree as to the amount thereof may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), "or both, directly attributable to such 27 uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 1 I and 12. 0W7VER.Alay Stop ,the.Work: 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled.workers or suitable materials or equipment, or fails to furnish or perform, the Work in such a way that the completed Work will. conform. to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated;.however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any: surety or other party. Correction or Removal of Defective Work• 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site . and replace it with Work that is not defective. CONTRACTOR shall. pay all claims; costs, losses and damages caused by or resulting..from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period: . 13.12.1 If within exa yea twoyears after the date of Substantial Completion or such longer period.of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the. Contract Documents, any. Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance.with OWNER's:written instructions: (i) correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it, with Work that is not defective, and (ii) sansfactorily corrector remove and replace any damage to other Work or,the work of others resulting therefrom. 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, OWNER may have the defective Work corrected or the rejected .Work. removed and replaced, and all claims; costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR 13.12.2, In special circumstances where a particular item of. equipment is, placed. in continuous. service before Substantial. Completion of all the Work, the correction period for that item may start to nun from an earlier date if -so provided. M' the Specifications or by Written Am endment 13.12.3. Where. defective Work (and damage to other EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 28 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of one yeaF two year after such correction or removal and replacement has been satisfactorily completed. Acceptance of Defective Work: 13.13. If instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs losses and damages attributable to OWNER's evaluation of and determination to accept.such defective Work (such costs to be.approved by ENG_ INEER as to reasonableness): If any such acceptance occurs prior to ENGINEER's recommendation of final payment,_a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract -Price, and; if the parties are unable to agree as to the amount thereof, OWNER,may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. 097NER May Correct Defective Work: 13.14., If CONTRACTOR fails within a reasonable time ,after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with .para.graph l3.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shallproceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTI AC&OR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER OWNER'S representatives, agents and employees,.OWNER's other contractors and ENGINEER and ENGINEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph All claims, costs, losses and damages incurred or sustained by OWNER in exercising such nghts and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents.with.respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided, in Article 11. Such claims, costs, losses and I I 1 1 I damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective .Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values 14.1. The schedule of:values established as provided in paragraph 2.9 will serve asthe basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. 'Progress payments on account of Unit Price Work will be based on.the number of units completed. Application for Progress Payment. 14.2. At least twentydays before the date established for each progress payment (but not more often than -once a month), CONTRACTOR shall submit to ENGINEER for review an. Application for Payment filled outand signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is.required by the:Contract Documents. . If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing,'the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. The amount'of retainage with respect to progress' payments will, be as stipulated in the Agreement. Any funds that are withheld by the .OWNER shall not subject to substitution by the -CONTRACTOR with securities or any arrangements involving an escrow or custodianship. By executing the -'application for payment form the CONTRACTOR.exoressly, waives his right to the benefits of Colorado Revised Statutes: Section 24-91-IOL et seq. CONTRACTOR's Warranty of Title: 14.3. 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 no later than the time of payment Gee and clear of all Liens. Review ofApplieations for Progress Payment: 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a EICDC GENERAL CONDITIONS 1910-8 (1990 E(ition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) recommendation of paymentand present the Application to OWNER, or:retum the Application to CONTRACTOR indicating in writing ENGTNEERs reasons for refusing to recommend payment., In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten, days after presentation of the Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to 'OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge; information and belief 14.5.1. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion; to the results of any subsequent tests called for in the Contract Documents; to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or _continuous on -site inspections have been made to check the quality, or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii)'that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR 14.6. ENGINEER's recommendation of 'any payment, including final payment, shall not mean that ENGINEER is responsible for CONTRACTOR's 'means, methods, techniques; sequences or procedures of -construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to 29 OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended; to such extent as may be .necessary, in ENGINEER's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order, 14.7.3. OWNER has been required to, correct defective Work or complete Work in.accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual ' knowledge. of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7;5. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work, 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and.discharge;of such Liens,. 14.7;7. there are other items entitling OWNER to a set- off against the amount.recommended, or 14.7;& OWNER- has. actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1 through 15.2.4 inclusive; but OWNER must give CONTRACTOR immediate written notice (with. a copy to ENGINEER) stating the reasons for such action and promptly pay :CONTRACTOR the amount so withheld, or any adjustment.thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR .corrects to OWNER's- satisfaction the reasons forsuch action ,Substantial Completion: 14.& When CONTRACTOR considers -the entire Work ready for its intended use CONTRACTOR shall notify OWNER. and ENGINEER in writing that the entire Work is substantially complete (exceptfor items ,specifically listed by CONTRACTOR, as incomplete) and request that ENGINEER issue a certificate of Substantial. Completion. Within a. reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make.an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 30 w/ CITY.OF FORT COLLINS MODIFICATIONS (REV 42000) considers the Work substantially complete, ENGINEER will, prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a. tentative list of items, to be completed or corrected before final"payment OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as` to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the.Work is, not, substantially complete; ENGINEER will within fourteen days after submission of t}ie tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a:. revised tentative list of items to be completed or.corrected) reflecting such changes from the tentative certificate as. ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR .with respect to security, operation; safety, maintenance, heat, utilities; insurance and warranties, and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaidrecommendation will be binding on OWNER and CONTRACTOR until final payment, 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR -reasonable access to complete or correct items onthe tentative list,. Partial Utilization 14.10. Use by .OWNER at OWNER's option of any substantially, completed part of the Work, which: (i) has specifically been,identified in the ;Contract Documents, or (ii) OWNER;, ENGINEER and ;CONTRACTOR agree constitutes a; separatelyfunctioning and usable part of the Work that can be used. ,by OWNER for its -intended purpose without significant ointerference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1.OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of -the Work which OWNER believes to be ready for its intended use .and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify w OWNER .and ENGINEER that such part of the Work is substantially. complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. m mom M r Mao, M MMMM M M W IM M M m ii 11 CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within reasonable time after either such request; OWNER CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14:8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy:or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property. insurance. Final Inspection: 14.11. Upon written'notice from CONTRACTOR that the entire' Work or an agreed portion thereof is complete, ENGINEER will make a final inspection with OWNER and 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 complete.such work or remedy such deficiencies. Final Application for Payment 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph 5:4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRACTOR may make application for final, payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i)all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by' subparagraph 5.4.13, (ii) consent of the surety, if any, to final payment, and (iii) 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 of such releases or waivers of Liens and as approved by OWNER, CONTRACTOR may famish receipts or releases in full and affidavit of CONTRACTOR that: (i) the releases and receipts include'all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in -any way be responsible have been paid or otherwise satisfied If any Subcontractor or Supplier fails EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) to furnish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien Releases or waivers of liens and the consent of the surety to finalize payment are to be submitted on forms conforming to the format of the OWNER'S standard forms bound in the Project manual. Final Payment andAcceplanee. 14.13. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final .Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for payment. At the same time. ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will -return the . Application to CONTRACTOR; indicating in writing the reasons for refusing torecommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance and with ENGMER's recommendation and notice of acceptability; the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR subject to paragraph 17.6.2 of these General Conditions. 14.14. Ii; through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without- terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph '5.1,the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of Claims.- 14.15. The making and acceptance of final payment will constitute: 14.15. La waiver of all claims by OWNER against CONTRACTOR except claims arising from unsettled Liens, from defective Work appearing after 31 11 final inspection pursuant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.15.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still. unsettled. ARTICLE 15--SUSPENSION OF WORD AND TERMINATION OWNER May Suspend Work: 15.1. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER.which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work,on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract. Times, or both, directly attributable to any such, suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. OWNER May Terminate: 15. 2: Upon the occurrence of any one .or more of the following events: 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to .adhere to the progress schedule 'established under paragraph 2.9 as adjusted from time to time pursuantto paragraph 6.6), 15.2.2. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 1.5.2.3. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, OWNER may, after giving CONTRACTOR (and the surety, if any) seven days' written notice and to. the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR,.exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without. liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid EJCDC GENERAL CONDITIONS 1910.8 (1990 Edition) 32 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) CONTRACTOR but which are stored. elsewhere, and finish the Work as OWNER may deem expedient In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR If such claims, costs, losses and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses and damages incurred by OWNER will be reviewed by ENGINEER as to, their reasonableness and when so approved by ENGINEER incorporated in a Change Order, provided that when exercising any rights or remedies under -this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or .payment of moneys due CONTRACTOR by OWNER .will not release CONTRACTOR from liability. 15.4. Upon seven days' written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and,acceptable Work executed in accordance with the Contract Documents' prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work, 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted.Work, plus fair and reasonable sums for overhead and profiton such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid,on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CONTRACTOR May Stop Work or Terminate: 15.5., If; through no actor fault of;CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any P, I I sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16—DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC -A, "Dispute Resolution Agreement", to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 9.10, 9.11 and 9.12, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17—NIMELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm, or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.2. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. . EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice. of Claims: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act.of the other party. -or, of any of the other party's employees or agents or others for whose acts the other party is legally liable,, claim will be made in writing to the other ppaarty'tgithin a. reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3'shall not be construed as a substitute for or a waiver:of the provisions of any applicable statute of limitaticns:or repose.Cumula6e Remedies.* 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be consented in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Professional Fees and Court Costs Included• 17.5. Whenever reference is made to "claims, costs, losses and damages", it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. 17.6. The laws of the State of Colorado apply to this Agreement Reference to two pertinent Colorado statutes are as follows 17.6.1. Colorado Revised Statutes (CRS 8-17-101) require that Colorado labor be employed to perform the Work to the extent of not less than 80 percent (80%) of each type or class of labor in the several classifications of skilled and common labor employed on the project Colorado labor means any person who is a bona fide resident of the State of Colorado at the time ofemployment, without discrimination as to race color, creed, age, religion or sex 17.6.2. If a claim is filed. OWNER is required by law (CRS 38-26-107) to withhold from all payments to CONTRACTOR sufficient funds to insure the payment of all claims for labor, materials, team hire sustenance, provisions, provender, or other supplies used or consumed by CONTRACTOR or his 33 1 EJCDC GENERAL CONDITIONS 1910-5 (1990Edition) 34 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4f1000) 1 (This page left blank intentionally.) 1 I . 1 I 1 1 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 1 35 EJCDC GENERAL CONDITIONS 1910-8 (1990 E(tition) 36 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) I 1 1 I 1 EX I BIT "GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPUTE RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining, subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction 16.2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR If ENGINEER renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned No demand for arbitration of any written decision of ENGINEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy will be sent to ENGINEER for information The demand for arbitration will be made within the thirtyilay or ten-day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER, ENGINEER's Consultant and the officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CONTRACTOR hereunder. . CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR involving the Work of such Subcontractor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENGINEER's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof, and it will not be subject to modification or appeal. 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, . disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by the American Arbitration Association under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 through 16.6, unless delay in initiating arbitration would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. GC -Al EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) GC -Al w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/94) SE SECTION 00800 SUPPLEMENTARY CONDITIONS J I 1 I 1 1 .1 SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule 20 days lost due to abnormal weather conditions. Rev 10/20/07 Section 00800 Page 1 ' r r rr rr �r r� rr rf rr r� r rr rr rr m mom m rr Project: Harmony / Shlelds lntersection improvements Project Federal Aid Project No. AQC i14455-074 addendum I Speclltem Description Estimated Number uantlty Unit Unit Cost Item Cost 700-70380 F/A Erosion Control: 1 F!A $ 1.500.00 S I,500,00 TO•GAL I'll O.1LCT COST (Harmony/Sldelds Intersection Improvements Project') = S Dollars Cents 1 1 1 1 1 i 1 1 1 1 1 1 1 1 Rev 10/20/07 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950Contract Change Order 00960Application for Payment SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing DATE: DATE: DATE: DATE: Rev10/20/07 Section 00950 Page 1 Section 00960 APPLICATION FOR PAYMENT OWNER: City of Fort Collins PROJECT: PAGE 1 OF 4 APPLICATION NUMBER: APPLICATION DATE: ENGINEER: PERIOD BEGINNING: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract The present status of the account for this Contract is as NUMBER DATE AMOUNT follows: 1 2 Original Contract Amount: 3 Net Change by Change Order: Current contract Amount: $0.00 Total Completed and Stored to -Date: Less Previous Applications: Amount Due this Application - Before Retainage: $0.00 Less Retainage: Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00 CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By. Payment of the above Amount Due This Application is approved by the OWNER. Date: By: Rev 10/20/07 Section 00960 Page 1 CONTRACT AMOUNTS APPLICATION FOR PAYMENT Work Work Completed Completed This Previous Bid Month Periods Item Unit Number Description Quantity Units Price Amount Qty $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00, $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS PAGE 2 OF 4 Work Completed Stored To Date Materials Total This Earned Percent Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 -$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ..$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Section 00960 Page 2 M •M M M1=1 M M M M M M M M1=1 r M M s M CHANGE ORDERS Bid Item _ Unit Number Description Quantity Units Price Amount APPLICATION FOR PAYMENT Work Work Work Completed Completed Completed This Previous To Month Periods Date Qty. Amount Qty. Amount Qty. Amount Stored Materials This Period PAGE 3 OF 4 Total Earned Percent To . Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00. $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 KOO $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00. $0.00 $0.00 $0.00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 Section 00960 Page 3 STORED MATERIALS SUMMARY On Hand Received Installed Item Invoice Previous This This Number Number Description Application Period Period PAGE 4 OF 4 On Hand This Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 moo Section 00960 Page 4 , PROJECT AND STANDARD SPECIAL PROVISIONS HARMONY -SHIELDS INTERSECTION IMPROVEMENTS FEDERAL AID PROJECT NO. AQC M455-074 Bid No. 7003 1 Harmony/Shields Intersection Improvements Project 1 FederaMid Project No. AQC M455-074 i 1 PROJECT SPECIAL PROVISIONS 1 1 1 i �1 1 2 1 J Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 COLORADO DEPARTMENT OF TRANSPORTATION CITY OF FORT COLINS, COLORADO HARMONY/SHIELDS INTERSECTION IMPROVEMENTS PROJECT FEDERAL AID PROJECT NO. AQC M455-074 PROJECT SPECIAL PROVISIONS The General Conditions of the Construction Contract and the Colorado Department of Transportation's (CDOT) 2005 Standard Specifications for Road and Bridge Construction control construction of this project. Where there are conflicts between the two, the General Conditions shall control. The following Special Provisions supplement or modify the CDOT Standard Specifications and take precedence over the Standard Specifications and plans. When specifications or special provisions contain both English and metric (SI) units, the English units apply and are the specification requirement. Item Index Pages Contract Goal (Combined) OJT Contract Goal Commencement and Completion of Work ' Revision of Section 100 - General Provisions Revision of Section 101 - Definitions of Terms Revision of Section 102 - Project Plans and Other Data ' Revision of Section 104 - Scope of Work Revision of Section 105 - Control of Work Revision of Section 105 — Claims for Contract Adjustment ' Revision of Section 106 - Control of Material Revision of Section 107 — Insurance Revision of Section 107 - Environmental Controls Revision of Section 108 - Prosecution and Progress ' Revision of Section 201 — Clearing and Grubbing Revision of Section 202 — Removal and Trimming of Trees Revision of Section 202 - Removal of Concrete Pipe ' Revision of Section 202- Removal of Sidewalk Revision of Section 202 - Removal of Curb Revision of Section 202 - Removal of Concrete Pavement F, 1 1 Revision of Section 202 - Removal of Asphalt Mat Revision of Section 202 - Removal of Fence Revision of Section 203 - Proof Rolling Revision of Section 207 — Topsoil Revision of Section 207 — Topsoil (Special) Amended Onsite for Median and Parkway Revision of Section 208 — Erosion Control Revision of Section 209 — Watering Page ii 6 7 90 11 12 16 22 23 27 28 30 34 35 37 38 39 40 41 42 43 44 45 48 49 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 CO_ LORADO DEPARTMENT OF TRANSPORTATION CITY OF FORT COLINS, COLORADO HARMONY/SHIELDS INTERSECTION IMPROVEMENTS PROJECT FEDERAL AID PROJECT NO. AQC M455-074 PROJECT SPECIAL PROVISIONS Item Page Revision of Section 210— Reset Water Service 50 Revision of Section 210— Reset Fire Hydrant 51 Revision of Section 304 - Aggregate Base Course 52 Revision of Section 403 - Hot Mix Asphalt 53 Revision of Section 412— Portland Cement Concrete Pavement 56 Revision of Section 412 - Fast Track Portland Cement Concrete Pavement 57 Revision of Section 514— Handrail 59 Revision of Section 605 — Median Underdrain 61 Revision of Section 608 — Sidewalks and Bikeways 62 Revision of Section 608 - Concrete Curb Ramp 64 Revision of Section 609 — Curb and Gutter 67 Revision of Section 610— Median Cover Material 68 Revision of Section 614— Traffic Control Devices 69 Revision of Section 620 — Field Facilities 70 Revision of Section 625 - Construction Surveying 71 Revision of Section 627 - Pavement Marking 74 Revision of Section 630 — Construction Zone Traffic Control 75 Force Account Items 76 Traffic Control Plan -General 78 Utilities 80 4 COLORADO DEPARTMENT OF TRANSPORTATION F"a'E`TN°_ ANTI -COLLUSION AFFIDAVIT LOCATION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. 1 further attest that: 1: The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 28. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or bidder to potential prime refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 38. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. A. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised. by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. CurtrarA;s'e rlm or camps,,] name . Date TI.N_ 2TA =iirG -L'-e- :Irm or comua'y mi e. (It larf, veaure.) By -,a,o Title Swom to before me this day of, 20 NAity F'LnIC . J,'j axmmiss�n emtrr - NOTE: This document must be signed In Ink. COOT FOrM V000 V02 ' Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 CONTRACT GOAL (COMBINED) The Department has determined that Underutilized Disadvantaged Business Enterprises (UDBEs) will participate by contracting for a part of the work of this Contract. The contract goal for participation in this Contract by certified DBEs who have been determined to be underutilized has been established as follows: UDBE* 10 Percent ' The percentage will be calculated from proposals received for this project according to the following formula: **Dollar amount of work to be contracted to underutilized DBEs (UDBEs) ' Percentage = 100 X Total dollar amount of the original Contract * All DBEs will be considered to be UDBEs. ** Based on DBE contract unit prices rather than prime contract unit prices. ' NOTE: Specific Good Faith Efforts required to meet the Contract Goal specified above are defined in the Standard Special Provisions. In addition, the Transportation Commission has determined an overall 12.69 percent annual goal for the participation of all DBEs. 1 5 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 OJT CONTRACT GOAL The Department has determined that on-the-job training shall be provided to trainees with the goal of developing . full journey workers in the types of trade or classification involved. The contract goal for on-the-job trainees working in an approved training plan in this Contract has been established as follows: Minimum number of total On -the -Job training hours required 320 hours 6 Harmony/Shields Intersection Improvements Project Federal d Project No. AQC M455-074 COMMENCEMENT AND COMPLETION OF WORK — SPECIFIED COMPLETION DATE The Contractor shall commence work under the Contract on or before the 14`f' day following the date of award unless such time for beginning the work is changed by the City in the "Notice to Proceed". The Contractor shall complete all work by August 14, 2009 in accordance with the "Notice to Proceed." Stockpiling of materials before the beginning date is subject to the Engineer's approval. If such approval is given, stockpiled material will be paid for in accordance with Sections 109 and 626. Salient features to beshown on the Contractor's progress schedule are: • Mobilization ' • Construction Surveying (By City Forces). • Construction Traffic Control (By City Forces) • Removals and Adjustments • Roadway Earthwork • Erosion Control • • Drainage System Curb, Gutter and Sidewalk • Asphalt Pavement • Concrete Pavement • Seeding ' • Landscaping Restoration (By Other Forces) • Signing and Striping (By City Forces) • Traffic Signals Box Reset (By City Forces) • Utility Coordination and Relocations Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: ' The progress schedule shall consist of a Critical Path Method (CPM) schedule prepared using the Microsoft Project software and submitted in hard and electronic formats. The contractor shall be responsible for planning, scheduling, coordinating, and reporting the progress of the work to be completed by City of Fort Collins Forces. The City of Fort Collins Forces shall be considered as subcontractor for the purposes of scheduling the work. The City will comment on the contractors initial schedule ' submittal for coordination of the completion of their work items. The Contractor shall complete the following discrete portions of the work (milestones) by the dates specified. A disincentive will be assessed for failure to complete the work for each milestone by the specified completion date. iMilestone No. 1: Substantial Completion July 20, 2009 ' Final Completion Date: August 14, 2009 1 11 Harmony/Shields Intersection Improvements Project. FederaUid Project No. AQC M455-074 COMMENCEMENT AND COMPLETION OF WORK — SPECIFIED COMPLETION DATE Description: Substantial Completion is defined by: • All Work requiring lane or shoulder closures or other traffic obstructions is complete • Traffic is following the lane arrangements shown on the plans for finished roadway • All pavement, construction, joint sealing and shoulder construction is complete • Traffic control devices and pavement markings are within their final positions. Final Completion is defined by: • All sidewalks, final grading, seeding, clean up, project record documents shall be turned over to the owner, all punch list items completed, and all processing of change orders. • The work must be ready for final payment and acceptance. Incentive and Disincentive: If the contractor fails to complete performance by the specified substantial completion date, then the liquidated damages assigned to the Contractor will total $2,363.00 per calendar day. 8 ' Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 REVISION OF SECTION 100 ' GENERAL PROVISIONS Section 100 of the Standard Specifications is hereby revised for this project as follows: Subsections 102 and 103 of the Standard Specifications are hereby deleted. See Contract Documents for additional information. 9 Harmony/Shields Intersection Improvements Project ' FederalAid Project No. AQC M455-074 REVISION OF SECTION 101 DEFINITIONS OF TERMS ' Technical Specifications related to construction materials and methods for the work embraced under this Contract shall consist of the "Colorado Department of Transportation, State of Colorado, Standard Specifications for Road ' and Bridge Construction" dated 2005. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different I meanings within the scope of this Contract. A summary of redefinitions follows: Where reference is made in the plans and specifications to Owner, Department, Chief Engineer, Resident Engineer, Project Engineer, Engineer, and Inspection and Testing Agency it is understood to mean the I City of Fort Collins, Colorado or the City's representative. Where reference is made in the plans and specifications to Surveyor and Traffic Control Supervisor it is ' understood to mean provided by the City of Fort Collins with City of Fort Collins crews, but acting as a subcontractor to the project. The sections shown on the following pages are revisions to the Technical Specifications for this project. , 10 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 102 PROJECT PLANS AND OTHER DATA Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.05 shall include the following: A copy of the bid may be obtained as follows: 1. Download the Proposal/Bid from the BuySpeed Webpage, www.fcgov.com/eprocurement 2. Come by. Purchasing at 215 North Mason St., 2"d floor, Fort Collins, and request a copy of the Bid. After the proposals have been opened, the low responsive, responsible bidder may obtain from the City of Fort Collins at no cost: 10 sets of plans and special provisions. Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 104 SCOPE OF WORK Section I04 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.02 shall include: Site Conditions A. General: 1. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon access to the site; handling, storage, and disposal of materials; availability of water, electricity and roads; uncertainties of weather, river stages, or similar physical conditions at the site; the conformation and conditions of the ground; the equipment and facilities needed preliminary to and during the execution of the work; and all other matters which can in any way affect the work or the cost thereof under this Contract. 2. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the Owner or included in these Documents. Failure by the Contractor to acquaint himself with the physical conditions of the site and all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. 3. The Contractor warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner. B. Information on Site Conditions: Any information obtained by the Engineer regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities, and similar data will be available for inspection, as applicable, at the office of the Engineer upon request. Such information is offered as supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for the completeness or interpretation of such supplementary information. 1. Differing Subsurface Conditions: a. In the event that the subsurface or latent physicalconditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered and generally recognized as inherent in the character of work covered in these Contract Documents, the Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of such changed conditions. 12 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 ' REVISION OF SECTION 104 SCOPE OF WORK b. The Engineer will investigate such conditions promptly and following this investigation, the 1 Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of or in the time required for performing the work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner ' will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. 2. Underground Utilities: Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best information available from existing utility plans and potholing. However, it is expected that there ' may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the Owner or -the Engineer for their accuracy or completeness. ' C. Execution: 1. Where the Contractor's operations could cause damage or inconvenience to railway, telegraph, telephone, television, oil, gas, electricity, water, sewer, or irrigation systems, and the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the Contractor. 2. Notify all utility offices which are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. 3. The Contractor shall protect all utility poles from damage. If interfering power poles, telephone poles, guy wires, or anchors are encountered, notify the Engineer and the appropriate utility company at least 48 hours in advance of construction operations to permit the necessary arrangements for protection or relocation of the interfering structure. 4. The Contractor shall be solely and directly responsible to the owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this ' Contract.. 5. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a ' result of the Contractor's failure to protect utilities encountered in the work. 6. If the Contractor, while performing the Contract, discovers utility facilities not identified in the Drawings or Specifications, he shall immediately notify the Owner, utility, and the Engineer in writing. 7. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction.operations, promptly notify the 13 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 ' REVISION OF SECTION 104 SCOPE OF WORK , proper authority. Cooperate with said authority in the restoration of service as promptly as possible and bear all costs of repair. ' 8. The Contractor shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the Engineer. ' 9. Interfering Structures - The Contractor shall take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Drawings. The completeness and accuracy cannot be guaranteed, and it is ' presented simply as a guide to avoid known possible difficulties. 10. Field Relocation - During the progress of construction, it is expected that minor relocations of the ' work will be necessary. Such relocations shall be made only by direction of the Engineer. If existing structures are encountered that prevent the construction, and that are not properly shown on the . Drawings, notify the Engineer before continuing with the construction in order that the Engineer may make such field revision as necessary to avoid conflict with the existing structures. If the Contractor shall fail to so notify the Engineer when an existing structure is encountered, and shall proceed with the construction despite the interference, he shall do so at his own risk. D. Easements: Where portions of the work are located on public or private property, easements and permits will be obtained by the Owner. Easements will provide for the use of the property for construction purposes to the extent indicated on the easements. Copies of these easements and permits are available upon request to the Owner. It shall be the Contractor's responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The Contractor shall confine his construction operations to within the easement limits or make special arrangements with the property ' owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the Owner, shall be the responsibility of the Contractor as specified herein. The Contractor shall remove, protect, and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the Engineer, the Contractor will be required to furnish the Owner with written releases from property owners or public agencies where side agreements or special easements have been made by the Contractor or where the Contractor's operations, for any reason, have not been kept within the construction right-of-way obtained by the Owner. E. Land Monuments: The Contractor shall notify the Engineer of any existing Federal, State, Town, County, and private land monuments encountered. Private monuments shall be preserved, or replaced by a licensed surveyor at the Contractors expense. When Government monuments are encountered, the Contractor shall notify the Engineer at least two (2) weeks in advance of the proposed construction in order that the Engineer will have ample opportunity to notify the proper authority and reference these monuments for later replacement. , Subsection 104.05 shall include: Contractors Use of Premises 14 1 1 COLORADO DEPARTMENT OF TRANSPORTATION BIDDERS LIST DATA and UNDERUTILIZED DBE (UDBE) BID CONDITIONS ASSURANCE �otifl>S: rl C I iJ I 1 Prime Contractor Instructions: This form has two sections, both must be completed and submitted with your bid. Complete Section I to list all subcontract quotes received (non -DBE and DBE). Complete Section Il to report only Underutilized DBE ,(UDBE) participation percentages which qualify under the contract goal specification for this project. Please review CDOT Form #715 instructions before completing Section 11. Attach additional sheets as necessary. It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have equal opportunity to participate on projects financed with federal, state or local entity funds. Consistent with 49 Code of Federal Regulations (CFR) Part 26.11, the Bidders List data provided by the Contractors will provide CDOT as accurate data as possible about the universe of DBE and non -DBE firms actively seeking work on its highway construction contracts, for use in setting overall DBE coals. SECTION I: CDOT BIDDERS LIST INFORMATION (Non -DBEs and DBEs) 1) Areallsubcontract bids (quotes) received by your firm for this project listed below? ❑ Yes No 2) If No, make certain any additional subcontract bidding information is submitted to the CDOT Business Programs Office before 4:00 pm on the day after bids are'opened to ensure CDOT has the best data possible for setting future DBE goals (use the same table format as below): CDOT Business Programs Office 4201 E. Arkansas Ave., Room 200 Denver, Colorado 80222FAX: 303-757-9019 EMAIL: eo@dot.state.co.us 3) The most recent CDOT Bidders List will be posted online at: mvw.dot.state.co.uslEEO/DBEProgramPage.htm Name of firm submitting BidrOuote Certified DBE firm? Yes No Work item(s) description Firm being used? Yes No V 1. 2. 3. 4. 5. 6. 7. 8. 10. 11. 12, 13. 14. �o� Frvviouseomons are oosorete am may not oe usea CDOT Form#71a V08 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 104 SCOPE OF WORK The Contractor may use the Owner's property designated within the construction limits shown on the Plans for equipment and materials as lonj as he confines his operations to those permitted by local laws, ordinance and permits and meet the following requirements: 1. Do not unreasonably encumber site with materials or equipment. 2. Assume full responsibility for protection and safekeeping of products stored on premise. 3. Move any stored products which interfere with operations of the Owner. 4. Obtain and pay for use of additional storage or work areas needed for operations. Limits of Construction ' The Contractor must maintain all of his construction activities within the Owner's property and/or construction easements and limits of the project, or other stated areas, unless permits and/or written permission are obtained by the Contractor, from appropriate authorities or private property owners, outside of these areas. Contractor to 1 fence all easements and work areas. The temporary permits must be secured and paid for by the Contractor at no extra cost to the Owner. Any temporary permits secured must be in writing and a copy of same provided to the Engineer. ' Security The Contractor shall at all times be responsible for the security of his facilities and equipment. The Owner will ' not take responsibility for missing or damaged equipment, tools, or personal belongings of the Contractor. I J ' 15 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 105. CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.02 shall be replaced with: Submittals A. Requirements: Where required by the Specifications, the Contractor shall submit descriptive information that will enable the Engineer to determine whether the Contractor's proposed materials, equipment, methods of work are in general conformance to the design concept and in accordance with the Drawings and Specifications. The information submitted may consist of drawings, specifications, descriptive data, certificates, samples, test results, product data, and such other information, all as specifically required in the Specifications. In some instances, specified submittal information describes some, but not all features of the material, equipment, or method of work. 2. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment, or method of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the requirements of the Drawings and Specifications. The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer in each case where its submittal may affect the work of another Contractor or the Owner. The Contractor shall ensure coordination of submittals among the related'crafts and subcontractors. 3. Submittals will be reviewed for overall design intent and returned to Contractor with action to be indicated by the Engineer. It shall be the Contractor's responsibility to assure that previously accepted documents are destroyed when they are superseded by a resubmittal as such. 4. It shallbe the Contractor's responsibility to ensure that required items are corrected and resubmitted Any work done before approval shall be at the Contractor's own risk. B. Submittal Procedure: 1. Unless a different number is called for in the individual sections, four (4) copies of each submittal and sample are required, two (2) of which will be retained by the Engineer. The Contractor shall receive two (2) copies in return. Faxed submittals will not be accepted. 2. Submittals that are related to or affect each other shall be forwarded simultaneously as a package to facilitate coordinated review. Uncoordinated submittals will be rejected. 3. If the items or system proposed are acceptable but the major part of the individual drawings or documents are incomplete or require revision, the submittal will be returned with requirements for completion. 10 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 ' REVISION OF SECTION 105 CONTROL"OF WORK 4. The right is reserved for the Engineer to require submittals in addition to. those called for in individual sections. ' 5. Submittals regarding material and equipment shall be submitted directly to the Engineer and will be accompanied by a transmittal form. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate discrete sections for which the submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. ' 6. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shallhave the following format: "XXX-Y;" where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals (i.e., A, B, or C being the first, second and third resubmittals, respectively). Submittal 25B, for example, is the second resubmittal of Submittal 25. 7. If the Contractor proposes to provide material, equipment, or method of work that deviates from the ' Contract Documents, it shall indicate so under "deviations." on the transmittal form accompanying the submittal copies. 8. Submittals that do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review. C. Review Procedure: F1 1 Submittals are specified for those features and characteristics of materials, equipment, and methods of operation that can be selected based on the Contractor's judgment of their conformance to the requirements of the Drawing and Specifications. Other features and characteristics are specified in a manner that enables the Contractor to determine acceptable options without submittals. The review procedure is based on the Contractor's guarantee that all features and characteristics not requiring submittals conform to the Drawings and Specifications. Review shall not extend to means, methods, techniques, sequences, or procedures of construction or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where specifically indicated or required by the Specifications) of separate items, and as such, will not indicate approval of the assembly in which the item functions. 2. Unless otherwise specified, within twenty-one (21) calendar days after receipt of the submittal, the Engineer will review the submittal and return copies. The returned submittal will indicate one of the following actions: a. If the review indicates that the material, equipment, or work method complies with the Specifications, submittal copies will be marked "NO EXCEPTIONS TAKEN'. In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. b. If the review indicates limited corrections are required, copies will be marked "REVIEWED, COMMENTS AS NOTED". The Contractor may begin implementing the 17 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 REVISION OF SECTION 105 CONTROL OF WORK work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated. in Operation and Maintenance data, a corrected copy shall be provided. c. If the review indicates that the submittal is insufficient or contains incorrect data, copies will be marked "REVISE AND RESUBMIT". Except at its,own.risk, the Contractor shall not undertake work covered by this submittal until.it has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "REVIEWED, COMMENTS AS NOTED". d. If the review indicates that the material, equipment, or work method do not comply with .the Specifications, copies of the submittal .will be marked "REJECTED". Submittals with deviations that have not been identified clearly may be rejected. Except at its own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "REVIEWED, COMMENTS AS NOTED". D. Drawing: 1. The term "shop drawings" includes drawings, diagrams, layouts, schematic, descriptive literature, illustrations schedules performance and test data, and similar materials furnished by Contractor to explain in detail specific portions of the work required by the Contract. 2. Contractor shall coordinate all such drawings, and review them for legibility, accuracy, completeness and compliance with contract requirements and shall indicate this approval thereon as evidence of such coordination and review, Shop drawing submitted to the Engineer without evidence of Contractor's approval will be returned for resubmission. 3.. Shop drawing shall be clearly identified with the name and project number of this contract, and references to applicable specification, paragraphs and contract drawings. When catalog pages are submitted, applicable items shall be clearly identified. 4. Contractor shall stamp his approval on,shop drawings prior to submission to the Engineer as indication of his checking and verification of dimensions and coordination with interrelated items. Stamp shall read: "(Contractor's Name) represents that we have determined and .verified all field dimensions and measurements,.field construction criteria,, materials, catalog numbers and similar data, and that we have checked with the requirements of the Specifications and Drawings, the Contract Documents, and General Conditions". Marks on drawings by Contractor shall not be in red. Any marks by Contractor shall be duplicated on all copies submitted. 5. If shop drawings show variations from contract requirements, Contractor shall describe such variations in writing, separate from the_ drawings, at time of submission. All such variations 18 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 ' REVISION OF SECTION 105 CONTROL OF WORK must be approved by the Engineer. If Engineer approves any such variations, he shall issue an appropriate contract modification, except that, if the variation is minor and does not involve a change in price or in time of performance, a modification need not be issued. 6. Should the Contractor propose any item on his shop drawings or incorporate an item into the work, and that item should subsequently prove to be defective or otherwise unsatisfactory, (regardless of the Engineer's preliminary review), the Contractor shall, at his own expense, replace the item with another ' item that will perform satisfactorily. E. Certificates: ' For those items called for in individual sections, furnish six (6) certificates of compliance from manufacturers or suppliers certifying that materials or equipment being furnished under the Contract comply with the requirements of these Specifications. ' F. Samples: ' Samples shall be sufficient in size to clearly illustrate functional characteristics and full range of color, texture, and pattern. G. Effect of Review of Contractor's Submittals: Review of drawings, data; methods of work, or information regarding materials or equipment the Contractor g g eq P proposes to provide, shall not relieve the contractor of its responsibility for errors therein and shall not be ' regarded as an assumption of risks or liability by the Engineer. or the Owner, or by any officer or employee thereof, and the Contractor shall have no claim under the Contract on account of the failure or partial failure, of the method of work, material, or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN' or "REVIEWED, COMMENTS AS NOTED" shall mean that the Owner has no objection to the Contractor upon its own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. Subsection 105.08 shall be revised as follows: Delete the second paragraph and replace with the following: ' In case of discrepancy the order of precedence is as follows: ' (a) General Conditions of the Construction Contract (b) Special Provisions 1. Project Special Specifications ' 2. Standard Special Provisions (c) Plans 1 1. Detailed Plans 2. Standard Plans Calculated dimensions will govern over scaled dimensions. ' 19 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 105 CONTROL OF WORK (d) Supplemental Specifications (e) Standard Specifications Subsection 105.09 shall include: Coordination with Property Owners and Tenants The City of Fort Collins: is committed to maintaining a positive working relationship with the businesses and residents in the project area. Every effort will be made to maintain pedestrian and bicycle flow and to accommodate special events and holidays for businesses, pedestrians, parking, and vehicle traffic. The Contractor shall be responsible to coordinate all work activities with private property owners and tenants along the project corridor. Access shall be maintained at all times. The Contractor shall be responsible for communicating accurate scheduling information to the project team to assure proper notification of businesses and residents. In particular, any proposed disruption or closure to an existing access must be communicated to the property Owners and tenants with as much notice as possible. The minimum notice that will be allowed for any proposed access change is 48 hours. The Contractor shall ensure that adequate alternate access is in place for vehicles and pedestrians and any property -specific access needs are addressed prior to any change in existing access. The Contractor shall coordinate his method of maintaining these accesses with the City of Fort Collins Traffic Operations Department. Subsection 105.11 shall include: The City of Fort Collins intends to construct the roadway improvements on Harmony Road and Shields Street simultaneously as per the traffic phasing plans shown in the contract documents. All work must be coordinated between the projects to assure all milestones are met for both projects. The City of Fort Collins will provide the construction traffic control and surveying to ensure the necessary coordination between the projects: A mandatory weekly meeting will be held on site between city representatives, the contractor's representative in charge from each project, city traffic control supervisor and city survey crew. The schedule for each project must be submitted and coordinated at these meetings. Coordination with Traffic Engineer and Traffic Control Supervisor The Contractor shall coordinate with the Owner's Traffic Engineer for all traffic control activities. Requests for initial Setup of the major project phases (road closures) must be made 3 weeks prior to projected set up. Allow up to 10 days for advanced warning signs. Requests for flaggers must be made and updated at the weekly progress meetings for the following week. Requests for minor traffic control set ups (lane drops, etc.) must be made 72 hours in advance of set up. Increased Traffic Control costs caused by delays assessed to the contractor will be the responsibility of the Contractor. Subsection 105.12 shall include: Surveying Coordination A. The Owner will provide construction surveying for the project. City Survey Crews will perform the surveying required. 20 rl Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 105 CONTROL OF WORK ' B. The Contractor must submit a survey request form to the City Surveyors a minimum of 72 hours prior to needing surveying. ' C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey personnel shall notify the Contractor with the date on which the requested work will be completed. D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a ' survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of restaking construction stakes and for the cost of re-establishing a destroyed monument. F. The Contractor shall be responsible for transferring the information from the construction staked to any necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures in accordance with the information on the stakes and grade sheets supplied by the Owner. u 21 11 Harmony/Shields Intersection Improvements Project ' FederalAid Project No. AQC M455-074 REVISION OF SECTION 105 CLAIMS FOR CONTRACT ADJUSTMENT , Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.21 shall be revised as follows: ' The Colorado Department of Transportation will not participate in the resolution process for any claims filed ' by the Contractor. . I 22 fl Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 REVISION OF SECTION 106 ' CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows:-- ' Subsection 106.01 shall include: ' Substitutions and Product Options A. Description: ' 1. This section describes the procedure required by the Contractor for product substitutions. 2. Requests for Substitution: ' 3. Base all bids on materials, equipment and procedures specified. ' a. Certain types of equipment and kinds of material are described in specifications by means of trade names and catalog numbers, and/or manufacturer's names. Where this occurs, it is not intended to exclude from consideration such types of equipment and kinds of material bearing other trade names, catalog numbers and/or manufacturer's names, capable of accomplishing purpose of types of equipment or kinds of ' material specifically indicated. b. Other types of equipment and kinds of material may be acceptable to the Owner and Engineer. ' C. Types of equipment, kinds of material and methods of construction, if not specifically indicated must be approved in writing by Engineer and the Owner. 3. Submission of Requests for Substitution: a. After Notice to Proceed, the Owner / Engineer will consider written requests for substitutions of ' products, materials, systems or other items. b. The Engineer reserves the right to require substitute items to comply color and pattern -wise with base specified items, if necessary to secure "design intent". c. Submit six (6) copies of request for substitution. Include in request: ' 1) Complete data substantiating compliance of proposed substitute with Contract Documents. 2) For products: ' i. Product identification, including manufacturer's name. ii. Manufacturer's literature, marked to indicate specific model, type, size, and options to be considered: Product description; performance and test data; reference standards; difference in power demand; dimensional differences for specified unit. 1 23 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 106 CONTROL OF MATERIAL iii. Name and address of similar projects on which product were used date of installation and field performance data. 3) For construction methods: i. Detailed description of proposed method. ii. Drawings illustrating methods. 4) Itemized comparison of proposed substitution with product or method specified. 5) Data relating to changes in construction schedule. 6) Relation to separate contracts. 7) Accurate cost data on proposed substitution in comparison with product or method specified. d. In making request for substitution, or in using an approved substitute item, Supplier / Manufacturer represents: 1) He has personally investigated proposed product or method, and has determined that it is equal or superior in all respects to that specified and that it will perform function for which it is intended. 2) He will provide same guarantee for substitute item as for product or method specified. 3) He will coordinate installation of accepted substitution into work, to include building modifications if necessary, making such changes as may be required for work to be complete in all aspects. 4) He waives all claims for additional costs related to substitution which_ subsequently become apparent. 4. Substitutions: Request sufficiently in advance to avoid delay in construction. 5. Contractor's Option: a. For products specified only by reference standards, select any product meeting standards by any manufacturer indicate selected type in submission. b. For products specified by naming several products or manufacturers, select any product and manufacturer named, indicate selected type in submission. c. For products specified by naming one or more products, but indicating option of selecting equivalent products by stating "or equivalent" after specified product,.Contractor must submit request, as required for substitution, for any product not specifically named. 24 N. Ilow. Currently Reads: It shall be the responsibility of the Owner to prepare a Stormwater Management Plan (SWMP), and submit the SWMP to the Colorado Department of Public Health and Environment for review and -approval. The SWMP shall be transferred to the Contractor's possession prior to beginning the Work. The Contractor shall also provide inspection reports as required by the SWMP to the Owner upon completion of each inspection. . Replace with the following It shall be the responsibility of the Contractor to prepare a Stormwater Management Plan (SWMP), and submit the SWMP to the Colorado Department of Public Health and Environment for review and approval. The Contractor shall also provide inspection reports as required by the SWMP to the Owner upon completion of each inspection. C. Add the following Revision under Section 202: The City of Fort Collins Traffic Operations Department shall be responsible for the removal of all traffic signal poles, arms., and control boxes. The Contractor shall be responsible for removing the top three (3) feet of the existing concrete traffic signal bases and disposing of the material off -site. This work shall be coordinated with the City of Fort Collins Traffic Operations Department. The removal of the top three (3),feet of the existing concrete traffic signal pole bases will be measured by the number of bases removed. All work shall include all.material; equipment, labor, potholing, and disposal to complete the work. Payment will be made under: Pay Item Pay;Unit Removal of Concrete Traffic Signal Pole Base (Top 3 Feet) EA D. Under Revision of Section 208 Add the following language to Section 208 07• "Excavation required for removal of accumulated sediment from traps, basins, areas adjacent to silt fences and erosion'bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, shall be considered incidental to the work." E. Under Revision of Section 209 Watering, change the following paragraph to read as follows: Name of firm submitting Bid'Ouote Certified DBE firm? Yes No Work item(s) description u ed? Ing<� Yes No , 15. 16. 17. 18. 19. 20. SECTION.II: UNDERUTILIZED DBF (UDRF) PARTIMPATinN nnHUMAPIKIT 1) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below: % 2) Will your company's Underutilized DBE (UDBE) participation commitment meet the .contract goal? ❑ Yes 1:1 No 3) List the UDBE firms, committed work items, and eligible UDBE percentage of your bid committed to each. UDBE Firm name Certification # Committed work item(s) !% commitment toward DBE Goal' 1. % 2. % 3. 4. % 5. % BOX. A: TOTAL ELIGIBLE UDBE PERCENTAGE AMOUNT (Round to nearest hundredth) - % ' Detailed instructions on how to calculate DBE commitment amounts are available on CDOT Form ti15 and in the'Counting DBE Participation Toward Contract Goals and CDOTs annual DBE goal" section of the -DBE — Definitions and Requirements' in the Standard Special Provisions_ I understand that, if my company is determined to be the low bidder for the contract on this project, I must submit a completed CDOT Form 9715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION for each firm listed in Section 11 of this form to the Transportation Department by 4:00 pm on the thirdwork day after the day bids are opened. The actual amounts submitted on each CDOT Form #715 must equal or exceed the DBE percentage commitments documented on this ':form. In addition, if my company does not meet the DBE/UDBE goal for this project, f must submit a completed CDOT Form #71 S DBE GOOD FAITH EFFORT DOCUMENTATION before 4:00 pm on the day after bids are opened. CDOT Form #715s submitted for firms not included on this form, OR for amounts exceeding those listed on this form, will be accepted but NOT counted as Good Faith Efforts. Only the efforts the contractor made priorto the bid opening will count as Good Faith Efforts. I understand my obligation to abide by the Policy stated'above Section I. 1 shall not discriminate on the basis of race, color, age, sex, national origin, or handicap in the bidding process or the performance of contracts. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Company Name: Date: Company Officer Signature: Title: �.........a...z ....a...�.�a.... .. ..r ..... .,r am �Uv1 rW1118I14 WV6 r� ' Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 106 ' CONTROL OF MATERIAL 6. Rejection of Substitution or Optional Item: Substitutions and/or options will not be considered if they are ' indicated or implied on shop drawings, or project data submittals, without formal request submitted in accordance with this section. Subsection 106.03 shall include: Materials Testing A. Provide such equipment and facilities as are required for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required; have been made and the materials or equipment found to be acceptable. Any product which becomes unfit for ' use after approval thereof shall not be incorporated into the work. B. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM), and the American Association of Highway and Transportation Officials (AASHTO). C. Where additional or specific information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the Specifications shall take precedence over these procedures. D. Owners Responsibilites 1. The Owner shall be responsible for and shall pay all costs in connection with the.following testing: a. Soils compaction tests. ' b. Trench backfill. c. Pipe and structural bedding. d. Tests not called for by the Specifications of materials delivered to the site. e. Concrete tests. r. f. Pavement tests ' E. Contractors Responsibilities 1. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be ' responsible for and shall pay all costs in connection with testing required. for the following: 1 25 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 106 CONTROL OF MATERIAL a. Concrete materials and mix designs. b. Design of asphalt mixtures. c. All performance and field-testing specifically called for by the Specifications. d. All retesting for work or materials found defective or unsatisfactory, including tests covered above. F. Transmittal of Test Reports Written reports of tests and engineering data furnished by Contractor for Engineer's review of materials and equipment proposed to be used in the work shall be submitted as specified for Shop Drawings. The testing laboratory retained by the Owner or Engineer will furnish three (3) copies of a written report of each test performed by laboratory personnel in the field or laboratory. Two (2) copies of each test report will be transmitted to the Engineer and one (1) copy to the Contractor within seven (7) days after each test is completed. 26 I 1 1 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 107 INSURANCE Section 107.18 is hereby revised to read: For this project all insurance certificates shall name the Colorado Department of Transportation as an additionally insured party. 27 1 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS Section 107 of the Standard Specifications is hereby modified to include the following: Environmental Controls The work of this section consists of obtaining permits and providing environmental controls consistent with regulatory permits through the duration of the work required under this project. A. Dust Control Application: 1. The Contractor shall execute work by methods to minimize raising dust from construction operations. 2. The Contractor shall provide and apply dust control at all times, including evenings, holidays and weekends, as required to abate dust nuisance on and about the site that is a direct result of construction activities. The use of non -approved chemicals, oil, or similar palliatives will not be allowed. Dust control agents may be used only after prior approval of the Owner. The Contractor shall be required to provide sufficient quantities of equipment and personnel for dust control sufficient to prevent dust nuisance on and about the site. 3. The Owner will have authority to order dust control work whenever in its opinion it is required, and there shall be no additional cost to the Owner. The Contractor shall be expected to maintain dust control measures effectively whether the Owner or Engineer specifically orders such Work. B. Preservation of Natural Features: Confine operations as much as possible. Exercise special care to maintain natural surroundings in an undamaged condition. Within the work limits, barricade trees, rock outcroppings, and natural features to be preserved. C. Housekeeping: Keep project neat, orderly, and in a safe condition at all times. Store and use equipment, tools, and materials in a manner that does not present a hazard. Immediately remove all rubbish. Do not allow rubbish to accumulate. Provide on -site containers for collection of rubbish and dispose of it at frequent intervals during progress of work. D. Disposal 1. Disposal of Waste (Unsuitable) Materials: All material determined by the Engineer to be waste will be disposed of in approved landfill in a manner meeting all regulations. Dispose of waste materials, legally, at public or private dumping areas. Do not bury wastes inside of the limits of construction. All costs for dump fees, permits, etc., to be borne by the Contractor. 2. Disposal of Garbage and Other Construction Materials: Provide sanitary containers/dumpsters and haul away contents such that no overflow exists. 3. Excess excavation shall become the property of the Contractor and shall be legally disposed of by him outside the limits of construction to an approved disposal site. Excess excavated material suitable for backfill shall not be disposed of until all backfill operations are complete. 28 ' Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 107 ' ENVIRONMENTAL CONTROLS 4. The Contractor is to immediately inform Engineer of any hazardous materials encountered during construction. Dispose of waste materials legally at private or public facilities. E. Burning: No burning of debris will be permitted. F. Water Control: A portion of the project work is located within a natural drainage course and is subject to periodic flooding due to rainfall and snowmelt, flows for adjacent developed areas and storm water pipes and ground water flows from saturated soils or other ground water sources. The Contractor is responsible for ' managing water within the construction site and protecting property. G. Noise Control: All mechanical equipment shall be equipped with the best available mufflers to reduce noise. ' The Contractor shall be responsible for obtaining any necessary permits and shall limit noise to the permitted levels. Noise level monitoring shall be performed by the Contractor as necessary to show that the permitted levels are not being exceeded. ' Permission from Owner must be obtained prior to the operation of any machinery and/or vehicles between the hours of 6 p.m. and 7 a.m. ' H. Erosion and Sediment Control: It shall be the responsibility of the Contractor to prepare and obtain an approved Erosion and Sediment Control Plan from the Owner. ' 1. Permits: 1. All work must be performed in accordance with all applicable regulatory permits. 2. It shall be the responsibility of the Owner to prepare a Stormwater Management Plan (SWMP), and submit the SWMP to the Colorado bepartment of Public Health and Environment for review and approval. The SWMP shall be transferred to the Contractor's possession prior to beginning the Work. ' The Contractor shall also provide inspection reports as required by the SWMP to the Owner upon completion of each inspection. 3. The Contractor shall be responsible for obtaining all other necessary permits associated with the Work. �l ' 29 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OYSECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: Subsection 108.03 shall include the following: Project Meetings A. Pre -Construction Conference: A Pre -Construction Conference will be held after Notice of Award and before the Notice to Proceed, the date, time and location will be determined after Notice of Award. The conference shall be attended by: 1.. Contractor and Contractor's Superintendent 2. Contractor's Subcontractors (including the city provided Traffic Control Supervisor and Surveyor) 3. Engineer 4. Owner 5. Utility Companies 6. Contractor or Contractor's Superintendent from the Harmony Road Project 7. Others as requested by the Contractor, Owner, or Engineer. Unless previously submitted to the Owner, the Contractor shall bring to the conference a tentative schedule of the construction project, include in the schedule shop drawings and other submittals. Any submittals requiring long lead times and therefore must be expedited shall be submitted at the pre -construction conference, or as soon thereafter as possible. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: 1. Contractor's tentative Schedule 2. Permit applications and submittals, including Dewatering Permit, Erosion and Sediment Control Plan, and Traffic Control Plan 3. Transmittal, review and distribution of Contractor's submittals 4. Processing applications for payment 5. Maintaining record documents 6. Critical work sequencing 7. Field decision and change orders 8. Use of premises, office and storage areas, staging area, security, housekeeping, and Owner's needs 9. Contractor's assignment of safety and first aid B. Construction Progress Meetings for the Federal Aid Project No AQC M455-074 (Harmony Shields Intersection Improvements Project): Progress meetings will be conducted weekly or at some other frequency, if approved by the Engineer. These meetings shall be attended by the Owner, the Engineer, the Contractor's representative and any others invited by these people. 30 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 108 PROSECUTION AND PROGRESS The Engineer will conduct the meeting and the Engineer will arrange for keeping the minutes and distributing the minutes to all persons in attendance. The agenda of these project meetings will include construction progress, the status of submittal reviews, and the status of information requests, critical work sequencing, review of strategies for connections into existing facilities, status of field orders and change orders, and any general business. The Contractor will prepare a "two week look ahead" schedule to facilitate coordination of work items. C. Coordination Meeting with the'Harmony Road Improvements Project: Coordination meetings will be conducted weekly or at some other frequency, if approved by the Engineer. These meetings shall be attended by the Owner, the Engineer, the Contractor's representative from both projects, the Surveyor, the Traffic Control Supervisor, and any others invited by these people. ' The Engineer will conduct the meeting and the Engineer will arrange for keeping the minutes and distributing the minutes to all persons in attendance. The agenda of these coordination meetings will include projected schedule, construction progress, local business needs, traveling public updates, critical work ,sequencing, review of strategies for connections into adjoining project improvements, status of field orders, traffic control needs, and any general business. 1 1 The Contractor will prepare a "two week look ahead" schedule to facilitate coordination of work items. Modifications to Time of Completion in the Approved Schedule The date of beginning and the time for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on a date.specified in the Notice to Proceed. The Contractor will proceed with the work at such rate of progress -,to ensure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the climatic and other factors prevailing in the locality of the work. Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the proposal. The "Contract Time" anticipates "Normal" weather and climate conditions in and around the vicinity of the Project site during the times of year that the construction will be carried out. Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and that such conditions adversely affected the Contractor's work and thus required additional time to complete the work. The following specifies the procedure for the determination' of time extensions for unusually severe weather. The listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar data for the geographic location of the project. 31 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5) The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed, that the work will be carried out Mondays through Fridays (holidays accepted) unless an approved construction schedule or written authorization from the Owner indicates otherwise. The number of days of delayed work due to adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above. An actual adverse weather day must prevent work for 50 percent or more of the Contractor's workday, delay work critical to the timely completion of the project, and be documented by the Contractor. The City Representative observing the construction shall determine on a daily basis whether or not work can proceed or if work is delayed due to' adverse weather or the effects thereof. The Contractor shall notify the Engineer in writing of any disagreement'as to whether or not work can proceed on a given date, within 2 calendar days of that date. The Owner will use the above written notification in determining the number of working days for which work was delayed during each month. At the end of each month, if the number of working days for which work was delayed due to adverse weather exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time. The number of work days delayed due to adverse weather or the impact thereof will then be converted to Calendar Days based on the contract completion day and date. This conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays, and then the method of conversion of workdays to calendar days would take this into consideration. The contract time period will then be increased by the number of calendar days calculated above and a new contract completion day and date will be set. The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather -dependent activities. While extensions of time shall be granted for "unusually severe" weather or climate conditions, the Owner'shall make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall comply with the portions of the Contract Documents relating to his project schedule and amendments thereto which result from the "unusually severe" weather condition. Breakdowns in equipment or -lack of performance by the Contractor will not be considered justification for an extension of time. Liquidated damages will be assessed as delineated elsewhere: The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following, and the Contractor has promptly given written notice of such delay to the Owner or Engineer. 32 ' Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 108 PROSECUTION AND PROGRESS ' 2. To any preference, priority, or allocation order duly issued by the Owner. 3. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions,strikes, freight embargoes, and abnormal and unforeseeable weather as provided above. 3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above. 4. To any delays created by the adjoining Harmony Road Improvement Project. Subsection 108.04 shall include the following: 11 Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be permitted on weekends or holidays without written approval from the Project Manager. Work requests beyond normal working hours must be submitted to the Project Manager a minimum of (5)'working days prior to the request date. 33 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the standard specifications is hereby revised for this project as follows: Subsection 201.02 shall include the following: Ralph Zentz, assistant city forester (970-221-6302), shall be responsible for identifying the removal of tree branches, stumps, shrubs and/or other plant materials beyond those trees identified in the removal plans for removal and/or transplant. Coordinate with the assistant city forester to have tree branches, stumps, shrubs, and other plant materials marked for removal. Clearing and grubbing shall include the removal of trees less than six (6) inches in diameter, bushes and shrubs as identified by the engineer or the assistant city forester to be either removed or trimmed. All removed debris shall become the property of the contractor and shall be removed from the project site, not buried on -site. Clearing and grubbing shall include the removal of landscape timbers as directed by the engineer. Subsection 201.04 shall include the following: Pay Item Pay Unit Clearing and Grubbing Lump Sum 34 I ATTACHMENT A January 17, ` 009 i REVISICy'd 4F SECTION 702 BITUMINOUS k%TERIALS Secticne 702 of the Slandard Specifications is hereby deleted for this oraiect and realaor d m i h she follmvirg: 70201 Asp�hatt Cements: (a) S�rpave Perffompance 43rade�d Binder,:. Superpave Perrranance Graded Binders shall conform to Itie regL&eneents listed in Table 702-1. (Taken from AASHIT►O M 320) Asphaft cement shall ,not be add rnodrF4--d or alkaline amac0ded. AsphalFt cement shall not contain any used ci4s that have not been rerefined. Modifiers that do not comply v►th envirormental rules and r+egui.a ons. including 40 CPR Pan 261:0r;aj (3) (IV). and par. 2 tSubpart C shall not be added. Modifiers shall not be carcinogenic. The supplier of the PG binder _hall bee certified in accordance w the CP 11. i 1 . ' Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 202 ' REMOVAL AND TRIMMING OF TREES Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.02 shall include the following: This work includes the removal and the trimming of trees as directed by the Engineer. This work includes the preservation from injury or defacement of all vegetation and objects designated to remain. The Engineer will establish environmental limits. All trees, shrubs, plants, grasses, and other vegetative materials ' shall remain, except as designated by the Engineer. Once all directed clearing, trimming, and pruning is completed and accepted, no additional clearing, trimming, cutting, or pruning will be allowed unless approved, in writing, by the Engineer. This work shall be done by a Contractor or subcontractor who is a qualified tree surgeon and a member of the National Arborist Association. The firm's or individual's name and qualifications shall be submitted at the preconstruction conference for the Engineer's approval. A list of references and other clients shall be included with the qualifications statement. A written description of work methods and time schedules shall be submitted and approved in writing by the Engineer prior to work commencing. Access for the removal or pruning of trees will be extremely limited. Trees shall be felled at the risk of the Contractor. Strict limits of disturbance will be defined and shall be adhered to. ' Branches on trees or shrubs shall be removed as directed by the Engineer. All trimming shall be done by skilled workmen. All work shall be done according to the following requirements: ' (1) Pruning shall be done with proper, sharp, clean tools in such a manner as to preserve the natural character of the tree. ' (2) All final cuts shall leave no projections on or off the branch and shall not be cut so close as to eliminate the branch collar. (3) To avoid bark stripping, all branches 2 inches in diameter and larger shall be cut using the 3-cut method. These branches shall be lowered to the ground by proper ropes. (4) Tools used on trees known or found to be diseased, shall be disinfected with alcohol before they are used on ' other trees. (5) Structural weaknesses, decayed trunk or branches, or split crotches shall be reported to the Engineer. (6) When cutting back or topping trees, the Contractor shall use the drop -crotch method and avoid cutting back to small suckers. Smaller limbs and twigs shall be removed in such a manner so as to leave the foliage pattern evenly distributed. 35 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 202 REMOVAL AND TRIMMING OF TREES (7) When reducing size (cut back or topping) not more than one-third of the total area shall be reduced at a single operation. (8) Climbing spikes shall not be used on trees not scheduled for removal. All brush, branches, limbs, and foliage hauled off site. Stumps shall be ground 8 inches below ground level. Subsection 202.12 shall include the following: Pay Item Pay Unit Removal of Tree Each Trimming Tree Each Chipping, stockpiling mulch, and hauling and stockpiling trunks and limbs will not be paid for separately but shall be included in the work. Removal of trees.less than 3 inches in diameter will not be paid for separately but shall be included in the work. All clearing and grubbing directed by the Engineer will be paid for as lump sum under the clearing and grubbing item. 36 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 202 ' REMOVAL OF CONCRETE PIPE Section 202 of the Standard Specifications is hereby revised for this project as follows: ' Subsection 202.01 shall include the following: ' This work includes removal and disposal of existing concrete pipe within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: . ' The removed concrete pipe shall become the property of the Contractor and shall be disposed of outside the project site legally. Subsection 202.11 shall include the following: The removal of the existing concrete pipe will be measured by the linear foot of concrete pipe removed, and accepted. Excavation and backfilling will not be paid separately and shall be included in the cost for removal of concrete pipe. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit ' Removal of Concrete pipe Linear Foot Work shall include all material, equipment, labor, and disposal -of materials to complete the work. 37 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 202 REMOVAL OF SIDEWALK Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing sidewalk within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing sidewalk (6 inches thick) shall be removed in a manner that minimizes contamination of the removed sidewalk with underlying material. The removed sidewalk shall become the property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed sidewalk at the City of Fort Collins Recycling Center at Hoffman Mill Road. It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City Recycling Center. Subsection 202.11 shall include the following: The removal of the existing sidewalk will be measured by the square yard of sidewalk removed to the required. depth, and accepted. Sawcutting will not be paid separately and shall be included in the cost for removal of sidewalk. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Removal of Sidewalk Pay Unit Square Yard Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. 38 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 ' REVISION OF SECTION 202 REMOVAL OF CURB AND GUTTER Section 202 of the Standard Specifications is hereby revised for this project as follows: ' Subsection 202.01 shall include the following: This work includes removal and disposal of existing curb within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The removed curb shall become the property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed curb at the City of Fort Collins Recycling Center at Hoffman ' Mill Road. It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City Recycling Center. Subsection 202.11 shall include the following: The removal of the existing curb will be measured by the linear foot of curb removed, and accepted. Sawcutting will not be paid separately and shall be included in the cost for removal of curb. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit ' Removal of Curb and Gutter Linear Foot Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the ' work. 11 39 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 202 REMOVAL OF CONCRETE PAVEMENT Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing concrete pavement within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing concrete pavement (10 inches thick) shall be removed in a manner that minimizes contamination of the removed pavement with underlying material. The removed pavement shall become the property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed pavement at the City of Fort Collins Recycling Center at: 1380 Hoffman Mill Road Fort Collins, Colorado (970)482-1249 It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City Recycling Center. Subsection 202.11 shall include the following: The removal of the existing concrete pavement will be measured by the square yard of pavement removed to the required depth, and accepted. Location of sawcutting shall be as directly by the Engineer. Sawcutting will not be paid separately and shall be included in the cost for removal of concrete pavement. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Concrete Pavement Square Yard Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. 40 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 ' REVISION OF SECTION 202 REMOVAL OF ASPHALT MAT Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: ' This work includes removal and disposal of existing asphalt mat within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: ' The existing asphalt mat shall be removed in a manner that minimizes contamination of the removed asphalt with underlying material. The removed mat shall become the property of the City and be disposed of by any one or more of the following described methods: 1. Place material in bottom of fills as approved by the Engineer. ' 2. Haul offsite to City of Fort Collins Recycling Center at: 1380 Hoffman Mill Road Fort Collins, Colorado ' (970)482-1249 It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City Recycling Center. Subsection 202.11 shall include the following: The removal of the existing asphalt mat will be measured by the square yard of mat removed to the required depth, and accepted. ' Location of sawcutting shall be as directed by the Engineer. Sawcutting will not be paid separately and shall be included in the cost for removal of asphalt mat. ' Subsection 202.12 shall include the following: Payment will be made under: ' Pay Item Pay Unit Removal of Asphalt Mat Square Yard Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. 41 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 202 REMOVAL OF FENCE Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing fence within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing fence shall be removed in a manner that minimizes disturbance to the surrounding area. All removed fence materials shall become the property of the Contractor and shall be disposed of outside the project site legally. Subsection 202.11 shall include the following: The removal of the existing fence will be measured by the linear foot of fence removed, and accepted. Subsection 262.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Fence Linear Foot Work shall include all material, equipment, labor, and disposal of materials to complete the work, including excavating and backfilling. 42 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 203 PROOF ROLLING Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.13(f) delete and replace with the following: Proof rolling will not be measured but shall be incidental to the work. Subsection 203.14 shall include the following: Proof rolling will not be measured and paid for separately, but shall be included in the work. 43 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION'OF SECTION 207 TOPSOIL Section 207 of the standard specifications is hereby revised for this project as follows: Delete Subsection 207.04 and replace with the following: Topsoil placed behind the back of walk to the project limits shown on the plans shall be paid for by the cubic yard per plan quantity. The top six inches (6 ") of vegetation shall be stripped from the existing ground between the project limits and the existing pavement and stockpiled onsite. This material shall be used for the topsoil quantity and topsoil special — amended topsoil quantity unless otherwise directed by the engineer. All excess material shall be hauled offsite at the Contractor's expense. This material shall be paid by the cubic yard per plan quantity as Stockpile Topsoil. Subsection 207.05 shall include the following: Payment will be made under: Pay Item Topsoil Stockpile Topsoil Pay Unit Cubic Yard Cubic Yard Tilling and disking operations will not be paid for separately, but shall be included in the work. Organic amendment will not be paid for separately but shall also be included in the work. 44 January 17, 20W ' REVISIM OF SECTION 702 BITUMINOUS MATERIALS Table 7 02-1 wLTERPAVE FERFORNLA- I GFUDED BMERS Requirement for PG Binder AASHTO Property Test No. 58-28 58-34 64-22 64-28 76-28 Original Binder Properties Flasft Point T p , °C ffiiiii um 3 3 23Q •'. • .. _.. 23Q: T 13 Viscosity at 135 `C , Pas s, ti 3 a 3 -.. 1316 maximwun .DyYianime Shear, Temp. °C: wmeze , 58 .. 58 64 64' a5 T 815 G"1'a1n 4,.� 1O rafitC �' 1 OQ k1Pra . ; - - - 50 - T 51 Ductfity, 4 °C 5 cmimi;n.), cm minimum CPS 2211D:. Tough rtess, joules (in&t-lips) CP-L223Q Tenacity, gouk-s (inch-l'os) (75) Acid or Alkali Aodifkatiori (pa-#-44ai4 Piss P s . ss Pass: f? ss. Cf?- 22�4. RTFO Residue Properties CP-L 2215 Mass Liss `perenj m mulm 1 AQ 1 M, 1 AL 1.6Q 1,.D0 6P-L 22195 Dynamic Shear, Temp. °C. where 58 56 64 64 75 T 315 G'/Sin 6 10 rails = 2.20 kra Elasac Ft�cov ry. 2v:°C. pe;i in - - - f}Q T 301 ,' PTgIrL Ducti9ity, 4 °C (5 c rWrnin.), cm minimum PAY Residue Properties, Aging R 28 Temperature 100 °C ' h r, Terrip_ °C, Atem 18.' 16 22. 2n : • T 315 ':+►Sin :� . 10 rd+'s 5Qtld kFs Creep S ffMess, 60 s, Test -18 -24 -1 : -1£i -1 e, T 315 Temperature in -C S. maxihiLO , Mpa 300 300 3DG, :3bD .. 300 T 313 m-value, minimum 0_300 ti.300 Q.2-00 0.X-C 0.300 T 313 "Direct Tension. Temperature in - S -24 48 T 314 aat�sv`rnm::, ors f�aihrre sb—W ? 10, %, . "Direct tens ors measure nerdIs are rc-auired wren n-eeded to shiY& cant ante to AASIHTO m 320. ` Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 207 TOPSOIL (SPECIAL) - AMENDED ONSITE FOR MEDIAN AND PARKWAY AREAS Section 207 of the standard specifications is hereby revised for this project as follows: Subsection 207.01 shall be revised to include the following: The Contractor will have the option to either purchase amended topsoil that meets the following requirements or mix the existing material on -site to meet the requirements. If mixed on site, this work shall consist of using the onsite stockpiled topsoil and mixing with the required imported soil amending material to produce the standard 75/25 topsoil mix material. This material shall be placed in the designated landscape medians and parkway areas ' indicated 'on the plans. Subsection 207.02 shall include the following: Topsoil for this project shall consist of loose friable loam amended with organic enhancements. A. Amended Topsoil Onsite shall have the following characteristics: Shall have a range of three to four percent organic matter as determined by the ignition of moisture free sample dried to determine loss in accordance with current methods of the Association of Official Agriculture Chemists. Shall have a pH between 6.5 to 8.0. Sodium Absorption Rate (SAR) and Electrical Conductivity (EC) readings are not to exceed three mmhos/cm. ' Particle Sizes: Topsoil shall be loam to sandy loam. Must be weed free at the time of spreading operations. This can be achieved by following subsection 217.03 B. Soil Amendment: Onsite amended topsoil - Material brought to the site for amendment process shall meet the amendments at the following rate: 3 cubic yards per 1,000 square feet of organic amendment The organic amendment shall include the following: An organic product containing a mixture of composted cow or sheep manure and wood residue that has been aerobically and naturally processed in such a manner as to maintain a consistent temperature of 60 degrees Celsius (140 degrees Fahrenheit) or greater for a period of time that is long enough to accomplish the following specifications: ' l . The windrows of composted organic amendment (cow or sheep manure) have to be composted for 70 to 90 days. Certification must be provided to prove the product has gone through this process. 2. Eradicate harmful pathogens,. including coliform bacteria. 3. Create a carbon to nitrogen ratio of no less than 15/1to 25/1 4. Contain no solid particle greater than 1/2 inch in diameter. 5. Have a non -offensive smell similar to fresh turned soil. 45 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 207 TOPSOIL (SPECIAL) - AMENDED ONSITE FOR MEDIAN AND PARKWAY AREAS 6. Contain no significant level of dirt or soil and contain a maximum of 30 percent composted wood residue (pine or aspen wood). The ph after composting shall be between 5.0 and 7.5 with an organic matter content of no less than 30 percent. The contractor shall submit a 2 lb. Sample of the product four weeks before its use on the project site revision for the Engineer's approval. A Certificate of Compliance shall be provided to the Engineer to verify the organic matter content, pH and carbon matter to nitrogen ratio. . The Contractor shall submit two samples of topsoil to a soils laboratory for analysis. The cost of the test shall be at the Contractor's expense. The results will be submitted to the Engineer for review at least 60 days prior to placement. Based on the results, the Engineer can request soil amendments appropriate to have topsoil conform to these specifications at no cost to the project. The organic amendment shall be an organic product containing a mixture of composted cow or sheep manure and wood residue that has been aerobically and naturally processed in such a manner as to maintain a consistent temperature of 140 degrees. Fahrenheit or greater for a period of time of 70 to 90 days, and be approved by the Engineer. Subsection 207.03 shall include the following: All areas planted with shrubs behind the curb (parkway area) shall have the top 8 inches of soil tilled. Upon completion of tilling, the Contractor shall disk soil so as to break up all dirt clods to a size of two inches or smaller. Topsoil placement shall occur immediately after disking is complete. All areas shall be seeded or temporarily stabilized within seven calendar days after topsoil placement is completed. Spread topsoil over all areas to be planted with shrubs, to a depth of three inches. Begin placement after all rough grading, tilling, and disking operations are complete. Ten days before notice to proceed, Contractor shall submit a weed mitigation plan t the Engineer for approval This plan shall include a graphic time line showing milestone and completion dates of herbicide treatment, topsoil stockpiling, topsoil spreading and all seeding and planting times. Delete Subsection 207.04 and replace with the following: Topsoil salvaged from the roadway placed in stockpile shall paid by the cubic yard per plan quantity as Stockpile Topsoil. Topsoil special shall be measured in place by measuring random depths of topsoil, and computing the volume by multiplying the area times the average depth. Topsoil special includes the amended material secured from a source outside the right-of-way, mixing the stockpiled topsoil material with the amended material to meet the requirements for an approved 7 5/25 mix, and placing in the designated areas. Subsection 207.05 shall include the following: Payment will be made under: 46 1 1 1 1 Harmony/Shields Intersection Improvements Project Federal d Project No. AQC M455-074 REVISION OF SECTION 207 TOPSOIL (SPECIAL) - AMENDED ONSITE'FOR MEDIAN AND PARKWAY AREAS Pay Item Pay Unit Topsoil (Special) - Amended Onsite for Median and Parkway Materials Cubic Yard Tilling and disking operations will not be paid for separately, but shall be included in the work. Organic amendment will not be paid for separately but shall also be included in the work. 47 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised for this project as follows: Section 208.01 of the Standard Specifications is hereby revised for this project to include the following: Any loss of time or materials related to erosion shall be the sole responsibility of the Contractor. Any damage to surrounding properties or facilities (either on site or off site) related to erosion caused by construction of this project, will be the sole responsibility of the Contractor. Subsection 208.05 shall include the following: Silt fence shall be installed in accordance with City of Fort Collins stormwater detail D-28 and maintained for the duration of the project. Wattles shall be installed in accordance with detail in the plan set. Storm drain inlet protection shall be installed in accordance with the details in the plan set labeled IP-1, IP-2 and IP-3. It shall be the responsibility of the contractor to ensure that all roadways near the project are kept clean of construction debris. Section 208.07 shall be deleted and replaced with the following: All erosion control measures identified in the Contract and as directed by the Project Manager will not be measured and paid for separately but will be the plan quantities. The unit cost price bid will be full compensation for all work required to complete the item. The Erosion Control Supervisor will be measured by the hour. Street sweeping will not be measured but shall be incidental to the work. Subsection 208.08 shall include the following: Pay Item Pay Unit Silt Fence Linear Foot Concrete Washout Structure Each Storm Drain Inlet Protection (Type 1) Each Storm Drain Inlet Protection (Type 2) Each Storm Drain Inlet Protection (Type 3) Each . Wattle Each Construction Fence Linear Foot Stabilized Construction Entrance Each Erosion Control Supervisor Hour Street sweeping will not be measured and paid for separately, but shall be included in the work. The travel time for the Erosion Control Supervisor shall be considered incidental to the work. 48 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 ' REVISION OF SECTION 209 WATERING ' Section 209 of the Standard Specifications is hereby revised for this project as follows: Subsection 209.06 shall include the following: 1 All landscaping including but not limited to the existing trees, shrubs, flower beds, and sod planted at all locations on the project where the construction has affected the existing irrigation system shall be watered as directed by the Engineer for the months of November through April. This item will be measured by the gallon. Pay Item Pay Unit Water (Landscaping) Gallon 1 49 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 210 RESET WATER SERVICE Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.02 shall include the following: Reset Water Service consists of removing the existing water meter and meter pit and installing a new water meter and meter pit at locations shown on the plans according to the requirements of the current Fort Collins -Loveland Water District Utilities Standard Construction Specifications. The Contractor shall cooperate and coordinate with the Fort Collins -Loveland Water District when shutting off water to minimize downtime to customers. Subsection 210.12 shall include the following: Reset Water Service will be measured by the actual number reset and shall include all work and materials necessary to remove items from their existing location and reset them at the new location and to install the new water meter. Subsection 210.13 shall include the following: Pay Item Pay Unit Reset Water Service Each 50 ' Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 210 RESET FIRE HYDRANT Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.02 shall include the following: ' Reset fire hydrant consists of removing the existing fire hydrant assembly and installing a new fire hydrant assembly at locations shown on the plans according to the requirements of the current Fort Collins -Loveland Water District Utilities Standard Construction Specifications. The Contractor shall cooperate and coordinate with the Fort Collins -Loveland Water District when shutting off water to minimize downtime to customers. ' Subsection 210.12 shall include the following: Reset Fire Hydrant will be measured by the actual number reset and shall include all work and materials necessary to remove items from their existing location and reset them at the new location and to install the new water meter. I Subsection 210.13 shall include the following: Pay Item Pay Unit Reset Fire Hydrant Each 9U Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 304 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is hereby revised for this project as follows: Subsection 304.02 shall include the following: Materials for the base course shall be Aggregate Base Course (Class 6) as shown in subsection 703.03 The aggregate base course (Class 6) must meet the gradation requirements and have a resilient modulus of at least 32,883 psi or a resistance value, R078 when tested by the Hveem Stabilometer method. Subsection 304.04 shall include the following: Any excavation and fill required to place the aggregate base course and the preparation of the subgrade will not be measure and paid for separately, but shall be included in the work. Any access excavated material not used on site shall become the property of the Contractor and shall be disposed of at the City of Fort Collins Recycling Center at Hoffman Mill Road. Materials not accepted at the City Recycling Center shall be disposed of outside the project site. Subsection 304.08 shall include the following: Payment will be made under: Pay Item Pay Unit Aggregate Base Course (Class 6) Ton Work shall include all material, equipment, labor, and disposal of any access excavated materials, including hauling, to complete the work. 52 Harmony/Shields Intersection Improvements Project Federabl id Project No. AQC M455-074 REVISION OF SECTION 403 ' HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: ' Subsection 403.02 shall include the following: The design mix for hot mix asphalt shall conform to the following: ' TABLE 403-1 ropert Test Value For Grading S(100) SG(100) Method it Voids, percent at: N(initial) [for information only] CPL 5115 >11.0 >11.0 N(design) 3.5-4.5 3.5-4.5 Lab Compaction (Revolutions): N (initial) [for information only] CPL 5115 8 8 N (design) 100 100 Stability, minimum CPL 5106 30 30 Minimum % of the aggregate retained n the 4.75 mm (No. 4) sieve having at CP 45 90 80 east 2 mechanically induced fractured . Accelerated Moisture Susceptibility CPL 5109 Tensile Strength Ratio (Lournan), Method B 80 80 minimum Minimum Dry Split Tensile Strength, CPL 5109 a (psi) Method 205 (30) 205 (30) Grade of Asphalt Cement, Top Layer PG 64-28 Grade of Asphalt Cement, Layers below PG 58-28 0 Voids in the Mineral Aggregate (VMA) See Table See Table % minimum CP 48 403-2 403-2 Voids Filled with Asphalt (VFA), % AI MS-2 65-75 65-75 Dust to Asphalt Ratio Fine Gradation CP 50 0.6 - 1.2 0.6 - 1.2 Coarse Gradation 0.8 - 1.6 0.8 - 1.6 Note: Al MS-2 = Asphalt Institute Manual Series 2 Note: The current version of CPL 5115 is available from the Region Materials Engineer. Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. ote: Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are considered a coarse gradation if they pass below the maximum density line at the #4 screen. Gradations for mixes with a nominal maximum aggregate size of 3/4 inch or smaller are considered a coarse gradation if they pass below the maximum density line at the #8 screen. 53 1 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 403 HOT MIX ASPHALT All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to 1.0 percent below the mix design optimum TABLE 403-2 Minimum Voids in the Mineral Aggregate (VMA) Nominal ***Design Air Voids ** Maximum Size*, mm (inches) 3.5 % °' 4.0 % 4.5 % 37.5 (11/2) 11.5 12.0 12.5 25.0 (1) 12.5 13.0 13.5 19.0 (3/4) 13.5 14.0 14.5 12.5 (1/2) 14.5 15.0 15.5 9.5 (3/8) 15.5 16.0 16.5 * The Nominal Maximum Size is defined as one sieve larger than the first sieve to retain more than' 10%. ** Interpolate specified VMA values for design air voids between those listed. *** Air Void Criteria: A design air void range of 3.5 to 4.5% with a target of 4.0% will be used on all mixes. The air void criteria will be applied to the approval of the design mix. The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HMA. This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer, determines that segregation is unacceptable, the,paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. The hot mix asphalt top layer shall not contain any reclaimed or recycled asphalt pavement. Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading S) (100). To prevent stripping, a minimum of I percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot mix asphalt. 54 January 17, 210GS REVISION OF SECTION 702 BITUMINOUS MATERIALS Acceptance Samples of the PG binder Wil be taken on the project in aocordanse- -.vith the ::-nedule in the Field Matsrizft Manual - The Depxtment will test for acid rnodifrcatic�n and all aline modification, during tl-e binder oertification process. Thereafter, the Department will randomly test for acid mcdlfisatbn and alkaline -nod ification. (b) DarWp.►r o5ng_ Asphalt for damp proofing shall forrn to the requirementsof ASTPA D 449, and the ' asphaltic primer shall conform to the re<gteire:rrents .at ASTLI D 41. 702.02 Liquid Asphaltic Materials_ Liquid aspnaffio materials shall conform to the requirementsc of AASHTO M 81, M 82, and ASTM D 2D226 for the designated types and grades. 702-03 Emulsified Asphatts_ ErnuLsified asphalts shall conform to AASHTO M 140 or M ZDS for the designated types and grades. Emulsified .asphalt and ;aggregate used for seal scuts shall be sampled and. will be tested fdT iinfsrrnawm onty in ,accordano-e with CP-L 2213. Men grade CSS-1h or SS-1h emulsified asphalt is used fur ta&. cat, residua penetration test valises shall be 40 to 12D_ Emulsined aspnafit (HFt.,1;-2S) widh a residual penetration greater than 300 dram shall conform to a I p7operde= listed in AASHTO M 140, Table 1 except. that durti'lity shall be reported for information only - (a) Eymiwion for Seal Goat. Polymerized emuis5ons for seal scat shall conform to the requirements listed in Table 702-2- Emulsion for seal coat shall be an erdulsified Wend of polymerized asphalt, water, and emulsifiers. The aspnalt cement cull be polymerized prior to emulsification and shall contain .at least 3 percent, po'rymer by weight of asphalt oe-ment. The emulsion standing undisturbed for a mirAmum of 24 hours shall shove rbo why, n-Oky separation bLn shall be smooth and homogeneous th'rroughout. The emulsion shall be pumpable and surtabke for apocation thr Wh a distributor. Harmony/Shields Intersection Improvements Project ' FederaUid Project No. AQC M455-074 ' REVISION OF SECTION 403 HOT MIX ASPHALT Acceptance samples shall be taken as per CP-41. ' Subsection 403.03 shall include the following: ' The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. Delete subsection 403.05 and replace with the following: 403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the ' contract unit price per ton for the bituminous mixture. Payment will be made under: ' Pay Item Pay Unit Hot Mix Asphalt (Patching) (Asphalt) Ton Hot Mix Asphalt (Grading SG) (100) (PG 58-28) Ton ' Hot Mix Asphalt (Grading S) (100) (PG 64-28) Ton Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot mix asphalt item will not be paid for separately, but shall be included in the unit price bid. When the pay item includes the PG binder grade, the asphalt cement will not be measured and paid for separately, but shall be included in the work. When the pay item does not include the PG. binder grade, asphalt cement will be measured and paid for in accordance with Section 411. Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and paid for separately, but shall be included in the work. Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately, but shall be included in the work. J 1 1 1 55 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT Section 412 of the Standard Specifications is hereby revised for this project as follows: Subsection 412.03 shall include the following: Colored concrete paving as indicated on the plans shall be class P concrete in accordance with Section 601. Concrete Pavement (Colored and Stamped Concrete Crosswalks) to be Davis Color Tile Red Subsection 412.03 shall include the following: Contractor shall provide up to three mock-up slabs of each colored concrete paving. Finished products that do not match the approved test slab shall be removed and replaced by the Contractor at no cost to the Owner. Subsection 412.18 shall include the following: The contractor shall cut the transverse and longitudinal joints to the width and depth required. The cut shall be made with a power drive saw equipped with diamond blades. The residue from sawing shall be removed from the pavement by the Contractor. The material shall be removed at the time of the sawing operation using equipment designed for that purpose. Any damage to the concrete pavement such as spalling or fracturing shall be repaired by the Contractor as directed by the Engineer at no cost to the project.. The joints shall be immediately flushed with water to remove any sawing residue. Cleaning, repairing, and proper curing of any spills, fractures, breaks; or voids in the concrete surface of the joints shall be accomplished prior to installing the backer rod material or joint sealant. The backer rod shall be placed in such a manner that the grade for the proper depth of the seal material is maintained. Subsection 4 12.24(a) shall include the following: Pay Item Pay Unit Concrete Pavement (1 0-1/2 inch) - Colored and Stamped Concrete Crosswalks Square Yard Th price of all pay itmes shall be full compensation for furnishing and placing all materials including test slabs, and demolition of test slabs, excavation, concrete, color additives, stamp mold, forms, joint materials, reinforcement, tooling and finishing. 56 �I ' Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 ' REVISION OF SECTION 412 FAST TRACK PORTLAND CEMENT CONCRETE PAVEMENT Section 412 of the Standard Specifications is hereby revised for this project as follows: ' Subsection 412.03 shall include the following: Where Concrete Pavement (Fast Track) is specified in the Contract, the concrete shall be Concrete Class P (Fast Track) and shall conform to the requirements for Concrete Class P as described in Section 601. Substitution of other classes of concrete will not be allowed. Subsection 412.04 shall include the following: Type III cement will be permitted for Concrete Class P (Fast Track). For Concrete Class P (Fast Track), the Contractor shall develop maturity relationships in accordance with ASTM C 1074 with the following additions or modifications: ' 1. The cylinders used to establish the compressive strength vs. maturity relationship shall be cast and cured in the field in conditions similar to the project. I 2. These cylinders shall be tested in pairs at times which yield compressive strengths three sets of which are at or below 17 Mpa (2500 psi) and one of which is above 17 Mpa (2500 psi). 3. Testing to determine datum temperature or activation energy will not be required. 4. A test slab shall be cast at the same time and location as the cylinders. The test slab shall have a length and width of 2 in x 2 in (6 feet x 6 feet) and a thickness equal to the pavement design thickness. The maturity of the test slab, when used in the compressive strength vs. maturity relationship from the cylinders, shall indicate that a compressive strength of 17 Mpa (2500 psi) is achieved in the required time. Slab maturity will be determined with two probes located in the slab approximately 300 mm and 600 mm 1 (1 and 2 feet) from the edge. The test slab shall be covered with a blanket similar to the one to be used on the pavement. The development of the maturity relationship and maturity determination of the test slab is part of the trial mix and shall thus be documented in the Concrete Mix Design Report. The Contractor shall provide a multi -channel maturity meter and all necessary wire and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meter and wire. Placement shall be as directed by the Engineer. ' Calcium chloride will not be allowed. Admixtures which conform to AASHTO M 194 Type F (water reducing, high range) and Type G (water reducing, high range and retarding) will be permitted for Concrete Class P (Fast Track). ' Subsection 412.14 shall include the following: ' For Concrete Pavement (Fast Track) curing blankets with a minimum R-Value of 0.5 shall be provided, in addition to the membrane curing, and shall be placed as soon as they can be placed without marring the surface 1 57 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 412 FAST TRACK PORTLAND CEMENT CONCRETE PAVEMENT Subsection 412.18 shall include the following: The transverse and untied longitudinal joints of Concrete Pavement (Fast Track) shall be cleaned and sealed with preformed compression joint seals prior to opening of the pavement to traffic. Subsection 412.22 shall include the following: The Concrete Pavement (Fast Track) shall not be opened to traffic until the maturity value of the last concrete placed, determined by the Contractor in accordance with ASTM C 1074 as modified in subsection 412.04, as revised for this project, indicates that 17 MPa (2500 psi) minimum field compressive strength has been achieved. For Concrete Class P (Fast Track) a field compressive strength of 17 MPa (2500 psi) shall be achieved within 24 and 48 hours after placement. Subsection 4 12.24(a) shall include the following: Pay Item Pay Unit Concrete Pavement (1 0-1 A inch) (Fast Track) (24 Hour) Square Yard Concrete Pavement (1 0-1A inch) (Fast Track) (48 Hour) Square Yard Furnishing, calibrating and use of the maturity meter, wire, and other appurtenances including the molding, curing and breaking of cylinders for calibration, and placement of. the slab will not be measured and paid for separately, but shall be included in the work. 58 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 ' REVISION OF SECTION 514 HANDRAIL Section 514 of the Standard Specifications is hereby deleted in its entirety and replaced with the following: 514.01 This work shall consist of furnishing all equipment, labor, fabrication and materials to do all work necessary to construct the hand rail as indicated on the drawings and as specified herein. ' 514.02 Steel shall conform to the requirements of Section 509 and the following: I 1. 1 1,4" diameter standard weight tube pipe with 6" x 3" x 1,4" steel anchor plates, 1,4" diameter anchor bolts with heavy hex head nut and washer, or approved equal. ' Welding shall conform to the American Welding Society Structural Weld Code — Steel D1. 1. Shop Drawings: Submit shop drawings of all metal railing fabrications to Engineer for approval, showing sizes and thickness of all members, types of materials, methods of connection and assembly, complete dimensions, ' clearances, anchorage, relationship to surrounding work by other trades, shop paint and protective coatings, and other pertinent details of fabrication and installation. a. Field -measurement of wall construction and pre -installed anchor plates shall be conducted prior to development of shop drawings to verify required dimensioning of railing. b. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, openings, size and type of ' fasteners and any accessories. c. Include erection drawings, elevations, applicable details and.field dimensions. d. Indicate welded connection using standard AWS welding symbols. Indicate net weld lengths. Samples: Submit material information as listed in the following. 1. Do not order materials or begin fabrication until Engineer's review of submittals has been completed and returned. 2. Furnish to the Contractor with copy to the Engineer, a certified statement that the shop applied galvanizing and finishes conform to these specifications, including compliance with application thickness and adhesion. Immediately before applying the metal primer, remove rust, loose mill scale, dirt, weld flux, weld splatter, and other foreign materials with SSPC-SP6 commercial sandblast treatment. ' Steel railing elements shall then be painted with semi -gloss enamel over a shop coat of metal primer. ' Following erection of the metal work, clean any field welds made, bolted connections and abraded areas of shop paint and exposed areas, and touch up with same finish as used for shop painting. Weld plates provided along the top of the retaining wall shall be field painted to match the railing. Care shall be exercised to produce a uniform finish between the shop paint and the touch-up paint. 516.06 Materials shall be carefully handled and stored under cover in manner to prevent deformation and damage to the materials and to shop finishes, and to prevent rusting and the accumulation of foreign matter on the metal work. All such work shall be repaired and cleaned both prior to and after erection. 59 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 514 HANDRAIL Work shall be erected square, plumb and true, accurately fitted, and with tight joints and intersections Materials shall be new stock, free from defects impairing strength, durability or appearance and of best commercial quality for each intended purpose. Connections shall be continuous -welded type for rigid construction, with weld ground smooth. Welding shall conform to applicable requirements of AWSW D1. 1. Metal surfaces shall be cleaned and free from mill scale, flake, rust and rust pitting; well formed and finished to shape and size, true to details with straight, sharp lines and angles and smooth surfaces. Exposed sheared edges shall be eased. Weld all permanent connections. Wall shall be continuous on all exposed surfaces; exposed weld shall be ground flush and smooth with voids filled and with metallic filling compound. Pedestrian rail shall be rigidly braced and secured to surrounding construction, and shall be tight and free of rattle, vibration, or noticeable deflection during construction. Rail shall be of Architectural Quality. Exceptional care shall be taken in welding and grinding, filing and surface sanding to provide truly smooth, clean, neat, and flush construction throughout, free of all surface defects and defacements. Remove and replace work at no additional cost to the project for work of this section which is improperly located or is not true to line, and plumb within tolerances as indicated on the drawings. Repair damaged components and finishes as recommended by the manufacturer and as indicated herein. 514.07 Handrail shall be measured and paid for by the linear foot from end to end of metal rail sections, as shown on the plans. Payment will be full compensation for all labor, equipment and materials required to complete the installation, including field welding, fabrication, finishes, and installation. 514.08 The accepted quantities of the handrail measured as provided above will be paid for at the Contract unit price per linear foot. Payment will be made under: Pay Item Handrail 60 Pay Unit LF Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 605 MEDIAN UNDERDRAIN Section 605 of the Standard Specifications is hereby revised for this project as follows: Subsection 605.01 shall include the following: This work consists of constructing median underdrains in accordance with these specifications and in conformity of the median detail indicated on the plans. This work shall include installing the 10 Mil plastic liner, the 4" perforated pipe wrapped in weed barrier fabric, and class 67 bedding. Subsection 605.07 shall include the following: The median underdrain including the plastic liner, the 4" perforated pipe wrapped in weed barrier fabric, and class 67 bedding will all be measured as one unit and paid for as 4 Inch Perforated Pipe Underdrain by the linear foot. Payment will be made under: Pay Item Pay Unit 4 Inch Nonperforated Pipe Underdrain LF 4 Inch Perforated Pipe Underdrain LF All labor, excavation, preparation, compaction, and clean outs will not be measured and paid for separately, but shall be included in the work. 61 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS Section 608 of the Standard Specifications is hereby revised for this project as follows: Section 608.01 shall include the following: This work consists of the,construction of the paving for concrete sidewalks, and concrete curb ramps. In subsection 608.02 delete the second paragraph and replace with the following: Concrete for sidewalks, bikeways and shall be Class B, and meet the requirements in Section 601. Subsection 608.03 shall include the following: Finished products that do not match the approved test slab shall be removed and replaced by the Contractor at no cost to the Owner. Record date, location, and quantity of pour, as well as air temperature at time of pour. Subsection 608.03(b) shall include the following: For Surfaces Exposed to View: Form faces must be free from raised grain, tears, worn edges, patches, dents, or other defects which would impair texture of the concrete surfaces. Minimize number of seams in form material, and arrange seams in an orderly fashion. To minimize potential cracking, no section of concrete shall have any angle less than 90 degrees. After stripping of the forms, if any concrete is found to be not formed as shown on the drawings, is out of alignment of level, or shows a defective surface, it will be considered as not conforming with the intent of these standards and specifications, and shall be removed and replaced at the Contractor's expense, unless the Engineer gives permission -to patch the defective area. Delete subsection 608.03(d) and replace with the following: Sidewalk: Concrete sidewalks trails shall be medium broom finished with joints located per drawings. All outside edges of the slab and all joints shall be edged with a 1/4-inch radius edging tool. Thoroughly wash the surface with water prior to acceptance. Surface Planeness for,Concrete Paving. Unless otherwise specified, produce slabs with the following tolerance. Finishes shall be true planes within 1/4-inch in 10 feet, as determined by a 10 foot straight edge placed anywhere on the slab in any direction. Subsection 608.03(e) shall include the following: 62 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS A. Expansion joints/construction joints/ for concrete paving: 1. Expansion joints to be spaced no greater than every 300 feet. 2. Extend joint filler the full depth of the slab. Hold back filler 1/2-inch from top of slab. 3. Joint sealant or caulk shall match color of concrete; caulking shall not extend above level of pavement. B. Score Joints. 1. Construct sawcut and tooled score joints as detailed on the plans. 2. Score joints shall be 1/4 of paving depth. 3. Tooled joints to have a 1/4-inch radius and shall not incorporate a trowelled edge except where indicated on the drawings. Score joints into plastic concrete during finishing operations. Subsection 608.06 shall include the following: Pay Item Pay Unit Concrete Sidewalk SY The price all pay items shall be full compensation for furnishing and placing all materials including test slabs, and demolition of test slabs, excavation, concrete, forms, joint materials, reinforcement, tooling and finishing. 63 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 608 CONCRETE CURB RAMP Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall include the following: This work includes the installation of detectable warnings on concrete curb ramps at the locations shown on the plans and in accordance with the plans. Subsection 608.02 shall include the following: Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the plans. Domes shall be prefabricated by the manufacturer as a pattern on concrete or masonry pavers. Pavers shall meet all Americans with Disabilities Act (ADA) requirements for truncated domes, and when installed, shall be capable of producing the pattern of domes as shown on the plans. Pavers shall meet the requirements of ASTM C 902 or ASTM C 936. Alternate materials may be used, if pre -approved by the Engineer. The Contractor shall submit.a sample of the product, the name of the selected supplier, and documentation that the product meets all contrast requirements and will be fully compatible with the curb ramp surface to the Engineer for approval prior to start of work. Known vendors of alternate products include but are not limited to the following: Vendor Name Product Phone Numbers AST in TACT Warning TMA Construction Supply 303-295-6050 Panels {East Jordan.; on Works; Iric Truncated'_Dome Plates "' 800 626 4653 z f The domes and the underlying surface shall have a minimum of 70% contrast with the light reflectivity of the adjoining surface. The contrast shall be verified using the following equation: Contrast = I (B1B B2)Jx100 L � Where Bi = Light Reflectance Value (LRV) of the lighter area sz = LRV of the darker area Absolute black and white will not be permitted. The contrast shall be achieved by adding pigment during the fabrication of the paver. Prior to start of work, the Contractor shall submit appropriate documentation from the manufacturer verifying that the contrast has been met, along with a sample paver, to the Engineer for approval. 64 January 17, 2+008 4 RIDASI ON OF SECTION 702 BITUMINOUS MATERIALS: Iable ?{a2-, POLIMERIZEDFOR A FAT, c'nAT, Prop"V C1tS-2P CIA S-2P HE1ZS-2P HF11S-211 I "-'RTO Test No. . . 59 i?rrssaw, PoS Jve TSB D.10 D 'efJ 0.'10 6.10 T 52 49 .: TI EQ 3;0 3.0 3.0 3.0 T-59 T:5�tr Tests on residue: Pene�airon:`25 °C lDOg 55; mtn mm TO Penetration, 2-5 °C, 1 DDg, 5s. max. dmm 1.50 150 150 150 T 41g y Duct rty 25 t� 5 cmlmin rxri m n 75 7F r T Sdubtity, in trichloroethylene% min 97.5 97.5 97.5 97.5 T 44 l=1as`id Recovery n�5;°G ruin `" =: 5� 58 T 30i Fioat Test, 50 110, s min 12C%D 1200 T EC ToughroasS tai-Ibs min 70 'Q GPI2210 Tenadty, in4bs, rain 45 .45 CP-L 2210 "if suooessful application is acNe•ved in the field, the Engineer may wave this requ.L-emsnt GP-L 2212 is a rapid evaporation test for determining percent residue of an emulsion and providing material for tests on residue_ CP-L 2212 is for acceptant only. If the percent residue or any test on the residue fails to meet specifications, the tests will be repeated using the otistillativn test in coniormarice with AASH T 0 T-59 to determine acceptabilty. For polymerized emulsions the distillation and evaporation tests YMTI in be in o onformance with AASHTO T -59 or GP-L 2212 respectively with modifications to include 205 t 5 OC (40D t '10 n- maximum temperature to be held for 15 minutes. ' Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 REVISION OF SECTION 608 ' CONCRETE CURB RAMP Bedding and joint sand shall be free of deleterious or foreign matter. The sand shall be natural or manufactured ' from crushed rock. Limestone screenings or stone dust shall not be used. Sand for bedding material shall conform to ASTM C 33. Sand that is to be placed between joints shall conform to ASTM C 144. Subsection 608.03 shall include the following: (g) Detectable Warnings. Pre -fabricated pavers for detectable warnings shall be brought to the site in steel banded, plastic banded or plastic wrapped cubes capable of being transported by a fork lift or clamp lift. Pavers shall be carefully removed and stacked in a manner which results in the least amount of damage. All pavers that are damaged during transport or delivery will be rejected and shall be replaced at the Contractor's expense. Minor cracks or chipping due to transport and handling that do not interfere with the structural integrity of the paver or the overall pattern of truncated domes will not be deemed 'as grounds for rejection. The Contractor shall spread the bedding sand evenly in the area defined and shall screed the sand to an appropriate embedment depth as shown on the plans or as directed by the Engineer. Sufficient sand should be ' placed to stay ahead of laid pavers Pavers shall be placed in a running bond pattern. Domes shall be aligned to create a square grid in the ' predominant direction of travel as shown in the plans. Pavers shall be installed such that the base of the truncated dome is at the same elevation as the adjoining surface, allowing for a smooth transition between the curb ramp and the detectable warning. When cut pavers are required to fill gaps between the pavers and the edge of concrete, the Contractor shall bevel portions of the truncated domes at a 45-degree angle to create a smooth transition between the partial dome and the curb ramp surface. Unless otherwise directed by the Engineer, pavers shall be cut and installed in such a manner that the domes on the cut sections will not significantly impact the overall pattern of the truncated domes. ' The Contractor shall use a plate vibrator to embed the pavers into the sand. The size and type of plate vibrator shall be in accordance with manufacturer's recommendations, or as directed by the Engineer. All pavers that are damaged during embedment shall be replaced at the Contractor's expense. ' Joint spacing between paver units shall be in accordance with the manufacturer's recommendations, or as approved by the Engineer. Joints shall be filled completely with joint sand. Excess sand shall be removed by sweeping. 1 (h) Alternate products. Alternate materials shall be installed in accordance with manufacturer's recommendations. ' The concrete surface to which alternate materials are to be applied shall be prepared in accordance with manufacturer's recommendations. Material requirements, color and application shall be in accordance with manufacturer's recommendations and as approved by the Engineer. Subsection 608.05 shall include the following: 1 65 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION'608 CONCRETE CURB RAMP Detectable warnings on curb ramps, including sand, pavers,. alternate. materials, and all other work and materials necessary for fabrication, transport, and installation will not be measured and paid for separately, but shall be included in the work. 66 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 609 ' CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised for this project as follows: ' Subsection 609.02 shall be deleted in its entirety and replaced with the following: 609.02 Materials shall meet the requirements specified in the following subsections: Joint Fillers 705.01 Bed Course Material 703.07 ' All concrete used for Curb and Gutter shall be Class B and meet the requirements in Section 601. ' All concrete mix designs utilized shall be submitted to the City representative and approved a minimum of one week prior to the beginning of construction. Concrete mixes will be subject to inspection and tests as required to assure compliance with quality requirements. ' Subsection 609.06 shall include the following: ' Pay Item Pay Unit Curb and Gutter Type 2 (Section I-B) LF Curb and Gutter Type 2 (Section H-B) LF ' Gutter Type 2(10 Foot) LF The price of all pay items shall be full compensation for all excavation, concrete, forms, joint materials, reinforcement, tooling and finishing. 11 67 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 610 MEDIAN COVER MATERIAL Section 610 of the Standard Specifications is hereby revised for this project as follows: In subsection 610.02 delete the second paragraph and replace with the following: All concrete used for median cover material shall be Class B and meet the requirements in Section 601. Coloring agent shall be Davis Color San Diego Buff. All concrete mix designs utilized shall be submitted to the City representative and approved a minimum of one week prior to the beginning of construction. In subsection 610.03 delete the third paragraph and replace with the following: (b) Concrete. Construction requirements shall conform to the requirements of subsection 608.03. The surface finish shall be exposed aggregate as indicated on the plans. Subsection 610.05 shall include the following: Pay Item Median Cover Material (Decorative) Pay Unit SF The price for all pay items shall be full compensation for furnishing and placing all materials including test slabs, and demolition of test slabs, excavation, concrete, forms, joint materials, reinforcement, tooling, finishing and removing polyethylene. 68 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF 614 ' TRAFFIC CONTROL DEVICES Section 614 of the Standard Specifications is hereby revised for this project as follows: Subsection 614.01 shall include the following: ' The City of Fort Collins will furnish and install all traffic control devices for the project. The Contractor is required to coordinate with the City for the completion of the work. I . I I I 69 F Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 620 FIELD FACILITIES Section 620 of the Standard Specifications is hereby revised.for this project as follows: Subsection 620.01 shall be deleted in its entirety and replaced with the following: The Contractor shall furnish a temporary field office for the owner and sanitary facilities separate from the Contractor's facilities. The Contractor shall provide the location for the facility and construction staging area subject to the owner's acceptance. The Contractor shall furnish, install and maintain a temporary field office for the owner during the entire construction period, including providing and paying for utility hook-up to include power and heating and cooling. These units are to be maintained and cleaned at least weekly by the Contractor and removed when the project is completed unless released earlier by the Engineer. Subsection 620.02 shall be deleted in its entirety and replaced with the following: 620.02 Field Offices. Field Office shall be Class.2 and substantially conform to the requirements of this section. The field office shall be a minimum of 330 square feet in plan with a 90-inch or higher ceiling and shall be of weathertight construction. Windows shall be placed on not fewer than two sides. At least two latchable windows and one entrance door complete with cylinder lock and four keys shall be built into the walls. The Contractor shall provide and pay for the following furnishings: Minimum of 4 electrical outlet boxes 2 Suitable office desks with drawers and locks 2 suitable office tables not less than 3'x5' 3 office chairs 2 waste baskets 1 supply cabinet with not less than 10 square feet of shelving 1 metal filing cabinet, 18" x 32" with 4 lockable drawers Exterior Lighting and Entrance door Automatic heating and air conditioning equipment to maintain comfort conditions of 707F. Drinking water dispensed with an acceptable cooling device Toilet facilities One (1) 10-inch outdoor type thermometer Locking doors with two (2) sets of keys The materials may be new or used, but must be serviceable, adequate for the required purpose, and must not violate applicable codes or regulations. In subsection 620.07 delete the third paragraph regarding telephone. 70 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the Standard Specifications is hereby revised for this project as follows: Subsection 625.01 is hereby revised to include the following: The City of Fort Collins will provide all construction survey staking for the project. City Survey Crews will ' perform the surveying required for the Harmony and Shields Intersection Improvement Project No AQC M455- 074 and the Harmony Road Improvements Project. I The Contractor must submit a survey request form to the City Surveyors a minimum of 72 hours prior to needing any surveying. If the requested survey cannot be accomplished in the time frame requested by the Contractor and it will affect the critical path on the construction schedule, the City will utilize a Contract Surveyor at the owner's expense. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime, ' the Contractor shall pay the additional overtime expense. The Contractor shall specify the offsets required for each survey item. This information shall be provided at the pre -construction meeting. All survey staking destroyed by the Contractor, vandalism or by any other reason will be replaced at the ' Contractor's expense. The Contractor's designated representative will be required to authorize any requested re - staking or additional services at the time the services are completed. Services designated as extra will be billed at an hourly rate per the prevailing rate schedule of the surveyor. The Contractor shall be responsible for transferring the information from the construction staked to any necessary forms and for constructing'all'pipelines, drainage ways, pavements, inlets, walls, and other structures in accordance with the information.on the stakes and grade sheets supplied by the owner. All existing survey monuments and property corner located outside of the project grading limits as defined on the plans that are damaged or destroyed by the Contractor will be replaced at the Contractor's expense. ' The Contractor shall have supervision, knowledge of the project requirements and proper installation, and construction procedures, available in the field at all times that work is progressing. ' All existing survey monuments and property corners located within the project grading limits which are intended to remain in place and intact as defined on the plans shall be protected by the Contractor. Where necessary monuments, property corners, and section corners will be adjusted or replaced by the City for this project. 1. Control Location of horizontal and vertical control points will be provided at approximately 1000-foot intervals. Monuments will be set outside the limits of construction. 2. Easements and Right of Way 71 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF SECTION 625 CONSTRUCTION SURVEYING Temporary construction easements (TCE) and those portions of right of way between TCE's will be staked at 100 foot intervals on tangents, PCs, 50 foot intervals on curves, angle points and corner points. 3. Excavation and Embankment a. One set of slope stakes at 50-foot intervals (stations) on each side of the proposed road including intersections. Staking information to include cut/fill for ❑ "limit of cut" or "limit of fill" location ❑ decision point (ditch flowline or grade break) ❑ edge of pavement ❑ roadway centerline b. One set of shoulder and/or curb stakes at 50-foot stations on each side of the road including intersections. c. One set of slope or shoulder stakes for the grading of each driveway and field access. d. Ditch grades shall be defined by the slope staking described above. 1 Storm Drainaee One set of offset stakes for each storm drain pipe and inlets. 2. Utility Crossing One set of offset stakes for the utility conduit crossings. 3. Subarade and Pavin a. One set of blue top subgrade stakes at 50-foot stations on tangents, PCs and PT's after completion of the subgrade preparation. Stakes to be set at 25-foot stations for horizontal curves with radius less than 1,000 feet and at all vertical curves. Blue tops will be set on. centerline and the edge of pavement on both sides of the roadway. These blue tops will remain in place to be used for the aggregate base course or paving operations. 4. Signs One set of stakes to locate each sign. 5. Delineators No survey will be provided. The Contractor shall install delineators as specified in the plans. 6. Striping City of Fort Collins will provide layout of all temporary pavement striping for the Contractor. 7. Mailboxes, Newspaper Boxes and Address Posts 72 Harmony/Shields Intersection Improvements Project FederalAid Proiect No. AOC M455-074 REVISION OF SECTION 625 CONSTRUCTION SURVEYING No survey will be provided. The Contractor shall reset all mailboxes, newspaper boxes and address posts per agreement with the property owner and approval by the Engineer. 8. Property Corners and Section Corners . Reset property corners located along the right of way and section corners within the project grading limits. 73 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 REVISION OF 627 PAVEMENT MARKING Section 627 of the Standard Specifications is hereby revised for this project as follows: Subsection 627.01 shall include the following: The City of Fort Collins will furnish and install all permanent pavement markings and signing for the project. The Contractor is required to coordinate with the City for the completion of the work. 74 1 [j I 1 I 11 January 17, ? 1Q3 F, RallSICrN OF SECTION 702 BITUMINOUS hf,R.TERKI-S (b ) Fmuli:r for Farr. Gaot_ Emuisiof for prime coat shall conform to the requirements a Table f 02-'3. Circulate before use if not used a thin 24 hours. Table 7 02-3 A.SPH-kL.T F-,N L7L5TUNTOR PR T'k;riF C-n AT kA SHT0 ProgeM- - Requiremeut Test Itio. . . `� '.6.y.�a sY" ��"`i.«�'an"'��'A`T�m era 3•t�irevv-- -�,rs^x�-rty, v, �..- -r �- �' mvti T9 aa y1 �'"�4 S;'(� ��,y� 3✓1*` f#� A k 4t.~ 4 6�' I'! 47t �y' �➢� � hrl� 13 V43..k+.� fib _ ...�.r_.� > s3..., �o-7..-�-.:uI.__ea a., j,.. y._.'a'�4'�Vi,..w�t�ti .%., _��,r,..�.:_,.� st. _..S; .e�" Oil Distillate by Volume, % L.�.,.1......a:.. _�_�•F. 7% max. T59 Tests an Residue from Distillation: (c) Recychgg Agent ;Recycling Agent for Item 4N, Colo Ekituminous Pavement (Recycle), shall be either a high That emulsified .asphalt (polymerized) or an emulsified rseyding agent as fomowvs: i. High Float Emulsified Asphalt (Pociymwe ized). High Float Emulsified Asphalt (Polyrrremed) for Cold Bituminous Pavewnent (Recyle) shall be an emulsified blend of polymer modified asphalt, water. and emulsifiers conforming to Table 702-4 for l• WS-'2sF The asphalt cement snail be polymerized prior to emulsification, and shall contain at least 3 percent polymer. The emulsion standing undisturbed for a minimum of 24 hers shall show no white, milky separation, and shall be smoc&, and homogeneous thr,Whou`_ The emulsion shai be pumpable and suitable for'appplication through a pressure distributor_ ' Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF 630 ' CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: ' Subsection 630.01 shall include the following: ( The City of Fort Collins will furnish construction zone traffic control. City Traffic Operation Crews will perform the traffic control required for the Harmony and Shields Intersection Improvement Project No AQC M455-074 and the Harmony Road Improvements Project. The Contractor is required to coordinate with the City for the completion of the work. All requests for initial setup of the major project phases that follow the traffic phasing plan indicated in the plans must be made 3 weeks prior to construction commencement. The Contractor shall allow ten (10) days for ' advanced warning signs. All requests for flaggers must be made and updated at the weekly progress meetings for the following week. All requests for minor traffic control set ups must be made 72 hours prior to construction operations. Increased Traffic Control costs caused by delays assessed to the Contractor will be the responsibility of the Contractor. J 75 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the estimate for force account items included in the Contract. The estimated, amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payment bonds. Force Account work shall be performed as directed by the Engineer. BASIS OF PAYMENT Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Estimated Force Account Item Quantity Amount F/A Minor Contract Revisions 1 F.A. $ 77,175* F/A Fuel Cost Adjustment 1 F.A. $ 7,800 F/A Asphalt Pavement Incentive Payment 1 F.A. $ 1,200 F/A Concrete Incentive Payment 1 F.A. $ 2,500 F/A OJT On -The -Job Trainee 320 H.R. $ 600 F/A OJT Colorado Training Program 1 F.A. $ 525 F/A Erosion Control 1 F.A. $ 1,500 F/A Asphalt Cement Cost Adiustment 1 F.A. $ 3.200 through $ 28,710 Force Account Item Descriptions: F/A Minor Contract Revisions payment are for contract adjustments authorized through contract modification orders. F/A Fuel Cost Adjustment is for any unforeseen increases or decreases in the prices of gasoline and diesel fuels from those in effect during the month in which bids were received for the Contract. F/A Asphalt Pavement Incentive Payment and Concrete Incentive Payment are shall conform to the roadway smoothness criteria. F/A OJT Colorado Training Program payment is made for cost of maintaining on-the-job training program in compliance with the provisions of On -The -Job Training in the Standard Special Provisions. F/A Erosion Control payment is for any unforeseen storm water issues that require erosion control but not included elsewhere in the plans or specifications. The work shall be approved by the Engineer prior to purchasing and placing any erosion control items. If justification is not proven before implementation, payment will not be made. 76 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 FORCE ACCOUNT ITEMS F/A Asphalt Cement Cost Adjustment payment for any unforeseen increases or decreases in the prices of crude oil. These oil prices are based on Encana's price for Western Canadian Select converted to American dollars per ton. 77 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 TRAFFIC CONTROL PLAN — GENERAL The key elements of -the Contractor's method of handling traffic (MI -IT) are outlined in subsection 630.09. The components of the TCP for this project are included in the following: i ii City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Department of Transportation), or applicable statutory requirements of authority having jurisdiction. Fort Collins Handbook takes precedence over Manual of Uniform Traffic Control Devices. ❑ Section 630 of the specifications. ❑ Revision of Sections 100, 104, and 108 of these Project Specifications. ❑ Standard Plan S-63 0-1, Traffic Controls for Highway Construction, Case 11 and 18, and Standard Plan S-630-2. ❑ Signing and Striping Plans Special Traffic Control Plan requirements for this project are as follows: A. The City of Fort Collins Traffic Operations crews will provide all construction traffic control for the project. The Contractor shall coordinate all construction phasing and construction traffic control requests with the City crews. This project will be constructed in conjunction with the Harmony Road Improvements Project. All work related to coordinating traffic operations with the adjoining project must be approved by the City Traffic Engineer. Submittals for major project phases shall be made at least three weeks before implementation of any element of the plan. Adjustments to the approved plan may be required by the Owner based on actual traffic operation. B. No work interfering with traffic flow on Shields Street shall be permitted during the hours of 7:00 AM to 8:30 AM or from 3:30 PM to 5:30 PM unless authorized in writing by the Traffic Engineer. C. Road closures will follow the phasing plan provided in the construction documents and plans. D. The Contractor shall maintain pedestrian and bicycle movements through the project site and the surrounding trails. The Traffic Control plan shall address the method of handling these movements. E. The Contractor shall, at all times, provide for emergency vehicle access into and through the construction site. F. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. G. Keep fire hydrants and water control valves free from obstruction and available for use at all times. H. Conduct operations in a manner to avoid unnecessary interference with public and private roads and, drives. 78 J Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 TRAFFIC CONTROL PLAN — GENERAL I. Provide and maintain continual temporary access for businesses and residences. ' J. Roadway Usage Between Operations — At all times when work is not actually in progress, Contractor shall make passable and shall open to traffic such portion s of the project and temporary roadways or portions thereof as may be agreed upon between Contractor and Owner and all authorities having 1 jurisdiction over any properties involved. K. The Contractor shall not have construction equipment or materials in the lanes open to traffic at anytime, unless directed. L. The Contractor shall coordinate Traffic Control activities with the City of Fort Collins Traffic ' Engineering and Electric Departments to assure that work activities by those departments are coordinated with the Contractor's activities. At the least 48 hours notice is required. M. The Contractor shall maintain 12'lanes throughout the project. ' N. The Contractor shall provide a flagger for equipment, trucks, or other pertinent construction equipment entering or leaving the construction area into traffic at all times. 11 1 79 ' Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 UTILITIES The following Utilities are known to be within the project limits: Utility/Agency Contact Phone Sanitary Sewer — City of Fort Collins Roger Buffington (970) 221-6854 Water — City of Fort Collins Roger Buffington (970) 221-6854 Fort Collins — Loveland Water District Terry Farrill (970)226-3104 (Water and Sewer) Storm Water — City of Fort Collins Glen Schlueter (970) 224-6065 Electric — City of Fort Collins Doug Martine (970) 224-6152 Forester — City of Fort Collins Ralph Zentz (970) 221-6302 Lighting - City of Fort Collins Janet McTague (970) 221-6700 Telephone - Qwest Bill Johnson (970) 377-6451 Electric — Poudre Valley REA Matt Organ (970)229-5311 Gas — Xcel Len Hildebrand (970)225-7848 Cable — Comcast Don Kapperman (970)567-0245 Traffic Operations — City of Fort Collins Ward Stanford (970) 221-6820 Pleasant Valley & Lake Canal Co Ed Wendel (970)226-4795 The work described in these plans and specifications will require full coordination between the Contractor and the. Utility Companies, in accordance with Subsection 105.06 and while performing their respective operations, so the utility.work can be completed with minimum delays to all parties concerned. The following utility work shall be performed by the Contractor: The Contractor shall be responsible for coordinating the adjustment of all utilities on this project and scheduling the work to coincide with construction activities. The Contractor shall keep each utility company advised of any work being done to their facilities by the contractor's forces, so that each utility company can coordinate their inspections for final acceptance with the Engineer. Provide written notice to each utility company, with a copy to the Engineer, prior to any work by a utility company that is to be coordinated with project construction. A minimum of three (3) calendar weeks of prior notice is required. Contractor to obtain necessary permits form the City and utility companies prior to starting construction activities. If needed, or as directed by the Engineer; the Contractor shall provide traffic control for any utility work to be coordinated with the project's construction, in accordance with an approved Method of Handling Traffic (MHT). 80 ' Harmony/Shields Intersection Improvements Project Federal d Project No. AQC M455-074 UTILITIES The Contractor shall coordinate with the City of Fort Collins Water, when resetting valves, CP test station, and adjustment of manhole. The Contractor shall coordinate with the Fort Collins — Loveland Water District, when resetting valves, CP test station, and adjustment of manhole. The Contractor shall also coordinate with the City of Fort Collins Traffic Department regarding the protection and adjustment of traffic signal equipment. . The following utility work shall be performed by the Utility Company or their agents: Telephone — Qwest: Relocating and resetting pedestals and manholes Cable — Comcast: Relocating and resetting pedestals and manholes Lighting — City of Fort Collins: Relocate existing streetlights Electric — City of Fort Collins: Relocate power poles, reset transformers, adjust manholes, and relocate boxes ' Electric — Poudre Valley REA: Relocate overhead power poles Gas — Xcel: Relocate gas line and markers Traffic Operations — City of Fort Collins: Resetting of traffic control boxes and signal relocations General The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements"), when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at ' least three (3) business days prior to commencing such operations. Contact the Utility Notification Center of Colorado (UNCC) to have locations of UNCC-registered lines marked by member companies. Call 1-800-922- 1987 for locate requests outside the Denver Metro area. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavation or grading. . The locations of utility facilities, as shown on the plans and profile sheets and described herein, were obtained from ' the best available information. All costs incidental to the foregoing requirements will not be paid for separately, but shall be included in the ' work. u 1 ' 81 II� Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 PROJECT STANDARD SPECIAL PROVISIONS 82 Harmony/Shields Intersection Improvements Project. FederalAid Project No. AQC M455-074 ' COLORADO DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS HARMONY/SHIELDS INTERSECTION IMPROVEMENTS PROJECT FEDERAL AID PROJECT NO AQC M455-074 STANDARD SPECIAL PROVISIONS ' Revision of Section 101 - Falsework, Formwork, and Shoring Date No. of Pages (December 1, 2006) 1 Revision of Section 101, 107, and 208 - Water Quality Control (December 23, 2008) 11 Revision of Section 104- Value Engineering Change Proposals (August 11 2005) 5 Revision of Section 105.- Conformity to the Contract (January 17, 2008) 1 Revision of Section 105 - Conformity to the Contract of Superpave Performance Graded Binders (July 3, 2008) 2 Revision of Section 105 - Violation of Working Time ' Limitation (August 1, 2005) 1 Revision of Section 106- Certificates of Compliance and Certified Test Reports (June 29, 2006) 1 ' Revision of Sections 106 and 601 - Concrete Sampling and Pumping (June 7, 2007) 2 Revision of Section 107 - Project Safety Planning (August 1, 2005) 3 Revision of Section 107- Responsibility for Damage Claims, ' Insurance Types and Coverage Limits (August 1, 2005) 2 Revision of Section 107-. Ton -Mile Taxes (April 12, 2007) 1 Revision of Section 108- Payment Schedule (October 11, 2006) 1 ' Revision of Section 108 - Progress Schedule (November 3, 2008) 1 Revision of Section 109 - Asphalt Cement Cost Adjustment (November 3, 2008) 2 (Asphalt Cement Included in the Work) ' Revision of Section 109- Compensation of Compensable Delays (January 17, 2008) 1 Revision of Section 109- Fuel Cost Adjustment (December 1, 2006) 2 Revision of Section 109 - Measurement of Quantities (August 1, 2005) 1 ' Revision of Section 203 -Embankment (October 25, 2007) 1 Revision of Section 208 - Storm Drain Inlet Protection (October 25, 2007) 1 Revision of Section 212- Seeding Seasons Revision of Section 401 - Compaction of Hot Mix Asphalt (April 12, 2007) (October 25, 2007) 1 1 Revision of Section 401 - Compaction Pavement Test Section (CTS) (October 19, 2006) 1 ' Revision of Section 401 -Longitudinal Joints (October 25, 2007) 1 Revision of Section 401 -Plant Mix Pavements (August 1, 2005) 1 Revision of Section 401 - Processing of Asphalt Mix Design (January 17, 2008) 1 Revision of Section 401 - Temperature Segregation (October 25, 2007) 1 Revision of Section 401 - Tolerances for Hot Mix Asphalt (January 17, 2008) 1 Revision of Section 412- Concrete Pavement Joints (August 1, ZOOS) 1 Revision of Section 412 - Portland Cement Concrete Pavement (October 25, 2007) 2 Consolidating and Finishing Revision of Sections 412,and 705 - Preformed Compression Seals (August 1, 2005) 2 Revision of Section 601 -Forms and Falsework (December 1, 2006) 1. Revision of Sections 601, 606, 608, 609 and 618- Concrete Finishing (April 12, 2007) 1 ' 83 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 COLORADO DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS HARMONY/SHIELDS INTERSECTION IMPROVEMENTS PROJECT FEDERAL AID PROJECT NO AQC M455-074 STANDARD SPECIAL PROVISIONS Date No. of Pages Revision of Sections 601 and 701 — Structural Concrete (July 3, 2008) 7 Revision of Section 702 — Bituminous Materials (January 17, 2008) 10 Revision of Section 712 - Hydrated Lime (January 17, 2008) 1 Affirmative Action Requirements — Equal Employment Opportunity (August 1, 2005) 10 Disadvantaged Business Enterprise — Definitions and Requirements (April 2, 2008) 13 Minimum Wages Colorado, (October 3, 2008) 9 U.S. Department of Labor General Decision Numbers CO20080014 and CO20080015, MOD 5, Highway Construction, Statewide On the Job Training Partnering Program Required Contract Provisions — Federal -Aid Construction Contracts 84 (January 17, 2008) 5 (April 7, 2006) 1 '(August 1, 2005) 10 ran qy .di •�] Y� � �(��y � 3y��� �� � � � �b f� U7,a� r+7 }� � "'' •.�'y; -�i fi rI�� rY pl 1 ry sc l all Q �.y m Ail + �fQJ(���7'ayy 7 ro 7 a. 1 ya{i (�j7 Nil 3Q��a{ u 1T�, , F,,� P�Fn�3iAJC.�r�� 44 ;( l + "l % �t.^l 'F+�. tl rYY. 1Y hYt�� �1 �x,E? i4 AI S�K"Xis` 1` r MR, � NOR jv , ll ei 1 `J'. J lyij�y ( F `F.' T 71, 5 i..j y� y 11 i NINE ;;a: rr,�7�s1r+��9'z OF {t rya ! 4i (4�4f [1Di uz4ets, gg r . �s`�' �i,� " x= 1•G�C�: �. ►C ��11 .7_ J �.'S-ak�l �"f.�2rY--FaJ sit isrf(��} L C I iron xy cr � k Y Bills �ji oil D' C0.7 t�C7a ka �y1 t T:i F �rr Q M 1rt I f m L o -n " lay �•mY.l . M r.` ^�� i o �' •••b... rtg '-7 L 4 ' Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 November 30, 2006 ' REVISION OF SECTION 101 FALSEWORK, FORMWORK AND SHORING ' Section 101 of the Standard Specifications is hereby revised for this project as follows: Add subsection 101.89 as follows: ' 101.89 Falsework. Falsework is temporary construction used to support structural elements of concrete, steel, masonry or other materials during their construction or erection until they become -self-supporting. Falsework may also be used to provide temporary support to elements of a structure during demolition or reconstruction. Add subsection 101.90 as follows: 101.90 Formwork. Formwork is the temporary structure or mold used to retain plastic or fluid concrete in its designated shape until it hardens. Add subsection 101.91 as follows: ' 101.91 Shoring. Shoring is temporary construction that is used to support the earth adjacent to excavation or embankment. 85 • 1 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 December 23, 2008 87 , REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL _ Sections 101, 107, and 208 of the Standard Specifications are hereby revised for this project as follows: Add subsections 101.92 and 101.93 which shall include the following: 101.92 Stormwater Management Plan (SWMP). The Stormwater Management Plan comprises those contract documents containing the requirements necessary to protect and identify sensitive environments (state waters, wetlands, habitat and existing vegetation); minimize the amount of disturbed soil, control and minimize erosion and sedimentation during and after project construction, minimize runoff from offsite areas from flowing across the site, slow down the runoff, and reduce pollutants in stormwater runoff. 101.93 Best Management Practices (BMPs) for Stormwater Pollution Prevention. BMPs prevent or reduce the pollutants in stormwater discharges from the construction site. Delete subsection 107.25(b)5., and replace it with the following: 5. At least ten days prior to the beginning of construction the Erosion Control Supervisor (ECS), identified in subsection 208.03(c), shall identify and describe all potential pollutant sources, including materials and activities, and evaluate them for the potential to contribute pollutants to stormwater discharges associated with construction activities. At a minimum each of the following shall be evaluated for the potential for contributing pollutants to stormwater discharges and identified in the SWMP, if found to have such potential: all exposed and stored soils; vehicle tracking of sediments; management of contaminated soils; vehicle and equipment maintenance and fueling; outdoor storage activities (building materials, fertilizers, chemicals, etc.); significant dust or particle generating processes; routine maintenance involving fertilizers, pesticides, detergents, fuels, solvents, oils, etc.; on -site waste management practices (waste piles, dumpsters, etc.); dedicated asphalt and concrete batch plants; concrete truck/equipment washing, including the concrete truck chute and associated fixtures and equipment; non -industrial waste sources that may be significant, such as worker trash. and portable toilets; loading and unloading operations; and other areas or procedures where potential spills can occur. The ECS shall record the location of potential pollutants on the site map. Descriptions of the potential pollutants shall be added to the SWMP notebook. The Contractor shall provide a Spill Prevention, Control, and Countermeasure Plan (SPCC) for any petroleum product, chemicals, solvents, or other hazardous materials in use, or in storage, at the work site. Work shall not be started until the plan has been submitted to and approved by the Engineer. Subsection 107.25(b) shall include the following: 21. The Contractor shall certify in writing that construction equipment has been cleaned prior to site arrival. Vehicles shall be free of soil and debris capable of transporting noxious weed seeds or roots onto the site Vehicle cleaning may occur on site, in approved areas, where wash water can be properly contained. 22. At the end of each day the Contractor shall collect all trash and dispose of it in appropriate containers. Containers shall be emptied as needed. Subsection 208.01, second paragraph, shall include the following: When a provision of Section 208 or an order by the Engineer requires that an action be immediate or taken immediately, it shall be understood that the Contractor shall at once begin effecting completion of the action and pursue it to completion in a manner acceptable to the Engineer, and in accordance with the Colorado Discharge Permit System (CDPS) Stormwater Construction Permit (SCP) requirements. 86 ' HarmonylShields Intersection Improvements Project FederalAid Project No. AQC M455-074 Subsection 208.02(k) shall include the following: When approved by the Engineer a fabricated concrete washout structure may be used. Fabricated concrete washouts are pre -manufactured watertight containers designed to contain liquid and solid waste from concrete washout. Above ground systems designed for washout acid hauling may also be used. After use the structure ' must be removed from the project site and disposed of at the Contractor's expense. Insubstantial structures, such as children's wading pools or swimming pools are not acceptable, and will be rejected by the Engineer. Subsection 208.03 shall include the following: ' Prior to construction, an on -site environmental preconstruction conference shall be held. The conference shall be attended by the Engineer, the Superintendent, the Contractor's ECS, subcontractors beginning work on the project that could adversely affect water quality ,the Region Water Pollution Control Manager, other CDOT Region ' Environmental personnel, a CDOT hydraulics engineer as needed, and the CDOT Landscape Architect or CDOT personnel who prepared or reviewed the SWMP. At this conference, the attendees shall discuss the stormwater management plan, CDPS-SCP, sensitive habitats on site, wetlands, and other vegetation to be protected. ' Prior to construction the Contractor shall implement erosion control measures in accordance with the approved schedule. Prior to the initiation of construction activities the Engineer, the Region Water Pollution Control Manager, ECS and the Superintendent shall inspect the project to determine whether the BMPs described in the schedule and the site -specific SWMP are installed and located correctly. Notice shall be given to all participants at least 3 working days in advance. Prior to construction the Contractor shall evaluate the project site for water draining into or through it. If such drainage is identified, if possible BMPs shall be used to prevent stormwater from running on -site and becoming contaminated with sediment or other pollutants via a temporary pipe or other conveyance to prevent water ' contamination. Run-on water that cannot be diverted shall be treated as construction runoff and adequate BMPs shall be employed. ' The ECS shall evaluate any non-stormwater coming onto the site, such as springs, seeps, and landscape irrigation return flow. If such flow is identified, BMPs shall be used to protect off -site water from running on -site and becoming contaminated with sediment or other pollutants. The ECS shall review existing inlets and culverts to determine if inlet protection is needed due to water flow patterns. Prior to construction commencing, inlets and culverts needing protection shall be protected and the location of the implemented BMP added to the SWMP site map. When additional BMPs are required, the Contractor shall implement the additional BMPs and the ECS shall record and describe them on the SWMP site map. Additional BMPs will be measured and paid for in accordance with subsections 208.07 and 208.08. ' Subsection 208.03(b) shall include the following: If necessary, the ECS shall update proposed sequencing of major activities in the SWMP. ' Subsection 208.03(c), first paragraph, shall include the following: The ECS shall act as the Stormwater Management Plan (SWMP) Administrator on the project. The SWMP ' Administrator shall be responsible for oversight of the implementation, maintenance, and revision of the SWMP for the duration of the project. The ECS shall read, be familiar with, and use the information provided in CDOT's Erosion Control and Storm water Quality Guide and the CDPS-SCP. 71 87 Harmony/Shields Intersection Improvements Project , FederalAid Project No. AQC M455-074 Delete subsection 208.03(c), item (4) and replace with the following: (4) Inspect and record with the Superintendent and the Engineer the stormwater management system at least every 14 calendar days. Post storm event inspections shall be conducted within 24 hours after the end of any precipitation or snow melt event that may cause surface erosion. If no construction activities will occur , following a storm event, post -storm event inspections shall be conducted prior to commencing construction activities, but no later than 72 hours following the storm event. The occurrence of any such delayed inspection must be documented in the inspection report. Recorded inspections still must be conducted at least every 14 calendar days. CDOT Form.1176 shall. be used for all 14 day inspections. I The project is subject to inspections by CDPHE, US Army Corps of Engineers (USAGE), Environmental Protection Agency (EPA) and CDOT at anytime. If CDPHE reviews the project site and requires additional measures to prevent and control erosion, sediment, or pollutants, the Contractor shall cease and desist ' activities resulting in pollutant discharge and immediately implement these measures. Subsection 208.03(c), second paragraph shall include the following: ' 1. During construction the ECS shall update and record the following items on the site map as changes occur: (i) Construction boundaries (ii) Areas of disturbance, as they occur ' (iii) Areas used for storage of construction materials, equipment, soils, or wastes (iv) Location of any dedicated asphalt or concrete batch plants (v) Location of work access routes during construction (vi) Location of borrow and waste , (vii) Location of temporary and/or permanent stabilization 2. The-ECS shall amend the SWMP whenever there are: additions, deletions, or changing locations of BMPs. SWMP revisions shall be recorded immediately. Items shall be dated and signed at time of occurrence. Specifically, amendments shall include the following: (1) A change in design, construction, operation, or maintenance of the site which would require the implementation of new or revised BMPs; or , (2) Changes when the SWMP proves to be ineffective in achieving the general objectives of controlling pollutants in stormwater discharges associated with construction activity. (3) Changes when BMPs are no longer necessary and are removed. ' (10) All inspection and maintenance activities or other repairs shall be documented by the EGS and kept on the project site. (11) The ECS shall modify the site map with arrows to indicate direction of water flowing across the project site. (12) When adding new BMPs to the SWMP the ECS shall add a narrative explaining what, when, where, why, and how the BMP is being used, a description of BMP application, and a detail to the SWMP notebook. ' (13) If using existing topography, vegetation, etc. as a BMP it shall be labeled as such on the SWMP site map; the ECS shall add a narrative as to why and how the BMP is being used to the SWMP site map. (14) The ECS shall cross out all BMPs that do not apply or highlight those details and notes on the Department's Standard Plans and SWMP that apply to the project. The ECS shall write an explanation as to why the detail has been removed or what is being used instead as a BMP ("not applicable" is not an acceptable explanation). ' (15) The ECS shall develop, record on the SWMP, and implement a plan for saw cutting containment to be approved by the Engineer. ' (16) The ECS shall keep accurate and complete records; enforcement action, including fines could result if records are not adequate. 88 ' Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 (17) The ECS or the Superintendent shall conduct an inspection on each day in which active construction has ' occurred. At this inspection the entire site shall be reviewed to'determine.whether construction is being conducted in accordance with the project's site -specific SWMP and the CDPS-SCP. The ECS or Superintendent shall observe, record, and determine the effectiveness of all BMPs. Inspections shall be recorded on the Daily Stormwater Log and kept in the project SWMP notebook. ' Completed 1176 reports shall be kept in the SWMP notebook. Spills, leaks or overflows that result in the discharge of pollutants shall be documented and maintained by the ECS. The ECS shall record the time and date, weather conditions, reasons for spill, etc. Some spills may need to be reported to the Water Quality Control Division immediately. The Permittee shall report to CDPHE Water Quality Division the following instances of noncompliance: ' (1) Noncompliance, which may endanger.health or the environment; (2) Spills or discharge of hazardous substance or oil, which may cause pollution of the waters of the state; ' (3) Discharge of stormwater, which may cause an exceedance of a water quality standard. For all instances of noncompliance based on environmental hazards and chemical spills and releases, all needed information shall be provided orally to the Colorado Department of Public Health and Environmental spill reporting line within 24 hours from the time the permittee becomes aware of the circumstance. For al[instances of noncompliance identified here, a written submission shall also be provided within five'calendar days of the time the permittee becomes aware of the circumstances. The written submission shall contain a description of: ' (1) The noncompliance and its cause; (2) The period of noncompliance, including exact dates and times, and if the noncompliance has not been corrected, the anticipated time it is expected to continue; (3) Steps taken or planned to reduce, eliminate, and prevent recurrence of the noncompliance: ' After measures to correct any problems have been taken'and recorded, or where a report does not identify incidents of noncompliance, the report shall be signed indicating the site is in compliance. Add subsection 208.03(d) which shall include the following: (d) Documentation Available on the Project. The following Contract documents and references will be made ' available for reference at the CDOT field office during construction. 1. SWMP Notebook. The Engineer will provide a SWMP Notebook,�which is and shall remain the property of CDOT, in which the following Contract documents and reports shall be, kept by the ECS: ' (1) SWMP Plan Sheets. (2) SWMP site map and project plan title sheet (3) Copies of subsection 107.25 and sections 207, 208, 212, 213, and 216 of the Standard Specifications, and the standard and project special provisions that modify them (4) Standard Plan. M-208-1 (5) Details of BMPs used on the project not covered in Standard Plan M-208-1 ' (6) Narratives related to BMPs used on the project not covered' on the SWMP plans or site maps (7) Calendar for marking when'the regular 14 day inspections take place and when the storm event inspections take place (8) All project environmental permits and associated applications, including, CDPS-SCP, Senate Bill ' 40, USACE 404, Dewatering, and all other permits applicable to the. project, including any CDPS- SCP obtained by the Contractor (9) List of potential pollutants as described in subsection 107.25 (10) Spill Prevention, Control and Countermeasure Plan ' (11) Form 1176 Inspection reports and RECAT reports (12) Form 105s relating to water quality 1 89 HarmonylShields Intersection Improvements Project FederalAid Project No. AQC M455-074 (13) Description of inspection and maintenance methods implemented at the site to maintain all erosion and sediment control practices identified in the SWMP (14) Schedule for accomplishing temporary and permanent erosion control work in accordance with subsection 208.03(b). (15) Erosion Control Supervisor's certification. (16) Environmental Preconstruction Conference agenda with a certification of understanding of the terms and conditions of the CDPS-SCP and SWMP. The certification shall be signed by all .attendees. A certification shall also be signed by all attendees of meetings held for new subcontractors beginning work on the project that could adversely affect water quality after the Environmental Preconstruction Conference has been held. (17) Daily Stormwater Log. (18) Monthly audit reports provided by the Region Water Pollution Control Manager. (19) Project photographs documenting existing vegetation prior to construction commencing. The Engineer will incorporate the documents and reports available at the time of award. The Contractor shall provide and insert all other documents and reports as they become available during construction.' 2. Reference Materials (1) CDOT Erosion Control and Stormwater Quality Guide (2) CDOT Erosion Control and Stormwater Quality Field Guide (3) Copy.of biological -opinion, if applicable Add subsection 208.03(e) which shall include the following: (e) Weekly Meetings: The Engineer, -Superintendent-and the ECS shall conduct a weekly meeting with all persons involved in construction activities that could adversely.affect water quality. At this meeting requirements of the SWMP, CDPS-SCP, problems that may have arisen in implementing.the site specific SWMP or maintaining BMPs and any unresolved issues from the daily stormwater log shall be discussed. If a subcontractor begins work at the site that could adversely affect water quality after the Environmental Preconstruction Conference has occurred, the Engineer and Superintendent. shall brief that subcontractor on the site's SWMP and the CDPS-SCP requirements at that subcontractor's first weekly meeting before the subcontractor begins work at the site. Subsection 208.04 shall include the following: The ECS shall modify the SWMP to clearly describe and locate all BMPs implemented at the site to control potential sediment discharges from vehicle tracking. Stabilized construction entrances shall be used at all vehicle and equipment exit and entrance points to the site to prevent sediment exiting the project site onto paved public roads. Access shall be provided only at a stabilized construction entrance. The ECS shall record required stabilized construction entrances on the SWMP site map. Perimeter control shall be established as.the first, BMP to be implemented on the SWMP. Perimeter control shall be approved by the Engineer prior to installation. The ECS shall describe and record perimeter control on SWMP. Newly constructed inlets and culverts shall be protected throughout construction and immediately upon completion. When riprap is called for at the outlet of a culvert, it shall. be installed. within 24 hours upon completion of each pipe. The Contractor shall remove sediment, millings, debris and other pollutants from within the project drainage system, prior to use, at no additional cost to the. project. . In subsection 208.04(d), first paragraph, delete the. second sentence and replace with the following: When required by the plans, a soil retention blanket shall be.used in combination with the final seed and mulch 90 ' Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 In subsection 208.04(d), first paragraph, delete the third sentence and replace with the following: ' Temporary stabilization is defined as the covering of disturbed areas with seed, mulch with a tackifier, soil roughening, soil binder, or a combination thereof. In subsection 208.04(d), after the firstparagraph, add the following: During the summer and winter when seeding is not allowed, temporary stabilization shall be placed. Temporary stabilization shall consist of: surface roughening via scarifying.surface to 2-4 inches variation of surface or vertical tracking, 1.5 tons of certified weed free forage hay or straw mulching per acre mechanically crimped into the soil in combination with an organic mulch tackifier, soil binder, cellulose fiber mulch with tackifier, or a combination thereof as approved. Surface roughening shall not be used alone. In subsection 208.04(d), second paragraph, delete the fourth sentence and replace with the following: ' If approved by the Engineer, slopes from the edge of pavement to the point of slope selection may be left unseeded until paving has been completed but shall be temporarily stabilized as approved by Engineer. ' In subsection 208.04(d), third'paragraph, delete the second and third sentences and replace with the following: Areas shall be permanently stabilized within 48 hours after completion. Disturbed areas where work is ' temporarily halted shall be temporarily stabilized immediately after the activity ceased. Temporary stabilization shall consist of: surface roughening via scarifying surface to 2-4 inches variation of surface or vertical tracking, 1.5 tons of certified weed free forage hay or straw mulching per acre, mechanically ' crimped into the soil in combination with an organic mulch tackifier, soil binder, cellulose fiber mulch with tackifier, or a combination thereof, as approved. In subsection 208.04(e) delete the first paragraph and replace with the following. ' Erosion and sediment control practices and other protective measures identified in the SWMP as BMPs for Stormwater Pollution Prevention shall be maintained in effective operating condition. BMPs shall be continuously maintained in accordance with good engineering, hydraulic and pollution control practices, including removal of collected sediment when silt depth is 50 percent or more of the height of the erosion control device. Removal and disposal of sediment shall be in accordance with 208.04(f). Where necessary, -the Contractor shall use appropriate size equipment with operator to remove the sediment. The Contractor shall obtain the Engineer's approval of proposed equipment and methods for removal and disposal of sediment prior to performing the work. Maintenance of Erosion and Sediment Control devices shall include replacement of such devices upon the end of their useful service life as recommended by the ECS or the Engineer, and approved by the Engineer. Maintenance of Rock Check Danis, and Stabilized Construction Entrances shall be limited to removal and disposal of sediment. Devices damaged due'to the Contractor's negligence shall be replaced at Contractor's expense. ' Complete site assessment shall be performed as part of comprehensive inspection and maintenance procedures, to assess the adequacy of BMPs at the site and the necessity of changes to those BMPs to ensure continued effective performance. Where site assessment results in the determination that new or replacement BMPs are ' necessary, the BMPs shall be installed to ensure continuous implementation. When identified, BMPs shall be added, modified or replaced as soon as possible, immediately in most cases. Where BMPs have failed, resulting in noncompliance, they shall be repaired or replaced as soon as possible, ' immediately in: most cases, to minimize the discharge of pollutants.' The ECS shall update the SWMP Notebook by describing and recording new and replacement BMPs. ' New or replacement BMPs will be measured and paid for in accordance with subsections 208.07 and •208,08. 91 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 Subsection 208.04(f) shall include the following: Whenever sediment is transported onto the highway, the road shall be cleaned. Street washing will not be allowed. Storm drain inlet protection shall be in place prior to shoveling, sweeping, or vacuuming. Sweeping shall be completed with a pickup broom or equipment capable of collecting sediment. Street washing and kick brooms shall not be used. Street cleaning will not be paid for separately, but shall be included in the work. Add subsection 208.04(g) which shall include the following: Material from saw cutting operations shall be cleaned from the roadway surface as soon as possible, immediately in most cases, after operations. Particles shall be picked up with a pick up broom or vacuum. Sweeping and street washing will not be allowed. Street cleaning will not be paid for separately, but shall be included in the work. Subsection 208.05 6) shall include the following: The Contractor shall protect all storm drain facilities adjacent to locations where pavement cutting operations involving wheel cutting, saw cutting, sand blasting, or abrasive water jet blasting are to take place. In subsection 208.05(I) delete the first sentence and replace with the following: The Contractor shall maintain the erosion logs during construction to prevent sediment from passing over or under the logs or from sediment accumulation greater than 50 percent of. the original exposed height of each erosion log. Subsection 208.05(n) shall include the following: Washout areas shall be checked by the ECS and maintained as required. On site permanent disposal of concrete washout waste is not allowed. In subsection 208.05(n), first paragraph, delete the second sentence and replace with the following: . At least ten days prior to start of concrete operations, the Contractor shall submit in writing a.method statement outlining the design, site location, and installation of a concrete structure that will contain washout from concrete placement operations. Subsection 208.05(n) shall include the following: (11) The use of earthen, in ground concrete washout sites shall be less than one year In subsection 208,.05(n) delete the last paragraph and replace it with the following: All liquid and solid wastes, including contaminated sediment and soils generated from concrete washout shall be hauled away from the site. Removal shall be included in the price of the concrete washout structure. Subsection 208.05 shall include the following: (q) Detention Pond. Permanent detention ponds shown in the construction.plans may be used as temporary BMPs if: (1) the pond is designated as a construction BMP inthe SWMP, (2) the pond is designed and implemented for use as.a BMP during construction in accordance with good engineering, hydrologic, and pollution control practices, and (3) the pond is inspected and maintained (4) All silt shall be removed and the pond returned to the design grade and contour prior to project acceptance. 92 ' Harmony/Shields Intersection Improvements Project FederaLlid Project No. AQC M455-074 Add subsections 208.051 through 208.055 immediately following subsection 208.05 which shall include the ' following: 208.051 Materials Handling and Spill Prevention. The ECS shall clearly describe and record on the SWMP, all practices implemented at the site to minimize impacts from procedures or significant material that could contribute pollutants to runoff. Areas or procedures where potential spills can occur shall have spill procedures and responses specified in subsection 107.25. (a) Bulk storage structures for petroleum products and any other chemicals shall have secondary containment or ' equivalent adequate protection so as to contain all spills and prevent any spilled material from entering state waters. If secondary containment is used and results in accumulation of stormwater within the containment, a plan shall be implemented to properly manage and dispose of accumulated stormwater. ' (b) The Contractor shall inspect equipment, vehicles, and repair areas to ensure petroleum, oils, and lubricants (POL) are not leaking onto the soil or pavement. Absorbent material or containers approved by the Engineer shall be used to prevent leaking POL from reaching the soil or pavement. The Contractor shall have onsite approved absorbent material or containers of sufficient capacity to contain any POL leak that can reasonably be foreseen. All materials resulting from POL leakage control and cleanup shall become the property of the Contractor and shall be removed from the site. The cost for control, cleanup and removal of by-products resulting from POL leaks will not be paid for separately, but shall be included in the work. (c) Spill Prevention, Control and Countermeasure Plan shall be developed and implemented to establish operating procedures and the necessary employee training to minimize the accidental releases of pollutants that can contaminate stormwater runoff. ' The Spill Prevention, Control, and Countermeasure Plan shall contain the following information: ' (1) Identification of the spill cleanup coordinators (2) Location of cleanup kits (3) Quantities of chemicals and locations stored on site. (4) Label system for chemicals and Materials Safety Data Sheets (MSDS) for products ' (5) Notification and clean up procedures to be implemented in the event of a spill for spills which do not enter state waters or are under reporting limits of the chemical of concern (diesel fuel, hydraulic fluid, motor oil, used hydraulic fluid and motor oil, tack oil). (6) Significant spill procedures for spills of any size that enter state waters or have the potential to do so. ' CDOT's Erosion Control and Stormwater Quality Guide (current edition) contains Spill notification contacts and phone numbers required 'in the'SPCC. ' Subsection 208.052 Stockpile Management. Material stockpiles shall be located away from sensitive areas and shall be confined so that no potential pollutants will enter state waters or conveyances to state waters (e.g., ditches). Locations shall be approved by the Engineer. ' Erodible stockpiles (including topsoil) shall be contained with acceptable BMPs at the toe (or just beyond toe) throughout construction. BMPs shall be approved by the Engineer. The ECS shall describe, detail, and record the sediment control devices on the SWMP. ' There shall be no stockpiling or side casting of waste materials including but not limited to paint chips, asphalt, and concrete that result from project activities within 50 horizontal feet of the ordinary high water line of any state waters. ' 208.053 Grading and Slope Stabilization. The Contractor shall limit construction activities to those areas within the limits of disturbance to toe of slope and top of cut and as otherwise shown on the plans and cross -sections. Construction activities, in addition to the Contract work, shall include the on -site parking of vehicles or equipment, on -site staging, on -site batch plants, haul roads or work access, and any other action which would disturb existing conditions: Off road staging areas must be pre -approved by the Engineer, unless. otherwise designated in the Contract. Disturbances beyond these limits shall be restored to the original condition by the Contractor at the 93 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 Contractor's expense. The ECS shall tabulate additional disturbances not identified in the SWMP or documented in the permit and indicate locations and quantities on the SWMP and report to the Engineer. The Contractor shall pursue and stabilize all disturbances to completion. The: Contractor shall provide a stabilization schedule showing dates when areas are to be completed and stabilized. The Contractor shall maintain revisions to the schedule and obtain approval for schedule changes in accordance with subsection 108.03. 208.054 Surface Roughening and Vehicle Tracking. Disturbed surfaces shall be left in a roughened condition at the end of each shift by equipment vertical tracking, scarifying, or disking the surface on contour to create a 2 to 4 inch minimum variation in soil surface. Deep sands or soils that are primarily rock need not be roughened. Surface roughening will not be paid for separately, but shall be included in the work. Subsection 208.06 shall include the following: Failure to implement the Stormwater Management Plan puts the project in automatic violation of the CDPS — SCP and CDOT specifications. Penalties may be assessed to the Contractor by the appropriate agencies. All fines assessed to the Department for the Contractor's failure to implement the SWMP shall be deducted from moneys due the. Contractor in accordance with subsection 107.25(c) 2. In subsection 208.06, delete the last sentence of the first paragraph and replace with the following: Liquidated damages will be applied for failure to comply with the CDPS-SCP, including, but not limited to the following: In subsection 208.06, delete items (3), (4), (7) and (8) and replace with the following: (3) Failure of the ECS to implement necessary actions required by the Engineer as required by subsection 208.03 (c). (4) Failure to amend SWMP and implement erosion and sediment control measures as required by subsection 208.04. (7) Failure to immediately stabilize disturbed areas as required by subsections 208.04(d) and 208.054. (8) Failure to replace or perform maintenance on an erosion control feature within 48 hours after notice from the Engineer to replace or perform maintenance as required by subsection 208.04(e). In subsection 208.06 add items (11), (12), (13), and (14) which shall include the following: (11) Failure to perform permanent stabilization as required by subsection 208.04 (d). (12) Failure of Superintendent or ECS to perform inspections and record findings in the Daily Stormwater Log. (13) Failure of Superintendent or ECS to attend 14 day inspections. (1.4) Failure to remove unnecessary BMPs. In subsection 208.06, second paragraph, delete the first three sentences and replace with the.following: The Engineer will immediately notify the Contractor in writing of each incident of failure to perform erosion control in accordance with the CDPS-SCP, including, but not limited to items (1)through (14) above. The Contractor will be allowed 48 hours, but correction shall be made as soon as possible from the date of notification to correct the failure. The Contractor will be charged liquidated damages in the amount of $875 for each calendar day after the 48 hour period has expired, that one or more of the incidents of failure to perform the requirements of CDPS-SCP, including, but not limited to items (1)through (14) above, remains uncorrected. 94 1 ij I u fl n 7 Rak ISI CNJ OF SECT110N 022 SITUhAftfOUS IZATERy.ALS Table ?Q?-t -L-IN1L.-LbltIti)lit.UYCLLN"L-;A L—\1 Property January 17, 2009 Test tests on trnuision: 1> Isco�sry �`-25 �D[� ' �STM I� Purnping Stability Pass t38 Method' A, a'Tty 244` Jlesie7 st °r tiY 0 h moment.., D24 Pahc Posil rye' ASTM ID 244 ,Conc_ Of Cal Phase 64 ASTNl D 244- Tests on Resiidue: isc�5+ C sT 4{7g-.... ,�STP�7 D7{Y Fiiash Point C, `C' Fi ... .: ASTd►4 Q 92".. MaJti¢s lam': P+C`�i�,.`ASTI € at�d D 2C 8 ASTM PCJS Ratio 0.4 D 2D96 - - rA,STtv1 Aspha►es ° mass '` , 1 i D D 2iIIK18 `Pumping stability is deetermined by -charging 450 ml of k-i ulsion into ,a one liter beaker and circula%ang the emubion through a gear puTnp (Raper 29_822621.) ha-Ang .a 6.3 mm (114 inch) inlet.and outlet The emulsion passes if th. ere is no significant s-epasation after circulating ten minutes. 'Test procedure ident cal with AS . F74 D 244 exoeepz that distilled water shall be used in place of 2 percent sodiuun oleate solution. ASTM D 2.4 Euaperrabon Test fw percent of residue is modn•_-d by heating 56 gram sample to 149°C (3&3 °F) urrfd ;fasming,.oea��s, than cooling immediately and calculating results_ AI.n the Maltenes Distribution Ratio Test byA+STM Me hod D 20W. PC = Polar Comrpounds. S = Saturates A, = First A cidafn A 2 = Second Acidaffiris Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 ' When a failure may endanger health or the environment, consists of a spill or discharge of hazardous substances or oil which may cause pollution of the waters of the state, or consists of a discharge of stormwater which may cause an exceedance of a water quality standard, the Engineer may issue a Stop Work.Order in accordance with ' subsection 105,01. If all failures are not corrected within 48 hours after liquidated damages have begun to be assessed, the Engineer may issue a Stop Work Order in accordance with subsection 105.01. Work shall not resume until the Engineer ' has approved a written corrective action plan submitted by the Contractor that includes measures to prevent future violations and a schedule for implementation. If the Contractor's corrective action plan and schedule are not submitted and approved within 48 hours of the Stop Work Order or the corrective action plan is not implemented by the Contractor, the Engineer will have an immediate on -site meeting with the Superintendent and the Superintendent's supervisor. This meeting will also be attended by the Resident Engineer, the Region Water Pollution Control Manager, and the Region Program Engineer. This meeting will identify and document needed corrective actions and a schedule for completion. If ' after the meeting, the unacceptable work is not remedied within the schedule as agreed to in the meeting, the Engineer will take action to effect compliance with the CDPS-SCP by utilizing maintenance or other non - Contractor forces and deduct the cost from any moneys due or to become due to the Contractor pursuant to subsection 105.16. The Stop Work Order shall be in place until the project is in CDPS-SCP compliance. ' If the Contractor remains non -responsive to requirements of the on -site meeting, the Engineer will start default and Contract termination procedures in accordance with subsection 108.09. CDOT will proceed with corrective or ' disciplinary action in accordance with the Rules for Pre qualification, Debarment, Bidding and Work on Transportation, Road, Highway and Bridge Public Projects. Add subsection 208.061 immediately following subsection 208.06 which shall include the,following: 208.061 Items to Be Accomplished prior to Final Acceptance. After concrete operations are complete, washout areas shall be reclaimed in accordance with subsection 208.05(n) at the Contractor's expense. Prior to final acceptance, a final walk through of the project shall occur with the Engineer, CDOT Landscape Architect, CDOT Region Environmental personnel, the Region Water Pollution Control Manager, CDOT Hydraulics Engineer, and CDOT Maintenance personnel in attenddnce. At this time final stabilization shall be reviewed and BMPs shall be inspected for needed cleaning, maintenance, or removal. Areas will be inspected for any additional BMPs that may be required. Permanent BMPs shown in the construction plans shall be inspected to confirm that as constructed location, condition and other plan requirements have been met. The required work shall be performed in accordance with subsection 105.20. BMPs shall be removed when 70% of pre-existing vegetative cover has been re-established within the disturbed project limits. BMPs subject to removal shall be determined at the final walk through of the project. The Contractor shall remove approved BMPs; cost of BMP removal will be included in the BMP. Upon completion of work required by walk through the ECS will modify the SWMP to provide an accurate depiction of what remains on the project site. ' In subsection 208.07 delete the sixth and seventh paragraphs and replace with the following: Erosion. Control Supervisor will be measured by the one of the following two methods shown on the bid schedule: ' (1) The total number of hours the ECS is required to be on the project performing the duties outlined in subsection 208.03(c) specific to this project. Commute time will not be measured and paid for separately, but shall be included in the work. The Contractor shall record the tasks that were assigned to the Erosion Control Supervisor and the hours that were required to complete each task. The records shall be submitted to the Engineer weekly, after completion of the work, for approval and acceptance. 1 95 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 (2) The total number of authorized 24 hour days used for erosion control services specific to this project. An authorized 24 hour day of ECS will be every calendar day that the ECS is required to be on the project performing the duties outlined in subsection 208.03(c). The Contractor shall record the tasks that were assigned to the Erosion Control Supervisor. The records shall be submitted to the Engineer, weekly, after completion of the work, for approval and acceptance. Excavation required for removal of accumulated sediment from traps, basins, areas adjacent to silt fences and erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, will be measured by the number of hours that equipment, labor, or both are used for sediment removal. In subsection 208.08 delete the pay item Sediment Removal and Disposal and the pay item for Erosion Control Supervisor (Lump Sum), and replace them with the following: Pay Item Pay Unit Removal and Disposal of Sediment (Labor) Hour Removal and Disposal of Sediment (Equipment) Hour Erosion Control Supervisor. Hour Erosion Control Supervisor Day Subsection 208.08 shall include the following: Payment for Removal and Disposal of Sediment (Equipment) will be full compensation for use of the equipment, including the operator. Payment for Erosion Control Supervisorwill be full compensation for the erosion control supervisor and all materials and equipment necessary for the ECS to perform the work. Payment will be made for erosion.and sediment control devices.replaced as approved by the Engineer. In subsection 208.08, the third paragraph shall include the following: Removal and Disposal of Sediment from the stabilized construction entrance will be measured and paid for separately. 96 ' HarmonylShields Intersection Improvements Project FederalAid Project No. AQC M455-074 August 1, 2005 ' 1 REVISION OF SECTION 104 VALUE ENGINEERING CHANGE PROPOSALS ' Section 104 of the Standard Specifications is hereby revised for this project as follows: P ' Delete subsection 104.07 and replace with the following: 104.07 Value Engineering Change Proposals by the Contractor. The Contractor is encouraged to develop and offer proposals for improved construction techniques, alternative materials and other innovations. Proposals must provide a project comparable to the CDOT's original design either at lower cost or improved quality, or both. No proposals.will be accepted that lowers the quality of the intended project. Bid prices shall not be based on the anticipated approval of a Value Engineering Change Proposal (VECP). Proposals shall be submitted only by the ' successful bidder after contract award. If a VECP is rejected, the work shall be completed in accordance with the Contract at contract bid prices. Any delay to the project due to a VECP submittal and review shall be considered within the Contractor's control and will be non -excusable with the exception of those delays that are approved as part of the VECP. Proposals shall be categorized as VECP (Category A) or VECP (Category B). ' VECP (Category A)s will be all proposals that involve the design and construction of a structure including but not limited to a bridge, retaining wall, concrete box culvert, or building. A VECP (Category A) will also include any proposal that would result in a change of original bid items that totals over $250,000. Alternatives investigated and not selected in the project Structural Selection Reports may be presented in a VECP, if significant benefits can be demonstrated to the Engineer. In addition, any design criteria and constraints listed in the Structural Selection Report can not be modified or relaxed as part of a VECP unless significant and previously unknown benefits can be proven to the Engineer. Experimental or demonstration -type design concepts, products, structures, or elements that have not been pre -approved by CDOT, in writing, for general use will be considered a VECP (Category A). Category A proposals will also result in a realized and shared cost savings to CDOT. Cost savings generated to the Contract as a result of VECP offered by the Contractor and accepted by the CDOT shall be shared between the Contractor and the CDOT. All other VECPs that do not meet the previous requirements will be classified as a VECP (Category B). Net cost savings on VECPs that are less than $25,000 can be kept by the Contractor. Net cost savings greater than $25,000 shall be split equally between the Contractor and CDOT as defined in the Basis of Payment section ' of this specification. Both VECP (Category A) and VECP (Category B) will produce savings to the CDOT or provide improved project quality without impairing essential functions and characteristics of the facility. Essential functions include but are ' not limited to: service life, requirements for planned future development, prior commitments to governmental. agencies or the public, corridor requirements, economy of operation, ease of maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction. The Contractor may submit either a full VECP or a preliminary Conceptual VECP, followed by a full proposal. These proposals are subject to rejection at any time if they do not meet the criteria outlined in this subsection. ' (a) Submittal of Conceptual Proposal. For a VECP .(Category A) that requires a significant amount of design or other development resources, the Contractor may submit an abbreviated Conceptual Proposal for preliminary evaluation. The Engineer will evaluate the information provided. The Contractor will then be advised in writing 97 HarmonylShields Intersection Improvements Project FederalAid Project No. AQC M455-074 August 1, 2005 2 REVISION OF SECTION 104 VALUE ENGINEERING CHANGE PROPOSALS if any conditions or parameters of the Conceptual Proposal are found to be grounds for rejection. Preliminary review of a conceptual proposal reduces the Contractor's risk of subsequent rejection but does not commit the CDOT to eventual approval of the full VECP. The following information shall be submitted for each Conceptual Proposal: (1) Statement that the proposal is submitted as a Conceptual VECP (2) General description of the difference between the existing Contract and the proposed change, and the advantages and disadvantages of each, including effects on service life, requirements for planned future development, prior commitments to governmental agencies or the public, corridor requirements, economy of operation, ease of maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction. The Contractor shall request in writing the necessary information from the Engineer. (3) One set of conceptual plans and a description of proposed changes to the Contract,specifications (4) Estimate of the anticipated cost savings or increase (5) Statement specifying the following: (i) when a response to the conceptual proposal from the CDOT is required to avoid delays to the existing contract prosecution (ii) the amount of time necessary to develop the full Proposal (iil) the date by which a Contract Modification Order must be executed to obtain maximum benefit from the Proposal (iv)the Proposal's impact on time for completing the Contract (b) Submittal of Full Value Engineering Change Proposal. The following materials and information shall be submitted for both a Category A and VECP (Category 13): (1) A statement that the proposal is submitted as a VECP: (2) A description of the difference between the existing Contract and the proposed change, and the advantages and disadvantages of each, including effects on service life, requirements for planned future development, prior commitments to governmental agencies or the public, corridor requirements, economy of operation, ease and cost of maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction.. The Contractor shall request in writing the necessary information from the Engineer. (3) A complete set of plans and specifications showing the proposed revisions relative to the original Contract. This portion of the submittal shall include design notes and construction details. The proposed plans and specifications shall be signed and sealed by the Contractor's Engineer. (4) A cost comparison, summarizing all of the items that the proposed VECP replaces, reduces, eliminates, 98 ' Harmony/Shields Intersection Improvements Project Federat4id Project No. AQC M455-074 August 1, 2005 ' 3 REVISION OF SECTION 104 ' VALUE ENGINEERING CHANGE PROPOSALS adds, or otherwise changes from the original Contract work, including all impacts to traffic control, detours and all other changes. The cost comparison shall not include cost savings resulting from ' purportedly decreased inspection or testing requirements, or CDOT overhead; All costs and proposed unit prices shall be documented by the Contractor. ' (5) A statement specifying the date by which a Contract Modification Order must'be executed to obtain the maximum cost reduction during the remainder of the Contract and the date when a response from the CDOT is required to avoid delays to the prosecution of the Contract. (6) A statement detailing the effect the Proposal will have on the time for completing the Contract. (7) A description of any previous use or testing of the proposed changes and the conditions and results. If the Proposal was previously submitted on another CDOT project, the proposal shall indicate the date, Contract number, and the action taken by the CDOT. ' (8) An estimate of any effects the VECP will have on other costs to the CDOT. (9) A statement of life cycle costs, when appropriate. Life cycle costs will not be considered as part of cost I savings but shall be calculated for additional support of the Proposal. A discount rate of four percent shall be used for life cycle calculations. (c) Evaluation. VECP will be evaluated by CDOT in accordance with the CDOT Construction Manual. Additional information needed to evaluate Proposals shall be provided in a timely manner. Untimely submittal of additional information. will result in rejection of the Proposal. Where design changes are proposed, the additional information shall include results of field investigations and surveys, design and computations, and changed plan sheets required to develop the design changes. 1. The Engineer will determine if a Proposal qualifies for consideration and evaluation. The Engineer may reject any Proposal that requires excessive time or costs for review, evaluation, or investigation. The Engineer may reject proposals that are not consistent with the CDOT's design and criteria for the project. ' 2. VECP, whether or not approved by the CDOT, apply only to the ongoing Contracts referenced in the Proposal and become the property of the CDOT. Proposals shall contain no restrictions imposed by the Contractor on their use or disclosure. The CDOT has the right to use, duplicate and disclose in whole or in part any data necessary for the utilization of the Proposal. The CDOT retains the right to utilize any ' accepted Proposal or part thereof on other projects without obligation to the Contractor. This provision is subject to rights provided by law with respect to,patented materials or processes. 3. If the CDOT is already considering revisions to the Contract or has approved changes in the Contract that are subsequently proposed in a VECP, the Engineer will reject the Proposal and may proceed to implement these changes without obligation to the Contractor. ' 4. The Contractor shall have no claim against the CDOT for additional costs or delays resulting from the rejection or untimely acceptance of a VECP. These costs include but are not limited to: development costs, loss of anticipated profits, increased material or labor costs, or untimely response. ' 99 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 ' August 1, 2005 4 ' REVISION OF SECTION 104 VALUE ENGINEERING CHANGE PROPOSALS ' 5. Proposals will be rejected if equivalent options are already provided in the Contract. 6. Proposals that only reduce or eliminate contract pay items will be rejected. 7. The cost savings and other benefits generated by the Proposal must be sufficient to warrant review and processing, as determined by the Engineer. 8. A proposal changing the type or thickness of the pavement structure will be rejected. 9. No VECP proposal can be used to alter incentive and disincentive rates and maximums on A+B projects. 10. Right of Way cannot be bought as VECP to part of a eliminate phasing on a project. 11. A VECP changing the design of a structure may be considered by the CDOT, if the design meets the following conditions: ' (1) The design shall not involve detouring of traffic onto local roads or streets to an extent greater than the original plans, unless previously approved by the affected local agencies (2) The design has the same roadway typical section as the original plans (3) The design meets or exceeds the benefits of the construction -handling or traffic phasing scheme shown in the original plans (4) The design meets or exceeds all environmental commitments and permit requirements of the ' original Contract. (5) The design shall not increase environmental impacts beyond those of the original Contract. (6) The design meets or exceeds the vertical and horizontal clearances and hydraulic requirements shown in the original plans (7) The design has the same or greater flexibility as the original design to accommodate future widening (8) The design shall not change the location of the centerline of the substructure elements, without demonstrating substantial benefits over the original plans (9) The design shall not change the grade or elevation of the final riding surface, without demonstrating substantial benefits over the original plans (10) The design shall match corridor future development plans, architectural, aesthetic and pavement , . requirements, if applicable (11) The design shall not adversely impact the CDOT's Bridge Inspection, maintenance or other long- term costs or operations. , (12) The design shall meet all CDOT design standards and policies (13) The design shall include all additional costs and coordination necessary to relocate utilities (14) Major structure designs provided by the Contractor shall include an independent plan review and design check.by a Professional Engineer registered in the State of Colorado and employed by a firm ' other than the engineer -of -record. This design review will be performed at no additional cost to CDOT and shall be included in the Contractor's engineering costs. (15) The Contractor shall provide CDOT with all design calculations, independent design check calculations, a rating package for each bridge prepared in accordance with the current CDOT Bridge Rating Manual, and a record set of quantity calculations for each structure. 100 , Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 ' 12. The Engineer will reject all or any portion of the design or construction work performed under an approved VECP if unsatisfactory results are obtained. The. Engineer will direct the removal of such rejected work and require construction to proceed under the original Contract requirements without reimbursement for work performed under the proposal, or for its removal. If a structure design VECP meets these and all other requirements, the CDOT may, at its sole option, accept or reject the proposal. (d) Basis of,Payment. If the VECP is accepted, a Contract Modification Order will authorize the changes and payment. Reimbursement will be made as follows: ' 1. The changes will be incorporated into the Contract by changes'in quantities of unit bid items, new agreed unit price items, lump sum or any combination, as appropriate, under the Contract. Unless there is a differing site condition as described in subsection 104.02, the Contractor shall not receive additional compensation for quantity overruns, design errors, supplemental surveys, geotechnical investigations, additional items or other increases in cost that were not foreseen in the accepted VECP, unless , otherwise approved by the Engineer. 2. For all VECPs, the incentive payment shall be calculated as follows: (gross cost of deleted work) - (gross cost of added work) = (gross savings) (gross savings) - (Contractor's engineering costs) - (CDOT`s engineering costs) _ (net savings) Any net savings less than $25,000 can be kept by the contractor. If the net savings are greater than $25,000 then the amount over $25,000 will be shared equally with CDOT and calculated as follows: ' (net savings)- $25,000 = shared savings Contractor's total incentive = (shared savings) /2 + $25,000 The Contractor's engineering costs will be reimbursable only for outside consultant costs that are verified by, certified billings. CDOTs engineering. costs. shall be actual consultant costs billed to CDOT and extraordinary in-house personnel labor costs. These labor costs will be calculated at the fixed amount of $50.00 per hour per employee. Project personnel assigned to the field office or who work on the project on a regular basis shall not be included in CDOT's portion of the cost. 3. At the completion of the VECP design work, the Contractor shall furnish the CDOT any additional documentation such as surveys, geotechnical reports; documentation or calculations and shop drawings required to complete the work. At the completion of the proiect, the Contractor shall furnish the CDOT with PE -stamped Record sets and As -Constructed plans showing the VECP work. (e) Contractor Appeal Process. Appeals can only be made on VECP (Category A)s. The Prime Contractor ' submitting the VECP may file'a one-time appeal to the Region Transportation Director (RTD) on the denial of any VECP (Category A). The Contractor must have a valid reason for the appeal and the decision of the Region Transportation Director will be final. 101 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 January 17, 2008 REVISION OF SECTION 165 CONFORMITY TO THE CONTRACT Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.03 shall include the following, after the first paragraph: All Hot Mix Asphalt (HMA) materials or work will be evaluated for conformity to the Contract in accordance with subsection 105.05 except HMA that is used for patching and temporary pavement. In subsection 105.03 (c), delete the Table of Price Reduction Factors and replace with the following: TABLE OF PRICE REDUCTION FACTORS Element Factor. "F" 12.5 mm (W") sieve and larger 1 75 pm (No 200) sieve 6 Liquid Limit _ 3 OWSticit Index � a z � "� ,Me Y 3 a . �I, s3„.. A.e rY =_.. ii.e.;Ft = �aa:%G M Asphalt penetration 1 Portland Cement Concrete Pavement Fine Aggregate Sand Equivalent 0 3 Hydrafed�Lime Gradation �ryx��,w4 `k0.3 Toughness, inch pounds, minimum 0.8 - �---��-�---,-ter .•�•.�,-„ Tenacity;mch`pounds mirnrnumY,<�Y=xg- �r Elastic Recovery, 25 °C, percent minimum 1.25 In subsection 105.03 (c), delete the seventh paragraph,• including the table of the multiplier for price reductions, and replace with the following: If the P for aggregate gradation for Items 206, 304 or the -gradation of hydrated lime for item 403 is 3 or greater the reduction will apply to the contract price multiplied by the Multipliers (M) listed in the following table: MULTIPLIER FOR PRICE REDUCTIONS FOR MISCELLANEOUS ITEMS Item Number -Name Element Multiplier (M) '206Structural Backflll GradaUonP Rw7 0=604- 304 Aggregate Base Course Gradation 0.60 .4,03nHot$Mix}Asphalt HydratedXrj The P .value for hydrated lime shall be applied to the price of the HMA item when asphalt cement is not paid for separately. Lime gradation P values will not be combined with Pay Factors for other elements. 102 ' Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 July 3, 2008 ' 1 REVISION OF SECTION 105 CONFORMITY TO THE CONTRACT OF ' SUPERPAVE PERFORMANCE GRADED BINDERS Section 105 of the Standard Specifications is hereby revised for this project as follows: ' Delete subsection 105.04 and replace with the following: 105.04 Conformity to the Contract of Superpave Performance Graded Binders. Asphalt binders will be price reduced according to the following if the requirements of subsection 702.01 are not met: TABLE OF PERFORMANCE GRADED BINDER LIMITS tCompliance Limit Rejection Limit, Property Specification for Price Reduction Price Reduction = of 0% 25% 1 G*sin (delta) of 2.20 Min RTFO Residue 1.87 Min <1.53 Slope (m-value) of the Creep Curve at ' Low Grade 0.300 Min 0.295 Min <0.266 Temperature + 100 C. ' Stiffness of the PA Residue at Low 300Max Grade 311 Max >355 ' + 10 ° C, (Mpa) The price reduction will be 25 percent at the rejection limit.. Between the compliance limit and the rejection limit, 1 the price reduction will be calculated as follows: r 1 PR=25. CL—testvalue CL—RL Where: PR = Price Reduction J CL = Compliance Limit RL = Rejection Limit (2) The price reductions will be cumulative if more than one PG binder property specified in the Table of Performance Graded Binder Limits is out of specification, resulting in P(total). When binder is included in the contract unit price for HMA, the price reduction will be calculated as follows: ' Amount of Reduction = [P(total)] . [(1/1 00) . (Invoice Price for PG Binder)] When the binder is paid for separately, the total price reduction will be calculated as follows: ' Amount of Reduction = [P(total)] . [(1/1 00) . (Contract Unit Price for PG Binder)] ' 103 Harmony/Shields Intersection Improvements Project , FederalAid Project No. AQC M455-074 July 3, 2008 2 REVISION OF SECTION 105 CONFORMITY TO THE CONTRACT OF SUPERPAVE PERFORMANCE GRADED BINDERS (3) Price reductions based on the "F factors in the Table of Price Reduction Factors described in subsection 105.03 will be in addition to the PG binder price reductions. Other binder requirements listed in the Table of Performance Graded Binder Limits but not price reduced in subsections 105.03 or 105.04 may be tested, but will not be considered for price reduction calculations. However, the Contractor will not be allowed to continue to produce mix with out of specification PG binder. If two consecutive samples fail to meet all requirements listed in the Table of Performance Graded Binder Limits, the.Contractor shall take corrective action before being allowed to continue production of Hot Mix Asphalt. If proper corrective measures cannot be readily determined, the Engineer will suspend the use of such material until the Engineer can determine from laboratory tests that the Contractor can provide material that is in compliance with the ' Table of Performance Graded Binder Limits. The Contractor will not have the option of accepting a price reduction in lieu of producing specification material. Continued production of non -specification material will not be permitted. Material which is obviously defective may be isolated and rejected without regard to sampling sequence or location within a lot. I 104 Jansary 17, 2008 , RE:+ISICN OF SECTION 702 BITUMINOUS MA MALS 702-04 As:Phatt Rejuvenating Agents_ Asphalt reJuvena.ir4 agents (ARA?I shall tie composed of a petroleum resin -oil base. LnifD rnly emWsrfed %tith water and shall conform to the physics; and &jeemicaal requirements of Table 7022-6 or ASTFA D 4f62. Table 7-02-6 AfiPfTaT.T RFTTT1VF%AtTTNr_ Ar_,—rvr Property Test Method Requirement Visc6ssity, S.F , @ 25 {C T ), s A -SW 'D 244 ` 0-4 oitity Test AS -114 D 244 I No I ooagutation Par`kkicle Charge Test A'STtw1 D 244 Pc�litiue AST1"lt324d�(MOLIjagi rc ..5l. Viscosity, 60 °C ('140 OF). mm2fs ASTtvt D 445 100 200 43rtashPalcm men�wASt4 �a Aspha9tene=, . max_ ASTM 1.0 D200b `tr afiter t3&U.�-PPC+Arm "S 5 � �t i r( exfl= ��:hS���,y� � ���`�..� ° � 'iF°r'-J `' �����R�lo��-, � D 2�_ CJ .� z,�s•.!f�Dr�P{y}� Saturated Hydruca,Thons, S6 ASTM 21-28 D 2006 ASTIUI i�44.4osrFp ez9'1=Wacrat cTt for par,it ofresidtlg "K'h. LS- 35_' �"'�.. r'3,�*2' ,�„�yf �yy�,iP�'tJ 7w ,+s s+S-,'{V?.sEK'N -0'�� . _'1 'sue" h' Txd+ k x MgUe DY�nea.Jng -OL ram�sarexplQ n 14SG G' MU-7Fy um,1 foare�ang f � fix. k k �� s vz N : g r.sa`-,ice `S �' °fit u j"Sr jze.R ceases €tten �oaoling'arnmiat�y arlrJ calcilating""rgs►Jlits - > T '6'Jltt �iSTti9 ��44 'tt�(i pror!eguTe.rdert=ai t'.i11.7i�3t} 41 tiii�l3 ! "" 3.��� [ m Chfvrzd� sntr►taon taal6 t 2 us i n ce Of d"J ' dd ureter ' `� � sl .v.,. ..b•• i+ 4' -.N ��i ^#:S`t.�'^'.i': }, Te5t,plt ure I�Qn'cI{�s�'.idytti�iag��Ty� D g3C� �j. 113�[.M., [ 41i3 f 1 ' Y"� "'} .,,+4`}.SiY'�Jry Rdcr.�`t'rt�4''L'1.c.'N5' Aa'$.�h:.a half be s t3sed IRH place of 2%!,%Wium,oleate'sctutaors�����x�� i',lxvcj'✓b`r'�k kr'l.�t"si".�Gr KL�{Y4I(i�'�..iI�y�yFA4, in l R tulaltenes`1;csirrfiu-�lon Rat<o Test�by4AST .r 3. th6d !}4Tr24 y AD_ � -#�� 6�. �J' .r-P25-i � � 3-`x tx �i�^ �i�✓,£4 v� : fi y? D � �i fit r .?• ��"s� kF+G�,��1arG0mpouncis a urt �Ls k4 c}�e Flrs€�Acxi.�fi9n fr ,1ICta-[i3s t��" �sr For hot -in -place recycling ARA,-1 Pisan acceptable alterrati,-_ to ARC AP.A-1 P shall meet the reqOremer8s below Ernuls'rited Polymer Mod'�aed Asphalt Rejtirvenating .gent (A.114 1 P) for use in hot -in -place recycling of bAumir=s pavements s,'hail be modified vAh a minimum of 1.5 pereent styrene-,butadiene solutiDri polymer. The finished pr.,dur-Al small conform to tie phys:ical requirements listed in Table 702-7 beiovr_ ' Harmony/Shields Intersection Improvements Project Federat4id Project No. AQC M455-074 I August 1, 2005 1 REVISION OF SECTION 105 VIOLATION OF WORKING TIME LIMITATION Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.03 shall include the following: If there is a violation of the working time limitations for traffic control as set forth in the special provisions, a written notice to stop work will be imposed on the Contractor at the start of the next working day. Work shall not resume until the Contractor assures the Engineer, in writing, that there will not be a reoccurrence of the working time violation. If more violations take place, the Engineer will notify the Contractor in writing that there will be a price reduction charge for each incident in accordance with this specification. This incident price reduction charge will be deducted from any money due the Contractor. This price reduction will not be considered a penalty but will be a price reduction for failure to perform traffic control in compliance with the Contract. An incident is any violation up to 30 minutes in duration. Each 30 minutes or increment thereof will be considered as an incident. A price reduction will be assessed for each successive or cumulative 30 minute period in violation of the working time limitations, as determined by the Engineer. The'price reduction for each incident will increase at a progressive rate starting with $150 for the second incident and increasing to'$12bo for the fifth and subsequent incidents in accordance with the following schedule. A 15 minute grace period will be allowed at the beginning of the second incident on the project before the price reduction is applied. This 15 minute grace period applies only to the second incident. The number of incident charges will be accumulative throughout the duration 'of the Contract. PRICE REDUCTION SCHEDULE Incident Incident R°` Total Price Reduction to Work ~Notice ~Stop tst $150 $150 _..'450. grd 600 1,050 x ;ash 1 200 5tn 1,200 31450 ih 1 200 4;650 Etc. Etc. Etc. 105 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 h ono 94Anna REVISION OF SECTION 106 CERTIFICATES OF COMPLIANCE AND CERTIFIED TEST REPORTS Section 106 of the Standard Specifications is hereby revised for this project as follows: In subsection 106.12 delete item (11) of the list following the first paragraph and replace with the following: (11 )The following certification, signed by a person having legal authority to act for the Contractor: I hereby certify under penalty of perjury that the material listed in this Certificate of Compliance represents (quantity and units) of pay item (pay item number and Description) that will be installed on.project number Contractor Date In subsection 106.12, delete the second paragraph and replace with the following: The original Certificate of Compliance shall include the Contractor's original signature as directed above, and the original signature (including corporate title), under penalty of perjury, of a person having legal authority to act for the manufacturer. It shall state that the product or assembly to be incorporated into the project has been.sampled and tested, and the samples have passed all specified tests. One copy or facsimile of the fully signed Certificate of Compliance shall be furnished to the Engineer prior to installation of material. The original shall be provided to the Engineer before payment for the represented item will be made. Failure to comply may result in delays to the project or rejection of the materials. In subsection 106.13, delete item (11) of the list following'the first paragraph and replace with the following: (11 )The following certification, signed by a person having legal authority to act for the Contractor: I hereby certify under penalty of perjury that the material listed in this Certified Test Report. represents (quantity and units) of pay item (pay item number and Description) that will be installed on project number Contractor Date., In subsection 106.13, delete the second paragraph and replace with the following: The original Certified Test Report shall include the Contractor's original signature as directed above, and the original signature (including corporate title), under penalty of perjury, of a person having legal authority to act for the manufacturer or the independent testing laboratory. It shall state that the test results show that the product or assembly to be incorporated into the project has been sampled and tested, and the samples have passed all specified tests. One copy or facsimile of the fully signed Certified Test Report shall be furnished to the Engineer prior to installation of material. The original shall be provided to the Engineer before payment for the represented item will be made. Failure to comply may result in delays to the project or rejection of the materials. 106 ' Harmony/Shields Intersection Improvements Project FodOrn1Jid Pr jnrt Nn Aar A ass_me June 7 2007 1 REVISION OF SECTIONS 106 AND 601 ' CONCRETE SAMPLING AND PUMPING Sections 106 and 601 of the Standard Specifications are hereby revised for this project as follows: ' In subsection 106.03, delete the fifth paragraph and replace with the following: Samples will be taken by the Department except that the Contractor shall take samples of Portland Cement Concrete in accordance with CP 61; samples of asphalt cement, in accordance with AASHTO T 40; hot mix ' asphalt, in accordance with CP 41 and a composite of aggregates for hot bituminous mixtures, in accordance with CP 30. The Engineer will determine the sampling locations, and the samples shall be taken in the presence of the Engineer. The Contractor may retain a split of each sample. ' Delete subsection 601.08 and replace with the following: 601.08 Air Content Adjustment. When a batch of concrete delivered to the project does not conform to the ' minimum specified air content, an air entraining admixture conforming to subsection 711.02 may be added in accordance with subsection 601.17. After the admixture is added, the concrete shall be re -mixed for a minimum of 20 revolutions of the mixer drum at mixing speed. The concrete will then be re -tested by QC. ' Subsection 601.12(d) shall include the following: The Contractor shall not use pipes, chutes, troughs, spouts, or tremies that are fabricated of aluminum materials .for pumping, conveying, or placing concrete. Subsection 601.12(g) shall include the following: ' When concrete is placed by pumping, the pumping equipment shall be thoroughly cleaned prior to concrete placement. Excess form release agent shall be removed from the hopper. The pump shall be primed at the Contractor's expense by pumping and discarding enough concrete to produce a uniform mix exiting the pump. At least 0.25 cubic yard of concrete shall be pumped and discarded to prime the pump. Water shall not.be added ' directly into the concrete pump hopper after placement has commenced. If water is added to the concrete pump hopper, all concrete in the concrete pump hopper and the line shall be discarded and the pump re -primed at the Contractor's expense. The pump operator shall have a valid operator's certification from the American Concrete Pumping Association. Boom pumps shall have a current Concrete Pump Manufacturers Association's CPMA27-2000 certification. Equipment added to the pump shall meet the pump manufacturer's specifications. The Contractor shall submit the specifications of the pumping equipment and the qualifications of the operator to the Engineer for review at least two weeks prior to pumping concrete. Equipment and operators rejected by the Engineer shall be replaced at the Contractor's expense. ' The pump shall be operated so that a continuous stream of concrete is produced. The pump equipment shall use a minimum of one of the following to maintain concrete uniformity: (1) A 360 degree loop immediately prior to the delivery end of the pump line. 1 (2) A minimum one inch reducer installed at the entry to the delivery hose. (3) A minimum one inch reducing delivery hose. (4) A cable attached to the pump boom creating a minimum 90 degree bend in the steel braded flexible hose. The point of discharge from the flexible hose at the end of the boom shall be at or above the lowest point of ' the bend. (5) On horizontal pours a 10-foot minimum horizontal delivery system placed on the deck. (6) Other approved methods. 107 �I Harmony/Shields Intersection Improvements Project FedernlAid Er sivrt Nn_ AQC Md55_n7d June 7, 2007 2 REVISION OF SECTIONS 106 AND 601 CONCRETE SAMPLING AND PUMPING Metal pump lines or couplings shall not rest directly on epoxy coated reinforcing steel. The point of discharge of the pump shall be as close to the bridge deck elevation as possible. Subsection 601.17 shall include the following: The Contractor shall sample 601 pay items for both QC and QA in accordance with CP 61. The Engineer will witness the sampling and take possession of the QA samples at a mutually agreed upon location. Delete subsection 601.17(a) and replace with the following: (a) Air Content. The first three "batches at the beginning of production shall be tested by QC and QA for air content. When air content is below the specified limit, it may be adjusted in accordance with subsection 601.08. Successive batches shall be tested by QC and witnessed by the Engineer until three consecutive batches are within specified limits. After the first three batches, CDOT will follow the random minimum testing schedule. Air content shall not, be adjusted after a QA test. At any time during the placement of the concrete, when a QA test on a batch deviates from the minimum or maximum percent of total air content specified, the following procedure will be used to analyze the acceptability of the concrete. A batch that deviates from the specified air content by more than 1 percent and all Class D, DT, HT and H concrete placed in bridge decks with air content exceeding 8 percent will be rejected. Portions of loads incorporated into structures prior to determining test results which indicate rejection as the correct course of action shall be subject to acceptance at reduced price, no payment, or removal as determined by the Engineer. 2. A batch that deviates from the specified air content by 1 percent or less may be accepted at a reduced price using Table 601-3. 108 HarmonylShields Intersection Improvements Project FederaUid Project No. AQC M455-074 August 1, 2005 1 REVISION OF SECTION 107 1 PROJECT SAFETY PLANNING Section 107 of the Standard Specifications is hereby revised for this project as follows: ' Delete subsection 107.06 and replace with the following: 107.06. Safety, Health, and Sanitation Provisions. ' (a) Contractor Responsibilities. The Contractor shall ensure compliance with applicable Federal, State, and local laws, rules, regulations, and guidelines governing safety, health and,sanitation, including but not limited to the Project Safety Management Plan (Plan) described below, the Occupational Safety and Health Act, 29 CFR 1910, 29 CFR 1926, Mine Safety,and Health Administration (MSHA), Title 30 CFR, the "Colorado Work Zone ' Best Practices Safety Guide", national consensus standards, and the Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.). The Contractor_ shall provide all.safeguards, safety devices, and protective equipment, and shall take all other actions necessary to protect the life, safety and health of 1 persons working at or visiting the project site, and of the public and property in connection with the performance of the work,covered.by the Contract. In the case of conflicting requirements, the more stringent of the requirements shall.apply. The Contractor shall require that all operations and work practices by Contractor, subcontractors, suppliers, and Department, personnel comply with the provisions of the Plan. ' (b) Safety Officer. Prior to the start of construction, the Contractor shall designate a Safety Officer and an alternate, who shall be responsible for the coordination of safety activities,, and preparation and implementation of the Plan: (c) Competent Persons. Prior to the start of construction, the Contractor shall designate at least one competent ' person for each of the construction activities being completed. Construction activities and safety considerations that must be addressed shall include, but are not limited to: lead abatement, hearing protection, respiratory protection, rigging, assured grounding, scaffolding, fall protection, cranes, trenching and excavating, steel erection, underground construction (including caissons and cofferdams), demolition, ' blasting and the use of explosives, stairways and ladders, asbestos, and confined space. The appropriate competent persons shall be present on the project site at all times during construction activities. A competent person is an individual who, by way of training, experience, or combination thereof, is knowledgeable of applicable standards, is capable of identifying existing and predictable workplace hazards relating to a specific construction activity, is designated by the employer, and has authority to take appropriate actions. (d) Project Safety Management Plan. Prior to the start of construction, the Contractor shall prepare a written Project Safety Management Plan (Plan) which shall be specific to the project. The Plan shall include: (1) Designation of a Safety Officer and an alternate, and competent persons for each construction activity as described above. ' (2) A list of all significant and/or high -risk construction activities and safety considerations as described above, and a hazard assessment for each. (3) Direction as to whether engineering, administrative, personal protection measures, training; or a ' combination thereof, shall be implemented to address the hazards identified in (2) above. (4) Provisions for field safety meetings. The Contractor shall conduct field safety meetings at the frequency specified in the Plan, once per week at a minimum. The Contractor shall encourage participation by all persons working at the project, site. Participants at these meetings shall discuss ' specific construction activities for that work period,. results from safety inspections, required personal protective equipment, and all other necessary safety precautions. (5) Provisions for project safety meetings. The Contractor shall conduct project safety meetings to discuss accidents; incidents, safety goals, near misses, and results of safety inspections. The Contractor shall ' notify the Engineer of the time, date, and location of. these meetings, shall require participation by all persons (including Department personnel) working at the project site, and shall track attendance through sign-up lists. ' 109 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 August 1, 2005 2 REVISION OF SECTION 107 PROJECT SAFETY PLANNING (6) Procedures for assuring compliance by subcontractors, suppliers, and authorized visitors to the project. In addition, the Plan shall specify the measures that will be taken to discourage unauthorized personnel from entering the site. (7) Procedures to be followed in cases where workers are suspected of drug or alcohol impairment. (8) Provisions for project safety inspections. The Contractor shall conduct regular project safety inspections at the frequency specified in the Plan, once per month at a minimum. The Contractor shall maintain documentation on the project site, including the date of these inspections, the findings, and the corrective measures taken to address the findings. (9) Procedures to be followed to correct. violations of the Plan by any personnel. (10) The notification, investigation, and implementation procedures that the Contractor shall follow in the case of a safety stand down. (11) The Contractor's certification as follows: By authorized signature below, (Contractor name), hereinafter referred to as 'the Contractor', hereby certifies that this Project Safety Management Plan (Plan) complies with and meets applicable Federal, State, and local laws, rules, regulations and guidelines governing safety, health and sanitation, including but not limited to the Occupational Safety and Health Act, 29 CFR 1910, 29 CFR 1926, Mine Safety and Health Administration (MSHA), Title 30 CFR, the "Colorado Work Zone Best Practices Safety Guide", national consensus standards, and the Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.). All operations and work practices of the Contractor will comply with this Plan. The Contractor requires that all subcontractors, suppliers and Department personnel comply with this Plan. (Signature,of Contractor's Safety Officer or alternate) Title Date The Contractor shall submit the Plan to the Engineer for the project records, and shall provide updates to the Plan as necessary. An up-to-date copy of the Plan shall be on the project site in the Contractor's possession at all times. (e) Project Safety & Health Requirements. All personnel on the project site shall wear the following personal protective equipment (PPE) at all times when in the State Highway Right of Way, except when in their vehicles: (1) Head protection and high visibility apparel, reflectorized for night use, and footwear, all of which shall comply with the latest appropriate national consensus standards. (2) All other PPE that is stipulated by the Plan. All PPE shall comply with the latest appropriate national consensus standards. (e) Safety Stand -Down. The Engineer may immediately suspend all or part of any work in the case of an accident . (including property damage), or catastrophe (three or more persons hospitalized in a single incident), or other 110 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 August 1, 2005 ' 3 REVISION OF SECTION 107 PROJECT SAFETY PLANNING situation presenting an imminent danger to life or health, such as a near miss, violation of the Plan, and/or presence of a hazardous situation. In the case of a worksite fatality directly related to the Contractor's or any subcontractor's ' work operations, the safety stand -down shall be mandatory. In the case of a traffic fatality unrelated to a work -zone incident in the opinion of the Engineer, the safety stand -down will not be mandatory. During any mandatory safety stand -down due to a fatality, all work on the project shall cease, except that work deemed necessary by the Engineer to immediately correct unsafe conditions. The Contractor shall be allowed to resume operations only after providing documentation, certified by the Safety Officer or alternate, regarding the corrective actions taken to prevent recurrence. The Contractor may be granted a noncompensable, excusable delay, up to three days, for the period. of time during which no work was.pursued due to each safety stand -down. (g) Regulatory Enforcement Actions. The Contractor shall provide written notifications of all Regulatory agency actions relating to safety to the Engineer. All costs associated with the preparation and implementation of the Plan, and complying with all safety, health, and sanitation provisions and requirements will not be measured and paid for separately, but shall be included in the work. 1 11 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 August 1, 2005 1 ' REVISION OF SECTION 107 RESPONSIBILITY FOR DAMAGE CLAIMS, INSURANCE TYPESAND COVERAGE LIMITS Section 107 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 107.15 and replace with the following: 107.15 Responsibility for Damage Claims, Insurance Types and Coverage Limits. The Contractor shall indemnify and save harmless the Department, its officers, and employees, from suits, actions, or claims of any type or character brought because of any and all injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or failure to comply with the provisions of the Contract; or on account of or in consequence of neglect of the Contractor in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of the Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright, unless the design, device, material or process involved is specifically required by the Contract; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. The Department may retain as much of any moneys due the.Contractor under any Contract as may be determined by the Department to be in the public interest. (a) The Contractor shall obtain, and maintain at all times during the term of this Contract, insurance in the following kinds and amounts: (1) Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contractor's employees acting within the course and scope of their employment. (2) Commercial General Liability Insurance written on ISO occurrence form CG 00 0110193 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: (i) $1,000,000 each occurrence; (ii) $2,000,000 general aggregate; (iii) $2,000,000 products and completed operations aggregate; and (iv) $50,000 any one fire. (v) Completed Operations coverage shall be provided for a minimum period of one year following final acceptance of work. If any aggregate limit is reduced below $1,000,000 because of claims made or paid, the Contractor shall immediately obtain additional insurance to restore the full aggregate limit andfurnish to CDOT a certificate or other document satisfactory to CDOT showing compliance with this provision. (3) Automobile Liability Insurance covering any auto (including owned, hired and non -owned autos) with a minimum limit as follows: $1,000,000 each accident combined single limit. (4) Professional liability insurance with minimum limits of liability of not less than $1,000,000 Each Claim and $1,000,000 Annual Aggregate for both the Contractor or any subcontractors when: (i) Contract items 625, 629, or both are included in the Contract (ii) Plans, specifications, and submittals are required to be signed and sealed by the Contractor's Professional Engineer, including but not limited to: 112 ' Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 (A) Shop drawings and working drawings as described in subsection 105.02 (B) Mix Designs (C) Contractor performed design work as required by the plans and specifications (D) Change Orders ' (E) Approved Value Engineering Change Proposals (iii) The Contractor and any included subcontractor shall renew and maintain Professional Liability Insurance as outlined above for a minimum of one year following final acceptance of work. ' (5) Umbrella or Excess Liability Insurance with minimum limits of $1,000,000. This policy shall become primary (drop down) in the event the primary Liability Policy limits are impaired or exhausted The Policy shall be written on an Occurrence form and shall befollowingform of the primary. The following form Excess Liability shall include 'CDOT as an additional insured. (b) CDOT shall be named as additional insured on the Commercial General Liability and Automobile Liability Insurance policies. Completed operations additional insured coverage shall be on endorsements CG 2010 11/85, CG 2037, or equivalent. Coverage required of the contract will be primary over any insurance or self- insurance program carried by the State of Colorado. (c) The Insurance shall include provisions preventing cancellation or non -renewal without at least 30 days prior notice to CDOT by certified mail. (d) The Contractor will require all insurance policies in any way related to the contract and secured and maintained by the Contractor to include clauses stating'that each carrier will waive all rights of recovery, under subrogation or otherwise, against CDOT, its agencies, institutions, organizations, officers, agents, employees and volunteers. (e) All policies evidencing the insurance coverages required hereunder shall be issued'by insurance companies satisfactory to CDOT. (f) The Contractor shall provide certificates showing insurance coverage required by this contract to CDOT prior to execution of the contract. No later than 15 days prior to the expiration date of any such coverage, the ' Contractor shall deliver CDOT certificates of insurance evidencing renewals thereof. At any time during the term of this contract, CDOT may request in writing, and the Contractor shall thereupon within ten days supply to CDOT, evidence satisfactory to CDOT of compliance with the provisions of this section. ' (g) Notwithstanding subsection 107.15(a), if the Contractor is a public entity' within the meaning of the Colorado Governmental Immunity Act CRS 24-10-1.01, et seq., as amended (''Act'), the Contractor shall at all times during the term of this contract maintain only such liability insurance, by ' commercial policy or self-insurance, as is necessary to meet its liabilities under the Act: Upon request by CDOT, the Contractor shall show proof of such insurance satisfactory to CDOT. Public entity Contractors are not required to name CDOT as an Additional Insured.. ' (h) When the Contractor requires a subcontractor to obtain insurance coverage, the types and minimum limits of this coverage may be different than those required, as stated above, for the Contractor, except for the Commercial General Liability Additional Insured endorsement and those that qualify as needing Professional ' Liability Insurance. n ' 113 J Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 October 11, 2006 REVISION OF SECTION 108 PAYMENT SCHEDULE Section 108 of the Standard Specifications is hereby revised for this project as follows: Add subsection 108.031, immediately following subsection 108.03, which shall include the following: 108.631 Payment Schedule. The Contractor shall prepare a payment schedule which shall show the dollar amount of work the Contractor expects to complete by the progress estimate date each month.for the duration of construction. The schedule shall cover the period from the commencement of work to the expected completion date as shown on the Contractor's progress schedule. The payment schedule may be prepared using standard spreadsheet. software such as MS Excel and submitted in electronic format. A sample MS Excel format is available from the Engineer. (a) Initial Payment Schedule. The Contractor shall submit the initial payment schedule at the preconstruction conference. The payment schedule shall consist of two parts: (1) a tabulation, and (2) a bar chart. 1. Part 1. Part 1 shall be a tabulation which shows: (1) the salient features listed in the Contractor's progress schedule (2) the dollar amount. of work in each salient feature expected to be completed by each month's progress estimate date (3) the dollar amount of all other work not included in the salient features expected to be completed by each month's progress estimate date (4) the total dollar amount of work expected to be completed by each month's progress estimate date The amounts shown shall include planned force account work and expected incentive payments. ?. Part 2. Part 2 shall be a bar chart which shows the expected total dollar amount of work to be completed by.each month's progress estimate date. (b) Payment Schedule Updates: Once each month the Contractor shall submit.a payment schedule update to. the Engineer. The schedule update shall be in the same two part format as the initial schedule and shall be submitted to the Engineer by the first day of each month. In each payment schedule update, estimated monthly dollar amounts shall be revised to match actual progress payments made to the Contractor to date. Each payment schedule update shall show corrected dollar amounts of work to be completed each month through the -expected completion date as shown on the Contractor's progress schedule. (c) Failure to Submit Payment Schedule. If the Contractor fails to submit the initial payment schedule or'a payment schedule update by the required date, the Engineer will withhold further progress payments until such time as the Contractor has submitted,a current payment schedule.., INE! f� F, FI January lT �2nM g RE'V ISI U4 OF SECTIOiN 700 BITUMINOUS h? ATER ALS Table 703-7 .,R.-k-lP Test Method I Min I Max Test on Residue Pen4tratiora t 3VTr. 1 COg 5s. dnirri." AST D 5 t 16ii€red; 1 AsphaltYnes, r'ISTAII D 4124 15 74205 (unused) 70206 Hot !Poured .Joint and Crack Sealant_ Hot'poured material for FLIfing jcdnts and cracks shall confomt to the requirements .of ASTI!A l7 N90, Type I or I I_ The concrete bbcks used in the load Test shall be- prepared in accordance with t P-L4101_ Sealant mate:ia3 shall be supplied pretended, prereacted. arad primp ckaged_ If r<upplie<d in solid fin the sealant raterial sha31 be cast in a plastic or ot"w dissoPeable finer haWng the capabil ty of be`mming part of the crack sealing liquid. The sealant shall be de4vered in the manufactu-rer's o6ginal sealed container_ ' Each container shall be legibly marked witth the manufacturers n&Te, the trade name of the sealer, the manufacturer's batch or lot number, the applkt ation temperature range, the recommended applicabon temperature, and the .safe heating temperature_ ' The sealan shall belisted in CDOTs Approved Products Li" prior to use. 1 11 ' Harmony/Shields Intersection Improvements Project Federal,4id Project No. AQC M455-074 November 3, 2008 I� REVISION OF SECTION 108 PROGRESS SCHEDULE ' Section 108 of the Standard Specifications is hereby revised for this project as follows: In subsection 108.03 delete the first paragraph and replace with the following: ' Schedule. The Contractor shall plan, schedule, and report the progress of the work to ensure timely completion of the work as calledfor in the Contract. The Contractor shall prepare a Project Schedule that shall be usedfor coordination, for evaluation ofprogress, andfor the evaluation of changes'to the Contract. The Schedule shall show the logical ' progression of all activities required to complete the Contract work, including those of subcontractors, Contractor's engineers and surveyors, and suppliers. Seasonal and weather constraints, utility coordination, railroad restrictions, right of way restrictions, traffic constraints, environmental constraints, other project interfaces, expectedjob learning curves and other constraints shall be considered when preparing the Project Schedule. Days scheduled as no work days shall be ' indicated. A CPM schedule is required unless the Commencement and Completion of work special provision allows a bar chart schedule. The Schedule shall show all work completed within the contract time. 0 71 1 1 In subsection 108.03 (c), delete the third paragraph and replace with the following: The progress schedule shall show the logical progression of all activities required to complete the Contract work, including subcontracted work, delivery dates for critical material, submittal and review periods, milestone requirements and no work periods. Where the project has specific phases, each phase shall be described separately for each applicable required activity. 115 1 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 November 3, 2008 1 REVISION OF SECTION 109 ASPHALT CEMENT COST ADJUSTMENT (ASPHALT CEMENT INCLUDED IN THE WORK) Section 109 of the Standard Specifications is hereby revised for this project as follows: Subsection 109.06 shall include the following: (i) Asphalt Cement Cost Adjustments. Contract price adjustments will be made to reflect increases or decreases in the price of asphalt cement from that in effect during the month in which bids were received for the Contract. Price adjustments will be based on the asphalt cement price.index established by the Department -on the first working day of each month. The index will be the spot price per barrel of Western'Canadian Select (WCS) as published on http://www.encana:com/doinQbusiness/crudeoilpricing/index.htm for the first working day of the month. The index from this source will be converted to US Dollars using the currency converter at http://finance.vahoo.com/currency by converting the posted price of Canadian Dollars per cubic meter of WCS on Encana.com to US Dollars per cubic meter. A conversion factor of 0.89 cubic meter per Ton will be used to convert the posted price from cubic meter to tons. The converted index number will be posted on the CDOT website at: http://www.dot.state.co.us/DesignSupporUConstruction/Fuel%20Cost%20AdAustm ents/EnCana%20Aspha It%20Cement%20Cost%20Ad'ustments/Asphalt%20Cement%20Cost%20Adiustment%201ndex. htm 2. Price adjustments will be paid on a monthly basis with the following conditions: A Payment will be based on the pay quantities on the monthly partial pay estimate for the following pay items when asphalt cement is included in the pay items: 403 Hot MixAsphalt 403 Stone Matrix Asphalt B A price adjustment will be made only when the asphalt cement price index varies by more than 5 percent from the asphalt cement price index at the time of bid, and only for that portion of the variance in excess of 5 percent. Price adjustments may be either positive or negative dollar amounts. C Asphalt cement cost adjustments will not be made for any partial estimate falling wholly after the expiration of contract time. D Adjustment formula: EP greater than BP: ACCA = (EP —1.05 BP)(PA) (Q) EP less than BP: ACCA = (EP —0.95 BP) (PA) (Q) Where: BP = Asphalt Cement price index for the month in which bids are opened EP = Asphalt Cement price index for the month in which the partial estimate pay period ends ACCA = Asphalt Cement Cost Adjustment PA = Percent of the paving mixture that is asphalt cement. Asphalt Cement content will be determined by the weighted average of all asphalt cement content percentages obtained from 116 t Harmony/Shields Intersection Improvements Project FederaLVd Project No. AQC M455-074 November 3, 2008 2 REVISION OF SECTION 109 ASPHALT CEMENT COST ADJUSTMENT (ASPHALT CEMENT INCLUDED IN THE WORK) ' the field acceptance tests for that item (Use decimal in formula, e.g.: 0.05.). If Reclaimed Asphalt Pavement (RAP) is used the percent of Virgin Asphalt Cement added to the mix will be determined by subtracting the percent of asphalt cement in the Reclaimed Asphalt Pavement ' (RAP) from the percent of asphalt cement in the mix as calculated from Revision of Section 401 Reclaimed Asphalt Pavement. Q = Increased pay quantityfor all 403 items shown above on the monthly partial pay estimate in Tons. ' E No adjustment will be allowed for the quantity of any item that is left in place at no pay or for material removed and replaced at the Contractor's expense. F The asphalt cement cost adjustment will be the sum of the individual adjustments for each of the pay items shown above. No adjustment will be made for asphalt cement costs on items other than those shown above. ' G Asphalt cement cost adjustments resulting in an increased payment to the Contractor will be paid for under the planned force account. item: Asphalt Cement Cost Adjustment. Asphalt cement cost adjustments resulting in a decreased payment to the Contractor will be deducted from monies owed the Contractor. 11 1 117 1 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 January 17, 2008 1 REVISION OF SECTION 109 COMPENSATION FOR COMPENSABLE DELAYS Section 109 of the Standard Specifications is hereby revised for this project as follows: In subsection 109.10 delete the first paragraph and replace with the following: 109.10 Compensation for Compensable Delays. If the Engineer determines that a delay is compensable in accordance with either subsection 105.21, 105.22, 105.23, or 108.07, monetary compensation will be determined in accordance with this subsection. Delete subsection 109.10(a) and replace with the following: (a) These categories represent the only costs that are recoverable by the Contractor. All other costs or categories of costs are not recoverable: (1) Actual wages and benefits, including FICA, paid for additional non -salaried labor; (2) Costs for additional bond, insurance and tax; (3) Increased costs for materials; (4) Equipment costs calculated in accordance with subsection 109.04(c) for Contractor owned equipment and based on invoice costs for rented equipment; (5) Costs of extended job site overhead; (6) Salaried employees assigned to the project; (7) Claims from subcontractors and suppliers at any level (the same level of detail as specified herein is required for all such claims); (8) An additional 16 percent will be added to the total of items (1)through (7) as compensation for items for which no specific allowance is provided, including profit and home office overhead. 118 ' Harmony/Shields Intersection Improvements Project Federal d Project No. AQC M455-074 November 30, 2006 ' 1 REVISION OF SECTION 109 FUEL COST ADJUSTMENT ' Section 109 of the Standard Specifications is hereby revised for this project as follows: Subsection 109.06 shall include the following: (h) Fuel Cost Adjustments. Contract price adjustments will be made to reflect increases or decreases in the prices of gasoline, diesel and other fuels from those in effect during the month in which bids were received for the Contract. When bidding, the Contractor shall specify on the Form 85 whether the price adjustment will ' apply to the Contract. After bids are submitted, the Contractor will not be given any other opportunity to accept or reject this adjustment. If the Contractor fails to indicate a choice on the Form 85, the price adjustment will not apply to the Contract. If the fuel cost adjustment is accepted by the Contractor, the adjustment will be made in accordance with the following criteria: 1. Price adjustments will be based on the fuel price index 'established by the Department on the first working day of each month. The index will be the rate posted by the Oil Price Information Service (OPIS) on the ' first working day of the month for Denver No. 2 Diesel. The rate used will be the OPTS Average taken from the OPTS Standard Rack table for Ultra -Low Sulfur w/Lubricity Gross Prices (ULS column), expressed in dollars per gallon and rounded to two decimal places. ' 2. Price adjustments will be paid on a monthly basis with the following conditions: A. Payment will be based on the pay quantities on the monthly partial pay estimate for thefollowing pay items for which fuel factors have been established: I 1 A price adjustment will be made only when the current fuel price index varies by more than 5 percent from the price .index at the time of bid, and only for that portion of the variance in excess of 5 percent. Price adjustments may be either positive or negative dollar amounts. C. No fuel price adjustments will be made for any partial estimate falling wholly after the expiration of contract time. 119 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 DRAFT September 7, 2006 2 REVISION OF SECTION 109 FUEL COST ADJUSTMENT D. Adjustment formula: EP greater than BP: FA = (EP — 1.05 BP)(Q)(FF) EP less than BP: FA = (EP —0.95 BP)(Q)(FF) Where: BP = Fuel price index for the month in which bids are opened EP = Fuel price index for the month in which the partial estimate pay period ends FA = Adjustment for fuel costs in dollars FF = Fuel usage factor for the pay item Q = Pay quantityfor the pay item on the monthly partial pay estimate Note: When they pay item is based on area, and the rate offuel use varies with thickness, Q should be determined by multiplying the area by the thickness. For example: for 1000 square yards of 8- inch concrete pavement Q should be 8000. E. No adjustment will be allowed for the quantity of any item that is left in place at no pay. The fuel cost adjustment will be the sum of the individual adjustments for each of the pay items shown. No adjustment will be made for fuel costs on items other than those shown. The factors shown are aggregate adjustments for all types of fuels used, including but not limited to gasoline, diesel, propane, and burner fuel No additional adjustments will be made for any type of fuel. Fuel cost adjustments resulting in an increased payment to the Contractor will be paid for under the planned force account item: Fuel Cost Adjustment. Fuel cost adjustments resulting in a decreased payment to the Contractor will be deducted from monies owed the Contractor. 120 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 August 1, 2005 REVISION OF SECTION 109 MEASUREMENT OF QUANTITIES Section 109 of the Standard Specifications is hereby revised for this project as follows: In subsection 109.01, following paragraph 15, add the following: The Engineer will randomly verify the accuracy of the certified weigher on every project where the weights are manually entered on the scale ticket. This verification will consist of at least one comparison check on the project. Additional verification checks may be required as determined by the Engineer. The Engineer will randomly select a loaded truck after the truck has been issued a scale ticket by the certified weigher. The loaded truck will -then be reweighed, in the presence of the Engineer, on the same scale and the weight compared with the weight on the scale ticket. Reweighed loads shall be within the tolerance of 200 pounds plus or minus. The Engineer will also verify the accuracy of computerized scales. Computerized scales are scales that automatically print weights on the scale ticket. This verification will consist of at least one comparison check when the project requires more than 2500 tons of material to bewweighed. This comparison check shall be made ' by reweighing a loaded vehicle. The Contractor shall either provide a second certified scale or select a second certified scale in the vicinity to be used for the comparison check. Comparison checks shall be performed using the following procedures: ' (1) Hopper Scale. A loaded truck will be randomly selected by the Engineer. The loaded truck shall be weighed on a certified platform scale to record the gross weight. The truck shall be unloaded and weighed again on the same scale to record the tare weight. The tare weight shall be subtracted from the gross weight and compared against the net weight recorded on the scale ticket. (2) Platform Scales. A loaded truck will be randomly selected by the Engineer. The loaded truck shall be reweighed on a second certified scale and the gross weight shall be compared against the gross weight on the first scale ticket. I Should a comparison check reveal a weight difference of more than one percent, a second comparison check shall be performed immediately. If the weight differences of both comparison checks exceed the one percent limit, the Contractor shall immediately stop weighing and the scale shall be recertified and resealed at the Contractor's expense. The necessary adjustments as indicated by the recertification will be made to all scale tickets issued since the last certification or on the entire project, whichever occurred later, unless the Contractor demonstrates to the satisfaction of the Engineer that the defect in the scale was present for a lesser period of time. If it is necessary to recertify a scale, and more than 2500 tons of material remain to be weighed, another scale comparison check shall be made. All comparison checks shall be made at the Contractor's expense. 121 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 1 REVISION OF SECTION 203 EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.03 (a).shall include the following: October 25, 2007 ' Embankment imported onto the project will be tested for water soluble sulfates using CP-L 2103 Method B. The average of three.consecutive tests shall show -that the sulfate content is not greater than that corresponding to the sulfate exposure level specified on the plans. No single test shall have a sulfate content more than 20 percent greater than that corresponding to the sulfate exposure level specified on the plans. A single failing test shall have the remaining sample split into four equal portions. CDOT Region Lab shall receive one portion, the Contractor shall receive one portion and the remaining two portions shall go to the CDOT Central lab. The CDOT Region Lab, CDOT Central Lab and the Contractor's Lab shall retest the sample. If the results from the three Labs are within 10 percent of each other, the results will be averaged. The averaged result will be used for Contract compliance. If the results from the Labs are not within 10 percent of each other, the remaining split sample will be sent to an independent laboratory for testing using CP-L 2103. The independent laboratory will be mutually agreed upon by the Department and the Contractor. The Independent Lab's test result will be used for Contract compliance. If the water soluble sulfate content is less than that corresponding to the sulfate exposure level specified on the plans, CDOT will bear all costs associated with the independent lab test. If the soluble sulfate content is greater than that corresponding to the sulfate exposure level specified on the plans, all costs associated with independent lab testing shall be at the Contractor's expense. Embankment represented by failing tests shall be removed from the project and replaced at the Contractor's expense. 122 H 1 E 1 J Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 October 25, 2007 2 REVISION OF SECTION 208 STORM DRAIN INLET PROTECTION Section 208 of the Standard Specifications is hereby revised for this project as follows: Subsection 208.01 shall include the following: This work consists of the installation of storm drain inlet protection at locations as shown on the plans. Subsection 208.02 shall include the following: (m) Storm Drain Inlet Protection. Storm drain inlet protection shall consist of aggregate filled fabric with the following dimensions: Type I Type H Dianeter`x'r„�,r 4ink 4in _ 't< s �IS Mmimum`Section�Length ; 7 -ftr , fti r ~Apron Insertr';t; 5 30 m nor s¢edxtogrates h,�u , The inlet protection device shall consist of a woven geotextile fabric with the following properties: �'Sk�rF�,�,:r'.iLNn°@N' 3.a,00 °Grabgtensile stren th= 9 fi F.'A' WsuJ Y"M. t � ,°STD4632�. 3l.'# 5r '✓.N �` �; bs.�=` ..`f" Fhk �tS' �'5' jfl4 21 �0 minmum!�s,''r�C�l . Trapezoid Tear Strength ASTM D 4533 lbs. 25 minimum P6`cEMUIRMM. tOE 22125 86 y/y ,.C.yy ��� ga./min./ft. 145 Water Flow Rate ASTM D 4491 UltraviolTe R istance �° ' STM D44355 /#Y 0� fiY t� a . {'i�' »� y Storm drain inlet protection shall be capable of remaining in place during a storm event and have an approximate weight of 7 to 10 pounds per linear foot of device. The device shall be capable of conforming to the shape of the curb. Aggregate contained in the storm drain inlet device shall consist of gravel or crushed stone conforming to Table 703-7 for Class C. Subsection 208.05 shall include the following: (p) Storm Drain Inlet Protection. Prior to installation, the Contractor shall prepare the surface of the areas in which the Storm Drain Inlet Protection devices are to be installed such that they are free of materials greater than 2 inches in diameter and are suitably smooth for the installation of the Storm Drain Inlet Protection, as approved. The ends of the inlet protection shall extend a minimum of 1 foot past each end of the inlet. Subsection 208.07 shall include the following: Storm drain inlet protection will be measured by the linear foot of storm drain inlet protection device installed and accepted. Subsection 208.08 shall include the following: Pay Item Storm Drain Inlet Protection (Type ) Pay Unit Linear Foot 123 r L Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 October 25, 2007 3 REVISION OF SECTION 208 STORM DRAIN INLET PROTECTION Payment will be full compensation for all work, materials and equipment required to complete the item, including surface preparation, maintenance throughout the project, and removal upon completion of the work. Aggregate will not be measured and paid for separately, but shall be included in the work. 124 J Subsection 209.06 shall include the following: All landscaping including but not limited to the existing trees, shrubs, flower beds, and sod planted at all locations on the project where the construction has affected the existing irrigation system shall be watered twice monthly or as directed by the Engineer during the length of irrigation disruption. This item will ' be measured by the lump sum. Pay Item Pay Unit Water (Landscaping) Lump Sum F. Under Revision of Section.304 include Class 5 Aggregate Found in Table 703.03 ' of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction: ' Subsection 304.02: Change the following paragraphs to include the information highlighted in yellow: Materials for the.base course shall be Aggregate Base Course (Class 5 or 6) as shown in subsection 703.03 The aggregate base course (Class 5 or 6) must meet the gradation requirements ' and have a resilient modulus of at least 321883 psi or a resistance value, R>78 when tested by the Hveem Stabilometer method. Subsection 304.08 Change the following pay item to include the information highlighted in yellow: Pay Item Pay Unit ' Aggregate Base Course (Class 5 or 6) Ton G. Under Revision of Section 514 Delete #1 under 514.02 and replace with the following information: 1. 1 %2" diameter standard weight tube pipe with 6" x 3" x %2" steel anchor plates, %" diameter anchor bolts with heavy hex head nut and washer, or approved equal. ' H. Omit Revision of Section 620 Field Facilities III. In the Standard Special Provisions: ' A. Under Revision of Section 101, 107 and 208 — Water Quality Control change the information listed under subsection 208 03(c) second paragraph to match the numbering correspondence listed below: (8) During construction the ECS shall update and record the following items on the site map as changes occur: (i) Construction boundaries (ii) Areas of disturbance, as they occur 10 REVI-SIQN OF SECT [ON 702 SI T UMI N OUS UA T ERL"-LS Colorado Procedure — Laborarory CP-L 4101 Standard Practice for Preparing Concrete Blocks for Testing Sealants, for ,Joints and Cracks ASPA Designation- D 1 NE-03 NOTE: Replace- &ubsections 5.1, 5-1.1. and 5.2 ofAST1',+ 0 1GO&D3 with.the fcd vo ring: 5.1 Prepare the concrete in acordance with the pro.-dure described in, Test tdlethcd C 1 g2PC 1 Q2M using its forjowinFg mix design: Conxete Mil: Proportions for 1 Cubic Yard SSD Batch Weight Cement, Type 1,11 523Ib Ryas; f, Class F 132 lb 0oarse Aggregate, h6orrason Quarry. #157M7 1750 lb Sand, Thornton Pr Washed Sand 1100 11b Mote: Contact Aggregate lndusmes at 303.777.2592to ot4ain the aggregates. 5.2. Ilse a metal or plastic mold provided with a metal or plastic base plate. ProOde means for securing the base prate to the mold- ?Rake the assembled mold and base plate wate-r-tight and January 17, '2308 , oil with mineral od beib a use. Fill the mold with concrete prepared in acxordance mh 5.1 to overflowing and vibrate emernatly for 30 s. Srxeed (&even tine cancraete to a smooth surface with a wooden fioaat and level aff with a metal straightedge drawn across the top with a sawing motion. Cure as specified in Test. h4ehod C I@Zet 192M. After curing for not less than 14 days, eut it* slab of concrete into individual blocks rasing a 40 by 60-brit diamond saw blade ae-ating at a peripheral speed of 3050 ± 150 anlmin. (110 000 t 5CD fttmin. ). Each test blod; should be 25 by 50 by 75 mm (1 by 2 by 34n.). Any face contacts g the test material must be saw cut. While the blocks are still wet from the =awing ,operations, scrkb the surfaces of the blocks ligh.fy with a non-metallic stff bristle brush while holding under a stream of running water. Stock-s of prepared blocks may be stored under standard conditions indefinitely, but store such Mocks in a 100% humidity en,0ronment for not less than 7 days prior to use- t r- L Harmony/Shields Intersection Improvements Project FederaWd Project No. AQC M455-074 April 12, 2007 REVISION OF SECTION 212 SEEDING SEASONS Section 212 of the Standard Specifications is herby revised for, this project as follows: In subsection 212.03 delete the seeding seasons table and replace it with the following: Zone 1, Spring Seeding Fall Seeding Areas other than the Western Slope Spring thaw to June 1 ' Septemberl5 until consistent Below 6000' "ground freeze 6000' to 7000' Spring thaw to June 1 Septemberl until consistent ground freeze 7000' to 8000' Spring thaw to July 15 August 1 until consistent Above 8000' Spring thaw to consistent ground ground freeze freeze Western Slope Below 6000' Spring thaw'to May 1 August 'l until consistent ground freeze 6000' to 7000' Spring thaw to June 1 September 1 until consistent ground freeze Above 7000' Spring thaw to. consistent. ground freeze 125 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 October 25, 2007 REVISION OF SECTION 401 COMPACTION OF HOT MIX ASPHALT Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.17, delete the third paragraph and replace with the following: Pavement shall be compacted to a density of 92 to 96 percent of the daily theoretical maximum specific gravity, determined according to CP 51. If more than one theoretical maximum specific gravity test is taken in a day, the average of the theoretical maximum specific gravity results will be used to determine the percent compaction. Field density determinations will be made in accordance with CP 44 or 81. 126 H Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 401 COMPACTION PAVEMENT TEST SECTION (CTS) Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.17, delete the fourteenth paragraph and replace with the following: October 19, 2006 ' Two sets of random cores shall be taken within the last 200 tons of the CTS. Each set shall consist of a minimum of seven random corings. The Engineer will determine the coring locations using a stratified random sampling process. The locations of these cores will be such that one,set can sere as a duplicate of the other. One set of these cores shall be immediately submitted to the Engineer. This set will be used for determining acceptance of ' the CTS and determining density correction factors for nuclear density equipment. Densities of the random samples will be determined by cores according to CP 44. Density correction factors for nuclear density equipment will be determined according to CP 81. Coring shall be performed under CDOT observation. Coring will not be measured and paid for separately but shall be included in the work. r� .1 1-1 127 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 October 25, 2007 1 REVISION OF SECTION 401 LONGITUDINAL JOINTS Section 401 of the Standard Specifications is hereby revised for this project as follows: In -subsection 401.17, delete the fourth and fifth paragraphs and replace with the following: The longitudinal joints shall be compacted to a target density of 92 percent of the theoretical maximum specific gravity. The tolerance shall be ± 4 percent. The theoretical maximum specific gravity used to determine the joint density will be the average of the daily theoretical maximum 'specific gravities for the material that was placed on either side of the joint. Density (percent relative compaction) will be determined in accordance with CP 44. The Contractor shall obtain one 6-inch diameter core at a random location within each longitudinal joint sampling section for determination of the joint density. The Contractor shall mark and drill the cores at the location directed by the Engineer and in the presence of the Engineer. The Engineer will take possession of the cores for testing. The Contractor may take additional cores at his own expense.. Coring locations shall be centered on the visible line where the joint between the two adjacent lifts abut the surface. The center of all joint cores shall be within 1 inch of this visible joint line. Core holes shall be repaired by the Contractor using materials and methods approved by the Engineer. QC and QAjoint coring shall be completed within five calendar days of joint construction. Longitudinal joint coring applies to all pavement lifts. When constructing joints in an echelon paving process, the joints shall be clearly marked to ensure consistent coring location. In small areas, such as intersections, where the Engineer prescribes paving and phasing methods, the Engineer may temporarily waive the requirement for joint density testing. 128 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 ' REVISION OF SECTION 401 August 1, 2005 PLANT MIX PAVEMENTS Section 401 of the Standard Specifications is hereby revised for this project as follows: Subsection 401.02(b) shall include the following: ' After the Form 43 is executed, and all ingredients are available on the project, the Contractor shall notify the Engineer a minimum of one working day in advance of beginning production of the hot mix asphalt. Any changes in the Form 43 will require the same notification unless otherwise approved by the Engineer. 1 ' 129 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 January 17, 2008 REVISION OF SECTION 401 PROCESSING OF ASPHALT MIX DESIGN Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.02 (a), delete the third paragraph 130 F1 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 October 25, 2007 ' REVISION OF SECTION 401 TEMPERATURE SEGREGATION Section 401 of the Standard Specifications is hereby revised for this project as follows: ' Subsection 401.16 shall include the following: The Engineer will perform a systematic segregation check in accordance with CP 58 as early in the project as is ' feasible to determine if temperature segregation problems exist. Temperature segregation will be of concern on the project if, across the width of the mat, temperatures vary=by 25 OF or more. Densities will not need to be taken in the systematic segregation study. The Engineer will discuss the temperature findings of the systematic 1 segregation check with the Contractor. The Engineer may evaluate the HMA for low density due to temperature segregation any time industry best practices, as detailed on Form 1346, are not being followed or the Engineer suspects temperature segregation is occurring. The Engineer will first meet with the Contractor to discuss the paving practices that are triggering the temperature investigation. Areas across the mat, excluding the outside 1 foot of both edges of the mat, that are more than 25 OF cooler than other,material across the width may be marked for density testing. Material for temperature comparison will be evaluated in 3-foot intervals behind the paver across the width of the mat. The I material shall be marked and tested in accordance with CP 58. If four or more areas within a lot of 500 tons have densities of less than 92 percent of the material's maximum specific gravity, a 5 percent price disincentive will be applied to the 500 ton lot. The 500 ton count begins when the Engineer starts looking for cold areas, not when ' the first cold area is detected. This price disincentive will be in addition to those described in Sections 105 and 106. Only one area per delivered truck will be counted toward the number of low density areas. Temperature segregation checks will be performed only in areas where continuous paving is possible. 1 11 ' 131 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 January 17, 2008 REVISION OF SECTION 401 TOLERANCES FOR HOT MIX ASPHALT Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401 .02(b) delete Table 401-1 and replace with the following: Table 401-1 TOLERANCES FOR HOT MIX ASPHALT >AsphaltyFiecycling Agent�� s, �`u '.. $� #p = ±40'2 MixrAsphaltr Item 403 Hot 2 .`-,1y i. § f YY -,t C -{,.h 5 °✓ 3n b i 3�'( �f.;! ;, Bassin fhe 9 5 mm 3L8 inch -and lar er sieves � ,� -, ° v ±� 6 /° ,��� 'Passing the75 pm �200) 4 ± 2% (No sieve 'When 100%passing is designated, there shall be no tolerance. When 90 100% passing is designated, 90% shall be the minimum; no tolerance shall be used. . 'These tolerances apply to the Contractor's Quality Control Testing. 132 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 August 1, 2005 REVISION OF SECTION 412 CONCRETE PAVEMENT JOINTS This is a standard special provision that revises or modifies CDOT's Standard Specifications for Road and ' Bridge Construction. It has gone through a formal review and approval process and has been issued by CDOT's Project Development Branch with formal instructions regarding its use on CDOT construction projects. It is to be used as written without change. Do not use modified versions of this. special provision on CDOT construction projects, and do not use this special provision on CDOT projects in a manner other than ' that specified in the instructions unless such use is first approved by the Standards and Specifications Unit of the Project Development Branch. The instructions for use on CDOT construction projects appear below. Other agencies that use the Standard Specifications for Road and Bridge Construction to administer construction projects may use this special provision as appropriate and at their own risk. INSTRUCTIONS FOR USE ON CDOT CONSTRUCTION PROJECTS: 1 Use this standard special provision on projects having portland cement concrete pavement. Section 412 of the Standard Specifications is hereby revised for this project as follows: ' Subsection 412.13, first paragraph, shall include the following: When a joint is sawcut more than 3 inches from the designated location, the pavement shall be removed and ' replaced to the nearest correct.joints, When portions of concrete pavement are removed and replaced, the portion removed shall be the full width of the lane and length of the affected slabs. This corrective action shall be at the Contractor's expense. I] 1 133 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 October 25, 2007 1 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT CONSOLIDATING AND FINISHING Section 412 of the Standard Specifications is hereby revised for this project as follows: In subsection 412.07(b) delete the second paragraph and replace with the following: The full width and depth of concrete requiring a finishing machine shall be consolidated by a single, pass of an approved internal vibrator. Internal vibrators shall be operated within a frequency range of 4,000 to 8,000 vibrations per minute (VPM). Vibrators shall not be operated in a manner to cause a separation of the mix ingredients, either a downward displacement of large aggregate particles or an accumulation or laitance on the surface of the concrete. Avoidance of separation of the mix may require reduction in the vibrator frequency when forward motion of the paver is reduced. Paving machine operations shall stop if any vibrator fails to operate within specifications. Vibration shall be stopped whenever forward motion of the paver is stopped. The use of surface vibrators shall be approved by the Engineer prior to use. Surface vibrators shall be operated within a frequency range of 3,500 to 6,000 VPM. Delete subsection 412.12 and replace with the following: 412.12 Finishing. The sequence of operations shall be strike -off and consolidation, floating, and final surface finish. Water shall not be added to the surface of the concrete to assist in finishing operations. The surface shall be finished to a.uniform texture, true to grade and cross section, and free from porous areas. When the finishing machine, either form or slip form, or hand finishing method, leaves a surface that is not acceptable, the operation' shall stop and corrective action shall be taken. Inability of the finish machine to provide an acceptable surface finish, after corrective action, will be cause for requiring replacement of the finish machine. Wastewater generated from concrete finishing operations shall be contained and disposed of in accordance with subsection 107.25. (a) Hand Finishing. Unless otherwise specified, hand finishing methods will be permitted only when performed under the direct supervision of a Craftsman holding the following certificate: ACI Concrete Flatwork Finisher and Technician (ACICFFT) or other Flatwork Finisher certification program approved by the Department. A minimum of one certified Craftsman is required at each finishing operation. A minimum of one certified Craftsman is required for each three or fewer finishers (non -certified ACICFFTs) at each operation. Hand finished concrete shall be struck off and screeded with a portable screed that is at least 2 feet longer than the maximum width of the slab to be struck off. It shall be. sufficiently rigid to retain its shape. Concrete shall be thoroughly consolidated by hand vibrators. Hand finishing shall not be allowed after concrete has been in -place for more than 30 minutes or when initial set has begun unless otherwise approved by the Engineer. (b) Floating. Hand floating will be permitted only as specified in paragraph (a) above. The Contractor shall not use floats made of aluminum. (c) Final Finish. For the final finish a strip of plastic turf shall be dragged longitudinally over the full width of pavement after a strip of burlap or other approved fabric has been dragged longitudinally over the full width of pavement to produce a uniform surface of gritty texture. The plastic turf drag shall be made of material at least 3 feet wide and be maintained in such a condition that the resultant surface finish is of uniform appearance and reasonably free from grooves over 1/16 inches in 134 ATTACHMENT B January 17. 20D 1 1 ON THE JOB TR.FttT^ilNC This training special provision supplements subparagraph,b of paragraph B and s-up-ersedes subparagraph 7b of ' paragraph C of the Speclal Provision entitled "Affim:ative Action P,equire Mends. Equal Employment Opportunityt and is an imp4emen ation of 2, U.S.C- 140 (a). As part of the Contractor's Equal Employment Opportunity Affirmative Action Program, training stials be provided on proj '.s as folkyws: (a) Generaat R.equiremen 1. The Contractor s"hall provld e on the job training aimed at developing full journey works r_ in the type cf skilled craft involved 2. Training and upgrading of mindties and women toward journey worker status are a primary objective of this specification. Accodingly, the Contractor shall make every reasonable effort to enroll minority trainee= and women (e_g-, by conducting systematic and direct recruitment through public and private souroes likely to yield minority arol women trainees) to the extent that such persons are available within a reasonable- area of recruitment. The Contractor shall be responsible ftv der onstrating the steps that were taken in pursuance thereof, prior to a delen-ninaticn as to whether the Contractor is in comp liaroce with this soecificafabn. This training com mih-tent shall not be used to discrinAnate against any applicant for training whether a number of a protected class or not 3. An employee shall not be employed or utilized as a trainee in any sidled craft in waaich the employee has successfully completed a training parse leading to journey worker status or in whiff the employee has been employed as a ourney worker on a perrnanent and regular basis. The intent of the OJT Program is to train L tskilted workers into a :skilled job: the intent is not to use a previously trained and skilled worker to meet the prooect training requiremerAs- The Contractw shall satisfy this requirement by including appropriate questions fi.e. KaWe you ever crm,pleteda formal training class in the craft # W; you are working in? worked as a journeyman in tie highway construction industry?) in the employee application or by other suitable means. Regardless of the method used, the Contracts records shall document the findings in each care. In order to enhance prornobon from within thee - ,Contra tors unskilled viorkforce, the Contractor may Ldlize an unskilled worker as a journey worker in a skilled craft, provided that the wo -er is paid the requim-d contract journey woAer rate. In that event, &ve trainee swill have an opportunity to advance to journey worker status in arwdfor outside of the OJT program. 4. The rrahimum length and type of training for each skilled craft shall be as establi-shed in the training program selected by the, Contractor and approved by the Department .and the Colorado DMs3on of the Federal Kighivay Admiraistration (FHVVA), or the U. S Department of tabor (DOL). Bureau o: Apprenticeship and Training, (BAT). . The Dep,ar�rnent and flee Fi-EW WE a program if, it is reasonably c-a4 ul:ated to meet the Equal EmOoyment obligations of the Contractor and to quality the average train for journ y worker stasis in the skilled craft concerned by the end of the training period. Apprenticeship and tm raining programs ,will tie ,.ccepted if registered with the U.S. Dept- of tabor. Bureau of!ipprenticeship and Training, or vith a State apprenticeship agency recognized by the Bureau- To obtain FHVVA approval, the Contractor's tia ning, program will be_rswewed by the CDCT Center for Equal Opportunity and approved by the Colorado Division of the FlsdVA. The Contra= shall allow up to 38 days for FRIWA review. The proposed training pragras n shall be submitteJ by the Contractor to: CD JT Center for Equal Opportunity ' 4201 East Arkansas Avenue Derwer, 00 8U�a ' The Following documentation shall be sc brr-knea: 11 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 depth. Where more than one layer of burlap drag is used, the bottom layer shall be approximately 6 inches wider than the layer above. Drags shall be maintained clean and free from encrusted mortar. Drags that cannot be cleaned shall be discarded and new drags installed. 135 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 October 25, 2007 2 'REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT CONSOLIDATING AND FINISHING (d) Tining and Stationing. Where posted speeds are 40 mph or higher, the surface shall be given a longitudinal metal tine finish immediately following turf drag. Tining is not required where posted speeds are less than 40 mph. Tining shall produce grooves of /s inch by'/e inch spaced 3/4 inch apart and parallel to the longitudinal joint. Longitudinal tining shall stop at the edge of travel lanes. Tining devices shall be maintained clean and ' free from encrusted mortar and debris to ensure uniform groove dimensions. The tining finish shall not be performed too early whereby the grooves may close up. Before paving the Contractor shall provide in writing a tining plan showing tining locations and describing I methods that will be used for hand tining. Paving shall not commence until the Engineer has approved the tining plan in writing. The tining grooves shall be neat in appearance, parallel with the longitudinal joint, uniform in depth and in accordance with what is shown in the plans and these specifications. Any time that the tining grooves do not meet these requirements, the concrete paving operation shall be immediately stopped and will not resume until the problem has been resolved. Stationing shall be stamped into the outside edge of the pavement, as shown on the plans. , 7 136 1 1 ' Harmony/Shields Intersection Improvements Project FedergUid Project No. AQC M455-074 August 1, 2005 1 REVISION OF SECTIONS 412 AND 705 PREFORMED COMPRESSION SEALS ' Sections 412 and 705 of the Standard Specifications are hereby revised for this project as follows: Subsection 412.13 shall include the following: ' Transverse and untied longitudinal joints shall be sawed and sealed as shown in the following diagram for preformed compression seals. Installation shall conform to subsection 412.18, as revised for this project, and the ' compression seal and lubricant materials shall conform to subsection 705.01, as revised for this project. Subsection 412.18 shall include the following: Before installation of the preformed compression seal the following shall be completed: (1) Repair of defective pavement slabs and repair and proper curing of cracks or spalls in accordance with ' subsection 412.16. (2) Corrective work for tining. (3) Corrective work for smoothness in accordance with subsection 412.17(c). Air temperature at the time of installation shall be from 40 to 80 OF or as recommended by the manufacturer. The joint shall be air cleaned with oil free air at 100 psi minimum just before seal installation. The preformed ' compression seal shall have an uncompressed width of 11/16 inch. Installation shall, be in conformance with the following diagram and shall follow the manufacturers recommendations. A machine shall be used for installation which results in proper depth of the seal without damage or twisting of the seal. Elongation during installation shall not exceed 5 percent. ' Subsection 705.01 shall include the following: (c) Preformed Compression Seals. Preformed compression seals shall conform to AASHTO M 220. The lubricant ' adhesive used for installation of the preformed compression seal shall conform to ASTM D 2835. The Contractor shall provide the Engineer with certified test reports that indicate conformance of the preformed compression seals and lubricant adhesive with these specifications before installation begins. 137 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 August 1, 2005 2 REVISION OF SECTIONS 412 AND 705 PREFORMED COMPRESSION SEALS JOINT SHAPE AND JOINT FILLER. DETAILS FOR TRANSVERSE SAWED CONTRACTION JOINT AND UNTIED LONGITUDINAL CONTRACTION JOINT TOP OF 3/8"� �1/4 PAVEMENT 2 W JOINT SEAL 1 1/16" V) UNCOMPRESSED WIDTH *Saw Depth T/4 for transverse sawed contraction joint T/3 for untied longitudinal contraction joint Where: T = Davement thickness Tolerances of all joint width dimensions: b to +1/16 inch Installation of preformed compression joint seals shall be in accordance with manufacturer's recommendations. The joint locations, spacing, and general notes on the standard for concrete pavement joints for this project shall apply. All materials and installation required for compression joint seals will be included in the work. All other joints shall be. constructed in accordance with standard specifications. 138 F1 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 November 30, 2006 ' REVISION OF SECTION 601 FORMS AND FALSEWORK ' Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.09 (b) shall include the following: ' Forms for the placement of deck concrete or other concrete work associated with structural steel girders shall be constructed so that any concentrated loads. applied to girder webs shall be within 6 inches of a flange or stiffener. Where loads are applied to steel girder webs, they shall be applied in a manner that will not produce distortion to ' the web. For structural steel girders, temporary struts and ties shall be provided as necessary to resist lateral loads applied to the girder flanges and to prevent appreciable relative movement between the edge of deck form and the adjacent steel girder. In subsection 601.11 (a), delete the first three paragraphs and replace with the following: ' (a) General. The Contractor shall be responsible for designing and constructing falsework. The Contractor's Engineer shall determine whether falsework is necessary. When the Contractor's Engineer ' determines falsework is unnecessary, the Contractor shall submit a written statement signed by the Contractor's Engineer so stating. All falsework drawings, including revisions, shall be prepared by the Contractor's Engineer, shall meet the requirements of subsection 601.11, and shall be provided by the Contractor to the Engineer for record purposes only. The drawings shall be signed and sealed by the Contractor's Engineer. These drawings shall be stamped "Approved for Construction" and signed by the Contractor prior to providing them to the Engineer. The drawings will not be approved by the Engineer. ' In subsection 601.11 (d), delete the second and third paragraphs and replace with the following: Falsework and formwork for the placement of deck concrete or other concrete work associated with structural ' steel girders shall be constructed so that any concentrated loads applied to girder webs shall be within 6 inches of a flange or stiffener. Where loads are applied to steel girder webs, they shall be applied in a manner that will not produce distortion to the web. ' For structural steel girders, temporary struts and ties shall be provided as necessary to resist lateral loads applied to the girders and to prevent movement between adjacent steel girders. Where the deck overhang exceeds 1/3 of the distance between steel girders, bracing shall be provided to prevent rotation of the exterior girder due to the weight of the overhang falsework and formwork and concrete placement operations. Struts and ties shall also be provided between interior steel girders to prevent movement between girders. Falsework drawings for bracing, struts, and ties shall be submitted and conform to the requirements of subsection 601.11 (a). ' 139 it Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 April 12, 2007 ' REVISION OF SECTIONS 601, 606, 608, 609, AND 618 CONCRETE FINISHING Sections 601, 606, 608, 609, and 618 of the Standard Specifications are hereby revised for this project as follows: Subsection 601.12 (a) shall include the following: Unless otherwise specified, hand finishing methods will be permitted only when performed under the direct supervision of a Craftsman holding the following certificate: ACI Concrete Flatwork Finisher and Technician (ACICFFT) or other Flatwork Finisher certification program approved by the Department. A minimum of one certified Craftsman is required at each finishing operation. A minimum of one certified Craftsman is required for each three or fewer finishers (non -certified ACICFFTs) at each operation. Subsection 601.14(a) shall include the following: The finishing of hardened concrete surfaces shall not require a certified Concrete Flatwork Finisher as described in subsection 601.12(a). Subsection 606.04(a), second paragraph, shall include the following: When hand finishing is allowed, it shall be performed under the supervision of a certified Concrete Flatwork Finisher in conformance with revised subsection 601.12(a). Subsection 606.04(b), first paragraph, shall include the following: All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork Finisher in conformance with revised subsection 601.12(a). Subsection 608.03(d), first paragraph, shall include the following: All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork Finisher in conformance with revised subsection 601.12(a). Subsection 609.03 shall include the following: All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork Finisher in conformance with revised subsection 601.12(a). Subsection 61 8.11(f), first paragraph, shall include the following: All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork Finisher in conformance with revised subsection 601.12(a). 140 , Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 April 12, 2007 ' REVISION OF SECTIONS 601, 606, 608, 609, AND 618 CONCRETE FINISHING Sections 601 and 701 of the Standard Specifications are hereby revised for this project as follows: Delete subsection 601.02 and replace with the following: 601.02 Classification. The classes of concrete shown in Table 601-1 shall be used when specified in the Contract. ' Table 601-1 CONCRETE TABLE F� Concrete Required Field Cementitious Air Content: Water Cementitious Class Compressive Content: Minimum % Range Ratio: Maximum or Strength(psi) or Range Ibs/_ d3 Total Range �' B za4�4500 n at=28 daysy _'�. z _ N/A Y 2 1.r2 . _8_ r` a 0:45 BZ 4000fat 28 days 610 N/A 0.45 DT 4500 at 28 days 700 5 8 0.44 E s4200ra d s y s :660' 'r=' s lu x .r,3F t�„4r,r8z ---� t- ,t`. •ram x 0 44r z< H 4500at56days 580to.640 5=8 0.38-0.42 " FIT :i - -. 7 ;45Q0 56Cfays a. - 580=to6403 rsk}5'-"8 G r..4. _ - .. • a 3i•.+•sesg.,..if 7' g �$ 0 38__0�42�' i e�.i P 4200 at 28 days 660 4 8 0.44 S 53 5000 at 28 days "„615 to 720 S40 5800 at 28 days 615 to 760 5-8 0.40 rS50 250� 2ta 8 da s`fi15 to 800 �=i580.38 Class B concrete is an air entrained concrete for general use. Class D, H or P concrete may be substituted for Class B concrete. Additional requirements are: The coarse aggregate shall have a nominal maximum size of 11/2 inches or smaller. Approved fly ash may be substituted_ for portland cement up to a maximum of 20 percent Class C or 30 percent Class F by weight of total cementitious. ' Class BZ concrete is concrete for drilled. piers. Additional requirements are: Entrained air is not required unless specified in the Contract. High range water reducers may be added to obtain desired slump and retardation. Slump .shall be a minimum of 5 inches and a maximum of 8 inches. The concrete mix shall be made with ' AASHTO M 43 size No. 67, No. 7 or -No. 8 coarse aggregate. Approved fly ash may be substituted for portland cement up to a maximum of 20 percent Class. C, or 30 percent Class F by weight of total cementitious. l Class D concrete is a dense medium strength structural concrete. Class H may be substituted for Class D concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6 or No. 67 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 ' coarse aggregate by weight:of total aggregate. Approved fly ash may be substituted for portland cement up to a maximum of 20 percent Class C or 30 percent Class F by weight of total cementitious. ' Class DT concrete may be used for deck resurfacing and repairs. Class HT may be substituted for Class DT concrete. Additional requirements are: An -approved water reducing admixture shall be incorporated in the mix. The concrete mix shall consist of a minimum 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate by weight of total aggregate. Approved fly ash may be substituted for portland cement up to a maximum of 20 ' percent Class C or 30 percent Class F by weight of total cementitious. 141 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 Class E concrete may be used for fast track pavements needing early strength in order to open a pavement to service soon after placement. Additional requirements are: Type III cement may be used The concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total aggregate. If all transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. The laboratory trial mix must produce an average 28 day flexural strength of a minimum 650 psi. Class E concrete shall contain a minimum 10 percent to a maximum of 20 percent Class C, or a minimum 10 percent to a maximum 30 percent Class F fly ash by weight of total cementitious. Class H concrete is used for bare concrete bridge decks that will not receive a waterproofing membrane. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall consist of a minimum of 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. Class H concrete shall contain cementitious materials in the following ranges: 450 to 500 pounds per cubic yard Type II portland cement, 90 to 125 pounds per cubic yard fly ash and 20 to 30 pounds per cubic yard silica fume. The total content of Type II portland cement, fly ash and silica fume shall be 580 to 640 pounds per cubic yard. The laboratory trial mix must not exceed permeability of 2000 coulombs at 56 days (ASTM C 1202) and must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO PP 34). Class HT concrete is used as the top layer for bare concrete bridge decks that will not receive a waterproofing membrane. Additionalrequirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall consist of a minimum of 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate by weight of total' aggregate. Class HT concrete shall contain cementitious materials in the following ranges: 450 to 500 pounds per cubic yard Type II portland cement, 90 to 125 pounds per cubic yard fly ash and 20 to 30 pounds per cubic yard silica fume. The total content of Type II portland cement, fly ash and silica fume shall be 580 to 640 pounds per cubic yard. The laboratory trial mix must not exceed permeability of 2000 coulombs at 56 days (ASTM C 1202) and must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO PP 34). Class P concrete is used in pavements. Additional requirements are: The concrete -mix shall consist of a minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total aggregate. If all transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of -total -aggregate. The laboratory trial mix must produce an average 28 day flexural strength of a minimum 650 psi. Class P concrete shall contain a minimum 10 percent to a maximum of 20 percent Class C, or a minimum 10 percent to a maximum 30 percent Class F fly ash by weight of total cementitious. Unless acceptance is based on flexural strength, the total weight of cementitious shall not be less than 660 pounds per cubic yard. If acceptance is based on flexural strength, the total weight of cementitious shall not be less than 520 pounds per cubic yard. Class S35 concrete is a dense high strength structural concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of a minimum 55 perceht-AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. Approved fly ash may be substituted for portland.cement up to a maximum of 20 percent Class C or 30 percent' Class F by weight of total cementitious. Class S40 concrete is a dense high strength structural concrete. Additional requirementsare: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate. Approved fly ash may be substituted for portland cement up to a maximum of 20 percent Class C or 30 percent Class F by weight of total cementitious. 142 J 1 n J Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 Class S50 concrete is a dense high strength structural concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed'in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. Approved fly ash may be substituted for portland cement up to a maximum of 20 percent Class C or 30 percent Class F by weight of total cementitious. The laboratory trial mix must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO PP 34). Subsection 601.03 shall include the following: Where blended hydraulic cement is used the substitution of fly ash for the blended hydraulic cement is not allowed. Subsection 601.04 shall include the following: 601.04 Sulfate Resistance. The Contractor shall provide protection against sulfate attack on concrete structures by providing concrete structures manufactured with requirements according to Table 601-4. The exposure Class will be stated on the plans. A higher level of requirements may be used for a lower level of exposure. If the Contractor can provide a test report that shows another class of exposure exists at a structure location, then the Engineer may accept a concrete mix for that location that meets the corresponding sulfate protection requirements in addition to other requirements shown in this section. Table 601-4 REQUIREMENTS TO PROTECT AGAINST DAMAGE TO CONCRETE BY SULFATE ATTACK FROM EXTERNAL SOURCES OF SULFATE Severity of Water - s o 1 u b 1 Sulfate (SO4) in Water cementitious Cementitious material potential exposure sulfate (SO4), percent, dry soil water, ppm ratio, maximum requirements q -6' " 4,- µ !. Class;0� ... a P # .!y. ";r-_^c 0 O.OStb 0�10_ a •v^ y e .'3,^ .=y". O,to 1.50_� r..-, --,-. �„ kp-�-�...,�y.-�".,- f - _ —7"rzv ,Class 0.� _,,v Z_ ;� Class 1 0.11 to 0.20 151 to 1500 0 45 Class 1 a `CIasTs'2�'0 21"0<2,00��ri t- 1501to -xa� Class 2tz. ,.. Class 3 2.01 or greater 10,001 or greater 0.40 Class 3 Cementitious material requirements are as follows: Class 0 requirements shall be one of the following: (1) ASTM C 150 Type 1,11 orV (2) ASTM C 595 Type IP (3) ASTM C 1167 Type GU (4) ASTM C 150 Type III cement if it is allowed, as in Class E concrete Class 1 requirements, for sulfate resistance shall be one of the, following: _ ASTM C 150 Type II or V; Class C fly ash shall not be allowed in the concrete mix ASTM C 595 Type IP(MS) ASTM C 1157 Type MS When ASTM C 150 Type III cement is allowed, as in Class E concrete, it shall have no more than 8 percent C3A. Class C fly ash shall not be allowed'in the concrete mix Class 2 requirements for sulfate resistance shall be one of the following: (1) ASTM C 150 Type V with a minimum of a 20 percent substitution of Class F fly ash by weight (2) ASTM C 150 Type II or III with no more than 0.040 percent expansion at 14 days when tested in accordance with ASTM C 452 with a minimum of a 20 percent substitution of Class F fly ash by weight (3) ASTM C 1157 Type HS 143 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 (4) A blend of portland cement meeting ASTM C 150 Type II or III with a minimum of 20 percent Class F fly ash by weight, where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C 1012. Class 3 requirements for sulfate resistance shall be one of the following: (e) A blend of portland cement meeting ASTM C 150 Type II, III, or V with a minimum of a 20 percent substitution of Class F fly ash by weight, where the blend has less than 0.10 percent expansion at 18 months when tested according toASTM C 1012. (f) ASTM C 1157 Type HS having less than 0.10 percent expansion at 18 months when tested according to ASTM C 1012. When fly ash is used to enhance sulfate resistance, it shall be used in a proportion greater than or equal to the proportion tested in accordance to ASTM C1012 and it shall have a calcium oxide content no more than 2.0 percent greater than the fly ash tested according to ASTM 1012. Delete subsection 601.05 and replace with the following: 601.05 Proportioning. The Contractor shall submit Concrete Mix Design for each class of concrete being placed on the project. Concrete shall not be placed on the project before the Concrete.Mix Design Report has been reviewed and approved by the Engineer. The Concrete Mix Design will be reviewed and approved following the procedures of CP 62. The Concrete Mix Design .will not be approved when the laboratory trial mix data are the results from tests performed more than two years in the past or aggregate data are the results from tests performed more than two years in the past. The concrete mix design shall show the weights and sources of all ingredients including cement, pozzolan, aggregates, water, additives and the water cementitious ratio (w/c). When determining the w/c, cementitous (c) shall be the sum of the weight of the cement, the weight of the fly ash and the weight of silica fume. The laboratory trial mix data shall include results of the following: (1) AASHTO T 119 (ASTM C 143) Slump of Hydraulic Cement Concrete. (2) AASHTO T 121 (ASTM C 138) Weight per Cubic Foot, Yield, and Air Content (Gravimetric) of Concrete. (3) AASHTO T 152 (ASTM C 231) Air Content of Freshly Mixed Concrete by the Pressure Method (4) ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens shall be performed with at least two specimens at 7 days and three specimens at 28 days. Three additional specimens tested at 56 days shall be required for Class H and HT concrete. (5) Class H and HT concrete shall include a measurement of permeability by ASTM C 1202 Electrical Indication of Concrete's Ability to Resist Chloride Ion Penetration. The concrete test specimens shall be two 2 inch thick disks sawed from the centers of two molded 4 inch diameter cylinders cured 56 days in accordance with ASTM C 192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory. (6) Class H, HT and S50 concrete shall include a measurement of cracking by AASHTO PP 34 Standard Practice for Estimating the Cracking Tendency of Concrete. The ring shall be cured in an indoor room with the temperature maintained 65 to 75 OF and relative humidity not exceeding 40 percent. (7) Class E and P concrete shall include AASHTO T 97 (ASTM C 78) Flexural Strength of Concrete (Using, Simple Beam with Third -Point Loading) performed with at least two specimens at seven days and four . specimens at 28 days. Prior to placement of Class E concrete, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69. The Contractor shall provide maturity meter and all necessary wire and connectors. The Contractor shall be responsible for the placement and maintenance of the -maturity meter and wire_. Placement shall be as directed by the Engineer. 144 A E-vidence of an approved training program. B_ A copy of the current applioable approved training program, ire--luding a dopy of the applicable ratios of traineeslappren.ices to journey worker for a project Approved training awns shall !{pp g programs provide time trainee, wiith a n-anirrrum of2s:)l}Q hours at training wimid:#a includes a rnirairnum of 40 hours of dassroom training. Credit fa, prior classmo m or other training may be .allowed if such training is relevant to the trainees' o . ent training program requirements. G. Training is to be pro0ded in the construction crafts rather than clerk -typists or secretarial -type positions. There will be no reimbursement for date training. 7. The Contractor --shall pay.the training pm& am wage rates and the corn•- fringe. benefits to each .registered trainee -employed on the contract work and currently emdiecr in an approved program_ The wage rate and fringe bene,5l rates vrilt correspond with the applicaNe minimum wage decision for the project- Thee minimum trainee wage shall be no less than the wage for tt�-_ guardrail Labor classification as indicated in the appropriate DaAs Bacon wage decision_ P aYiever, if the trainee is in a SAT approved training program, the wage rate should be as dies-aribed in the current, apprenticeship program. .All apprentices or, trainees that are used to nose; the OJT goal andfor for whom the Contractor small request reimbursement must first be approved by the CDOT Regional Civil Rights Manager before cornmemng work on the pn jack The Contractor shall meet the requirements of the FHiJb A 1273 for all apprentices and trarnees_ Approval far the apprentice or trainee to begin vmrk on a CDOT project will be based on jnftnaticxn from the itr`-:rns listed below, and any additional criteria identfied by CDOT in cather paAs of this specsficatior-n. A Evidence of the registration of the trainee or apprentice into the approved training progrrarn as submitted by the Contractor or sponsor to-ttme CDOT-Center fbr Equal Gpportunfty. B. The completed Form 838 for each trainee or apprentice as submitted to the Engineer: C. The Form 838 will be reviewed and apprtxvc-d by the CDCT Regional Ciwl Rights Manager More reimbursement will be made. 9-. Within the first 10D hours of braining time completed, the Contractor shall provide each trainee with a review of the approved trairmg program, pay scale, pension and retirement benefdts, hee-th and d isabitity benefts, promotional opportunities, :and company polkies and complaint procedure. The Contractor shale also finish the trainee a oopy daf the approved training program. 10-At 4ea:st ten working days prior to the, first progress payment. to be made after wort: has begun, the Contractor shall subrrfft to the Engineer documentation showing DCL or FFWA approval of the Contractor's training program, a plan the. idenfnes tcxtal training hours for each trainee, and the construction phase for training each of tie proposed traine4s, inOuding the duration, for this speoffic project On a monthty basis, the Contractor shall provide to the Engineer a completed On the .lob Training Progress Report (Form 832) for each approved trainee or appmTrboe on the project. Time Form 632 will be reviewed and approved by the Engineer before reintbLusemen *0 be made on a monthly basis. The Contractor wmli be reirnbursed for each; approved apprentice or trainee req' Wred by the Department and documented on Form 83Z but not more -than the OJT' Force Account budget unless approved by the Er gineer through a Change Order. Upon cornoletion of traiinkV, transf er to another pnriect, terminabora of the trainee or notification of final ac;:: ;xtarkbe of tfse project, 'th*e Contra6bx shall submit to the Engineer a "frna3' corrmpleyed Form 832 for each app: mac! apprentice or trainee. Progress payments may be Wthheld urrtil this plan is submitted and approved and :may to Ykthheld r the approved pian is riot followed_ 1 1. All forms re`ened to are availa-tile- from the COOT Center for Equal tlpaortunity, t roaugh the CDOT Regional Ci,.nl Rights Manager, or on CDC s s webske at http:Rvmvr_dot.s=.atc-.co.ur."Biddirig!BidFcrms.htm. 12. The Eng.neer vAl:l provide reintburs-neat to the _Contractor. Payment is based -on the number of hours of on the Job training the Contractor provides to the trainee under this Contract and the appfcable reimb arsement rate. Submission of time =orm 834' will document the training hours provided during the month, and will be considered a. request for payment Where applicable, the Contractor sha31 note and I Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 Except for class BZ concrete, the maximum slump of the delivered concrete shall be the slump of the approved . concrete mix design plus 1112 inch. Except for class H and HT concrete, the laboratory trial mix must produce an average 28 day compressive strength at least 115 percent of the required 28 day field compressive strength. The laboratory trial mix for Class H or HT concrete must produce an average 56 day compressive strength at least 115 percent of the required 56 day field compressive strength. The laboratory trial mix shall have a relative yield of 0.99 to 1.02. When Portland Cement Concrete Pavement is paid with a volumetric pay quantity, the relative yield of the concrete produced on the project shall be 0.99 to 1.02. If the relative yield of the produced concrete does not conform to this range for two consecutive yield ' determinations, concrete production shall cease and the Contractor shall present a plan to correct the relative yield to the Engineer. ' Aggregate data shall include the results of the following: (1) AASHTO T 11 (ASTM C 117) Materials Finer Than 75 um (No. 200) Sieve in Mineral Aggregates by Washing. (2) AASHTO T 19 (ASTM C 29) Unit Weight and Voids in Aggregate. (3) AASHTO T 21 (ASTM C 40) Organic Impurities in Fine Aggregate for Concrete. (4) AASHTO T 27 (ASTM C 136) Sieve Analysis of Fine and Coarse Aggregates. (5) AASHTO T 84 (ASTM C 128) Specific Gravity and Absorption of Fine Aggregate. (6) AASHTO T 85 (ASTM C 127) Specific Gravity and Absorption of Coarse Aggregate. (7) AASHTO T 96 (ASTM C 131) Resistance to Degradation of Small -Size Coarse -Aggregate by Abrasion and Impact in the Los Angeles Machine. (8) AASHTO T 104 (ASTM C 88) Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate. (9) AASHTO T 176 (ASTM D 2419) Plastic Fines in Graded Aggregates and Soils by Use of the Sand Equivalent Test (10)ASTM C 535 Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine (1 1)CP-L 4201 Determining the Potential Alkali Reactivity of Aggregates (Accelerated Mortar -Bar Method). When an aggregate source is known to be reactive, CP-L 4202 results may be submitted in lieu of CP-L 4201 ' results. Any aggregate tested by CP-L 4201 with an expansion of 0.10 percent or more, or that is known to be reactive, shall not be used unless mitigative measures are included in the mix design. Mitigative measures shall be tested using CP-L 4202 and exhibit an expansion less than 0. 10 percent by one of the following methods: (1) Combined Aggregates. The mix design sources of aggregates, cement and mitigative measures shall be tested. The proportions of aggregates and mitigative measures shall be those used in the mix design. (2) Individual Aggregates. Each source and size of individual aggregates shall be tested. The source of cement and mitigative measures shall be those used in the mix design. The highest level of mitigative measures for any individual aggregate shall be the minimum used in the mix design. The Concrete Mix Design Report shall include Certified Test Reports showing that the cement, fly ash and silica fume admixture meet the specification requirements and supporting this statement with actual test results. The certification for silica fume shall state the solids content if the silica fume admixture is furnished as slurry. Where the Contractor's use of fly ash results in any delay, necessary changes in admixture quantities or source, or unsatisfactory work, the cost of such delays, changes or corrective actions shall be borne by the Contractor. 145 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when a change occurs in the source, type, or proportions of cement, fly ash, silica fume or aggregate. When a change occurs in the source of approved admixtures, the Contractor shall submit a letter stamped by the Concrete Mix Design Engineer approving the changes to the existing mix design. The change will be approved by the Engineer prior to use. The use of approved accelerating, retarding or hydration stabilizing admixtures to existing mix designs will be permitted at the discretion of the Engineer when documentation includes the following: (1)' Manufacturers recommended dosage of the admixture (2) A letter stamped by the Concrete Mix Design Engineer approving the changes to the existing mix design. Unless otherwise permitted by the Engineer, the product of only one type of portland cement from one source of any one brand shall be used in a concrete mix design. Review and approval of the Concrete Mix Design by the Engineer does not constitute acceptance of the concrete. Acceptance will be based solely on the test results of concrete placed on the project. Subsection 601.12 0), third paragraph, shall include the following: When concrete is to be placed on or adjacent to hardened concrete surfaces, the surface shall be saturated surface dry. Saturated surface dry concrete has no water on its surface. The pores of the concrete beneath the surface are moist. Delete subsection 701.01 and replace with the following: 701.01 Hydraulic Cement. Hydraulic cement shall conform to the requirements of the following specifications for the type specified or permitted: Portland Cement ` Blended Hydraulic Cement Hydraulic Cement ASTM C 150 ASTM C 595 ASTM C 1157 In addition to the standard chemical requirements for portland cement in ASTM C 150, the maximum percent of equivalent alkalis (Na2O + 0;658 K2O) shall not exceed 0.90 percent. All concrete, including precast, prestressed and pipe shall be constructed with one of the following hydraulic . cements unless permitted otherwise. ASTM C 1-50 Type I ASTM C 150 Type II ASTM C 150 Type V ASTM C 595 Type IP consisting of no less than 70. percent portland cement, ASTM C 595.Type IP(MS) consisting of no less than 70 percent portland cement, ASTM C 1157 Type GU, ASTM C 1157 Type MS ASTM C 1157 Type HS consisting of no less than 20 percent Class F fly ash by weight 146 H Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 Cement shall be from a preapproved source listed on the Department's Approved Products List. The cement intended for use on the project shall have been tested and accepted prior to its use. Certified Test Reports showing that the cement meets the specification requirements and supporting this statement with actual test results shall be submitted to the Engineer prior to the tested material being incorporated into the project. The cement shall be subject to sampling and testing by the Department. Test results that do not meet the physical and chemical requirements may result in the suspension of the use of the cement until the corrections necessary have been taken to insure that the material meets the specifications. The Contractor shall provide suitable means for storing and protecting the cement against dampness. Cement which, for an reason, has become partially set or which contains lumps of caked cement shall not be used. Cement salvaged from discarded or used bags shall not be used. 147 G Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 January 17, 2008 1 REVISION OF SECTION 702 BITUMINOUS MATERIALS Section 702 of the Standard Specifications is hereby deleted for this project and replaced with the following: 702.01 Asphalt Cements. (a) Superpave Performance Graded Binders. Superpave Performance Graded Binders shall conform to the requirements listed in Table 702-1. (Taken from AASHTO M 320) Asphalt cement shall not be acid modified or alkaline modified. Asphalt cement shall not contain any used oils that have not been rerefined. Modifiers that do not comply with environmental rules and regulations including 40 CFR Part 261.6(a) (3) (IV), and part 266/Subpart C shall not be added. Modifiers shall not be carcinogenic. The supplier of the PG binder shall be certified in accordance with CP 11. Table 702-1 SUPERPAVE PERFORMANCE GRADED BINDERS Property Requirement for PG Binder AASHTO Test No. 58-28 58-34 64-22 64-28 76-28 Original Binder Properties Flash Point Temp., °C, minimum 230 230 230 230 230 T 48 Viscosity at 135 °C, Pa.s, maximum 3 3 3 3 3 T 316 Dynamic Shear, Temp. cC, where G*/Sin 6 @ 10 rad/s - 1.00 kPa 58 58 64 64 76T 315 Ductility, 4 °C (5 cm/min.), cm minimum - - - 50 - T 51 Toughness, joules (inch-Ibs) - 12.4 (110) - CP-L 2210 Tenacity, joules (inch-Ibs) - - 8.5(75) - CP-L 2210 Acid or Alkali Modification (pass -fail) Pass Pass Pass Pass Pass CP-L 2214 RTFO Residue Properties CP-L 2215 Mass Loss, percent maximum 1.00 1.00 1.00 1.00 1.00 CP-L 2215 Dynamic Shear, Temp. °C, where G*/Sin 6 @ 10 rad/s - 2.20 kPa 58 58 64 64 76T 315 Elastic Recovery, 25 cC, percent min. - - - 50 T 301 Ductility, 4 °C (5 cm/min.), cm minimum - - - 20 - T 51 PAV Residue Properties, Aging Temperature 100 °C R Dynamic Shear, Temp. °C, where G*.sin 6 @ 10 rad/s - 5000 kPa 19 16 25 22 28T 315 Creep Stiffness, @ 60 s, Test Temperature in °C -18 -24 -12 -18 -18 T 315 S, maximum, MPa 300 300 300 300 300 T313 m-value, minimum 0.300 0.300 0.300 0.300 0.300 T 313 **Direct Tension, Temperature in °C, @ 1 mm/min., where failure strain - 1.0 % -18 -24-12 -18 -18 T 314 **Direct tension measurements are required when needed to show conformance to AASHTO M 320. 148 1� H k I 0 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 January 17, 2008 3 REVISION OF SECTION 702 BITUMINOUS MATERIALS Acceptance Samples of the PG binder will be taken on the project in accordance with the Schedule in the Field Materials Manual. The Department will test for acid modification and alkaline modification during the binder certification process Thereafter, the Department will randomly test for acid modification and alkaline modification. (b) Dampproofing. Asphalt for damp proofing shall conform to the requirements of ASTM D 449, and the asphaltic primer shall conform to the requirements of ASTM D 41. 702.02 Liquid Asphaltic Materials. Liquid asphaltic materials shall conform to the requirements of AASHTO M 81, M 82, and ASTM D 2026 for the designated types and grades. 702.03 Emulsified Asphalts. Emulsified asphalts shall conform to AASHTO M 140 or M 208 for the designated types and grades. Emulsified asphalt and aggregate used for seal coats shall be sampled and will be tested for information only in accordance with CP-L 2213. When grade CSS-1 h or SS-1 h emulsified asphalt is used for tack coat, residue penetration test values shall be 40 to 120. . Emulsified asphalt (HFMS-2S) with a residual penetration greater than 300 dmm shall conform to all properties listed in AASHTO M 140, Table 1 except that ductility shall be reported for information only. (a) Emulsion for Seal Coat. Polymerized emulsions for seal coat shall conform to the requirements listed in Table 702-2. Emulsion for seal coat shall be an emulsified blend of polymerized asphalt, water, and emulsifiers. The asphalt cement shall be polymerized prior to emulsification and shall contain at least 3 percent polymer by weight of asphalt cement. The emulsion standing undisturbed for a minimum of 24 hours shall show no white, milky separation but shall be smooth and homogeneous throughout. The emulsion shall be pumpable and suitable for application through a distributor. Table 702-2 POLYMERIZED EMULSIONS FOR SEAL COATS Property CRS-2P CMS-2P HFRS-2PHFMS-2P AASHTO Test No. Tests on Emulsion: Viscosity, at 50 °C, Saybolt- Furol, s min 50 50 50 50 T 59 max 450 450 450 450 Storage stability, 24 hr, % max 1.0 1.0 1.0 • 1.0 T 59 Particle charge test Positive Positive T 59 Sieve test, % max 0.10 0.10 0.10 0.10 T 59 Demulsibilityl , % min 40 40 T 59 Oil Distillate by volume, % max or range 3.0 3.0 3.0 3.0 T-59 Residue by distillation/ evaporation, % min3 653 653 653 653 T 59/ CP-L 22122 Tests on residue: Penetration, 25 °C, 100g, 5s, min, dmm 70 70 70 70 T 49 Penetration, 25°C, 100g,5s, max,dmm 150 150 150 150 Ductility, 25 °C, 5 cm/min, cm, min 75 75 T 51 Solubility, in trichloroethylene% min 97.5 97.5 97.5 97.5 T 44 Elastic Recovery, 25 °C min 58 58 T 301 FloatTest,600C,smin 1200 1200 T50 149 1 Harmony/Shields Intersection Improvements Project FederalAid Proiect No. AQC M455-074 Toughness, in-Ibs, min 70 70 CP-L 2210 Tenacity, in-Ibs, min45 45 CP-L 2210 1 If successful application is achieved in the field, the Engineer may wave this requirement. 150 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 January 17, 2008 4 REVISION OF SECTION 702 BITUMINOUS MATERIALS 2 CP-L 2212 is a rapid evaporation test for determining percent residue of an emulsion and providing material for tests on residue. CP-L 2212 is for acceptance only. If the percent residue or any test on the residue fails to meet specifications, the tests will be repeated using the distillation test in conformance with AASHTO T-59 to determine acceptability. 3 For polymerized emulsions the distillation and evaporation tests will in be in conformance with AASHTO T59 or CP-L 2212 respectively with modifications to include 205 ± 5'G (400 ± 10 'F) maximum temperature to be held for 15 minutes. (b) Emulsion for Prime Coat. Emulsion for prime coat shall conform to the requirements of Table 702-3. Circulate before use if not used within 24 hours. Table 702-3 ASPHALT EMULSIONFOR PRIME COAT Property Requirement AASHTO Test No. Viscosity, Saybolt Furol, at 50 °C (122 OF), s 20-150 T 59 % Residue 65% min. T 59 to 260 °C (500 OF) Oil Distillate by Volume, % 7% max. T59 Tests on Residue from Distillation: ' Solubility in Trichloroethylene, % 97.5 min. T 44 (c) Recycling Agent. Recycling Agent for Item 406, Cold Bituminous Pavement (Recycle), shall be either a high float emulsified asphalt (polymerized) or an emulsified recycling agent as follows: 1. High Float Emulsified Asphalt (Polymerized). High Float Emulsified Asphalt (Polymerized) for Cold Bituminous Pavement (Recycle) shall be an emulsified blend of polymer modified asphalt, water, and emulsifiers conforming to Table 702 4 for HFMS 2sP. The asphalt cement shall be polymerized prior to emulsification, and shall contain at least 3 percent polymer. The emulsion standing undisturbed for a minimum of 24 hours shall show no white, milky separation, and shall be smooth and homogeneous throughout. The emulsion shall be pumpable and suitable for application through a pressure distributor. Property Requirement AASHTO Test Minimum Maximum Tests on Emulsion: Viscosity, Saybolt Furol at 50 °C (122 OF), sec 50 450 T 59 Storage Stability test, 24 hours, % 1 T 59 Sieve test, % 0.10.T 59 %Residuel 65 T59 Oil distillate by volume, % 1 7 T 59 Tests on Residue: Penetration, 25 °C (77 OF), 100g, 5 sec 150 3002 T 49 Float Test, 60 °C (140.OF), sec 1200 T 50 151 Harmony/Shields-intersection Improvements Project FederalAid Project No. AQC M455-074 January 17, 2008 5 REVISION OF SECTION 702 BITUMINOUS MATERIALS Solubility in TCE, % 97.5 T 44 Elastic Recovery, 4 °C.(39.2 OF), % 50 T 301 1400 ± 100 F maximum temperature to be held for 15 minutes. 2When approved by the Engineer, Emulsified Asphalt (HFMS-2sP) with a residual penetration greater than 300 dmm may be used with Cold Bituminous Pavement (Recycle) to address problems with cool weather or extremely aged existing pavement. Emulsified Asphalt (HFMS-2sP) with a residual penetration greater than 300 dmm shall meet all properties listed in Table 702-4 except that Elastic Recovery shall be reported for information only. 2. Emulsified Recycling Agent. Emulsified Recycling Agent for use in Cold Bituminous Pavement (Recycle) shall conform to the requirements in Table 702 5. Table 702-5 EMULSIFIED RECYCLING AGENT Property Requirement Test Minimum Maximum Tests on Emulsion: Viscosity @ 25 °C, SFS 20 200 ASTM D 244 Pumping Stability Pass GB Methodl Sieve Test, %w 0.1 ASTMD2442 Cement Mixing, %w 2.0 ASTM D 244 Particle Charge Positive ASTM D 244 Conc. Of Oil Phase 64. ASTM D 2443 Tests on Residue: Viscosity @ 60 °C, CST 2000 4000 ASTM D 2170 Flash Point, COC, °C (° F) 232 ASTM D 92 Maltenes Dist. PC+A1 Ratio4 S+A2 0.3 0.6 ASTM D 2006 PC/S Ratio 0.4 ASTM D 2006 Asphaltenes, % max. 11.0 ASTM D 2006 1 Pumping stability is determined by charging 450 ml of emulsion into a one liter beaker and circulating the emulsion through a gear pump (Roper 29.622621) having a 6.3 mm (1/4 inch) inlet and outlet. The emulsion passes if there is no significant separation after circulating ten minutes. January 17, 2008 0 152 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 REVISION OF SECTION 702 BITUMINOUS MATERIALS 2Test procedure identical with ASTM D 244. except that distilled water shall be used in place of 2 percent sodium oleate solution. 3ASTM D 244 Evaporation Test for percent of residue is modified by heating 50 gram sample to 149 �C (300 OF) until foaming ceases, then cooling immediately and calculating results. 41n the Maltenes Distribution Ratio Test by ASTM Method D 2006. PC = Polar Compounds S = Saturates Al = First Acidaffin A2 = Second Acidaffins 702.04 Asphalt Rejuvenating Agents. Asphalt rejuvenating agents (ARA) shall be composed of a petroleum O resin -oil base uniformly emulsified with water and shall conform to the physical and chemical requirements of Table 702-6 or ASTM D 4552. Table 702-6 ASPHALT REJUVENATING -AGENT Property Test Method Requirement Viscosity, S.F., c@ 25 °C (77 OF), s ASTM D 244 20-40 I 1 Residue, % min. ASTM D 244 60-65 2Miscibility Test ASTM D 244 No coagulation 3Sieve Test, % max. ASTM D 244 0.10 Particle Charge Test ASTM D 244 Positive ASTM D244 (Mod): Viscosity, 60 °C (140 OF), mm2/s ASTM D 445 100-200 Flash Point, COC, °C, min. ASTM D 92 196 Asphaltenes, % max. ASTM D2006 1.0 4Maltenes Dist. PG Al Ratio S+A2 ASTM D 2006 0.3-0.6 Saturated Hydrocarbons, % ASTM D2006 21-28 1 ASTM D244 Modified Evaporation Test for percent of residue is made by heating 50-gram sample to 149 °C (300 OF) until foaming ceases, then cooling immediately and calculating results. 2 Test procedure identical with ASTM D244 except that 0.02 Normal Calcium Chloride solution shall be used in place of distilled water. 1 3 Test procedure identical with ASTM D244 except that distilled water shall be used in place of 2% sodium oleate solution. 4 In the Maltenes Distribution Ratio Test by ASTM Method D41 24: PC = Polar Compounds S = Saturates Al = First Acidaffin A2 = Second Acidaffins For hot -in -place recycling ARA-1 P is an acceptable alternative to ARA. ARA-1 P shall meet the requirements below: January 17, 2008 153 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 REVISION OF SECTION 702 BITUMINOUS MATERIALS Emulsified Polymer Modified Asphalt Rejuvenating Agent (ARA-1 P) for use in hot -in -place recycling of bituminous pavements shall be modified with a minimum of 1.5 percent styrene-butadiene solution polymer The finished product shall conform to the physical requirements listed in Table 702-7 below. Table 702-7 ARA-1 P Property Test Method Min Max Test on Emulsion Viscosity, Saybolt-Furol @ 77OF, sASTM D 244 100 Residue @ 350 OF, % ASTM D 244 Mod 60 Sieve Test, % ASTM D 244 0.10 Oil distillate, % ASTM D 244 2.0 Test on Residue Penetration @ 39.2 OF, 100g, 5s, dmm ASTM D-5 Modified Asphaltenes,% ASTMD4124 15 702.05 (unused) 150 250 702.06 Hot Poured Joint and Crack Sealant. Hot poured material for filling joints and cracks shall conform to the requirements of ASTM D 6690, Type I or 11. The concrete blocks used in the Bond Test shall be prepared in accordance with CP-L 4101. Sealant material shall be supplied preblended, prereacted, and prepackaged. If supplied in solid form the sealant material shall be cast in a plastic or other dissolvable liner having the capability of becoming part of the crack sealing liquid. The sealant shall be delivered in the manufacturer's original sealed container. Each container shall be legibly marked with the manufacturer's name, the trade name of the sealer, the manufacturer's batch or lot number, the application temperature range, the recommended application temperature, and the safe heating temperature. The sealant shall be listed in CDOT's Approved Products List prior to use. Colorado Procedure — Laboratory CP-L 4101 Standard Practice for Preparing Concrete Blocks for Testing Sealants, for Joints and Cracks . ASTM Designation: D 1985-03 NOTE: Replace Subsections 5.1, 5.1.1, and 5.2 of ASTM D 1985-03 with the following: 5.1 Prepare the concrete in accordance with the procedure described in Test Method C 192/C102M.using the following mix design: Concrete Mix Proportions for 1 Cubic Yard SSD Batch Weight Cement, Type 1/II 5281b Flyash, Class F 132 lb January 17, 2008 154 explain discrepancies betw=-en the hours documented on Form K2 and the corresponding certified payrolls.- To recer.'e payment, the Forms 838 and 832 shall be completed in full and the Contractor shall be in compiiaroe with all requirements of -his specification and the provisions of FFM'A 1273. ' 13. Failure to pr^,.ide the required t-ainir�•g impedes the Department's federal mandate to bring women and minorities into the construction industry. l-.Itnough precise damages to the program are difficult to calculate, t ley are, at a minimum, equivalent to the loss to the andiMuals who were the intended pene;=r�iaries of the . gram- Then_ -ore. W-�ere'the Contractor fails to praMe the re�ruired number of ' training hours and has failed to, establish »^iy the Ccntralotor was unable to do so, the Contr=.rtor will be assessed an amount qual to the fbll--%,Ing damages to be deducted from the final progress payment A sum representing the nurniberof training hour specified in the Contract, minus the number &training ' hours worked as certified on Form 832, multiplied by the journey worker hourly wages plus fringe benefits ff,A hours — 6 hours worked) r. (C dollar per hour a D fringe benefits)] = Damages Assessed- The journey worker scale is that for the skilled craft identified on the con. wage d—ision document. The Engineer veil] praMe the Contractor with a vr'rstten notice at Final Acceptance of the pr( ZIect infarming the Contractor of the noncompliance vrrh this specification which will include a calculation of the damages to be assessed. fb) Standard Trahnrng Fromm If the Contractor is n^- participating in the Department's Colorado Training Program, the training shall be provided accorcEng to the follooming in addition to the general requirements outlined above in part (a): 1- The number of training hours for -the trainees to be employed on the proiect shall be as shomi in the Contract The trainees or apprentices employed under the Contract shall he registered with the Departrnent using Fans 838. 2- Subcontractor trainees who are enrolled in an approved Program maybe used by the Contractor to satisfy the requirements of hi specification. ' 3- At least ten working days prior to the fir - progress payment to bemade after wort, has begun, the Contractor shall subn- t to the Engineer documentation showing DOS or FF4WA approval of the Contractor's training program, a plan that identifies total training hours for each trainee, and the construction phase tor training each of the proposed trainees, inducting the duration, for this specific Progress payments may be withheld until this plan is submitted and approved and may be- withheld it the approved plan is not follow-e-d-.. 4_ A trainee shall begin wort. on the project as soon as ,possible and shall be utilized in accordance with the applicable training program and as long as meaningful training opportunities exist_ It is not required the all trainees be utilized on the project for the entire length of the Contract: 5_ The Contractor wUl be reimbursed E,J vents per hour for each appro'vFd apprentice or trainee requ"sred by the Department. I 6. In order to receive reimbursement, the Contracfar shall pro,ride on Form 832 the number of training ho;.trs specifier) in the OJT goal assigned to the project Reimbursement will be made only for hours worked by an apprentice or trainee who has been appro�.ed by the Department to meet the OJT training recrWrement 7. The OJT goal for tine project will be included in the Proieat Special Provisions and will be determined by the Regional Civil Right Manager after considering_ ' A_ Availability of minorities, women, and disadvantaged for training: B_ The potential for etft&�.,.e training; C. Duration of the Contract; D. Dollar value of the Contract; ' E Total nannai won . force that the average bidder could be expected to use; F. Geographic location, - Type of work; and Fd. The need for additional journey wcsrk ers in the area; 1 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 9, REVISION OF SECTION 702 BITUMINOUS MATERIALS Coarse Aggregate, Morrison Quarry, #57/67 1750 lb Sand, Thornton Pit, Washed Sand 1100 lb Note: Contact Aggregate Industries at 303.777.2592 to obtain the aggregates. 5.2. Use a metal or plastic mold provided with a metal or plastic base plate. Provide means for securing the base plate to the mold. Make the assembled mold and base plate water -tight and oil with mineral oil before use. Fill the mold with concrete prepared in accordance with 5.1 to overflowing and vibrate externally for 30 s. Screed (level) the concrete to a smooth surface with a wooden float and level off with a metal straightedge drawn across the top with a sawing motion. Cure as specified in Test Method C 192/C 192M. After curing for not less than 14 days, cut the slab of concrete into individual blocks using a 40 by 60-grit diamond saw blade rotating at a peripheral speed of 3050 ± 150 m/min. (10 000 ± 500 ft/min.). Each test block should be 25 by 50 by 75 mm (1 by 2 by 3-in.). Any face contacting the test material must be saw cut. While the blocks are still wet from the sawing operation, scrub the surfaces of the blocks lightly with a non-metallic stiff -bristle brush while holding under a stream of running water. Stocks of prepared blocks may be stored under standard conditions indefinitely, but store such blocks in a 100% humidity environment for not less than 7 days prior to use. 1 155 I Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 January 17, 2008 REVISION OF SECTION 712 HYDRATED LIME Section 712 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 712.03 and replace with the following: 712.03 Hydrated Lime. The hydrated lime for Hot Mix Asphalt (H MA) shall conform to the requirements of AASHTO M 303, Type I. In addition, the particle size requirements shall conform to AASHTO M 303 when tested in accordance with CP-L 4209 Physical Testing of Quicklime, Hydrated Lime, and Limestone. 156 I Ul I Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 August 1, 2005 1 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY A. AFFIRMATIVE ACTION REQUIREMENTS Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2: The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area are as follows: Goals and Timetable for Minority Utilization Timetable - Until Further Notice Economic Standard Metropolitan Counties Goal Area Statistical Area (SMSA) involved 1 5 7 2080 Denver -Boulder Adams, Arapahoe, Boulder, Denver, (Denver) Dou las, Gilpin, Jefferson .................... 13.8% '2670'Fort Collins Larimer............................................... 6.9% 3060 Greeley Weld ................................................... 13.1 % Non SMSA Counties Cheyenne, Clear Creek, Elbert, Grand, Kit Carson, Logan, Morgan, Park, Phillips, Sedgwick, Summit, Washington & Yuma .......................... 12.8% 158 1720 Colorado Springs El Paso, Teller................. ° (Colo. Spgs. - 6560 Pueblo Pueblo ................................................ 27.5% Pueblo) Non SMSA Counties Alamosa, Baca, Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont, Huerfano, Kiowa, Lake, Las Animas, Lincoln, Mineral, Otero, Prowers, Rio Grande, Sa uache ......... 19.0% 159 Non SMSA Archuleta, Delta, Dolores, Eagle, (Grand Junction) Garfield, Gunnison, Hinsdale, La Plata, Mesa, Moffat, Montezuma, Montrose, Ouray, Pitkin, Rio Blanco, Routt, San Juan, San Miguel 10.2% 156 (Cheyenne - Non SMSA Jackson County, Colorado ................: . 7.5% Casper WY) GOALS AND TIMETABLES FOR FEMALE UTILIZATION UntilFurther Notice....................................................................................................................... 6.9% -- Statewide 157 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 August 1, 2005 2 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both.its federally involved and non -federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts meet the goals established for the geographical area where the contract resulting form this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Par 60-4. Compliance with the aoals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in, which the contract is to be performed. 4. As used in thisspecification, and in the contract resultingfrom this solicitation, the "covered area" is the county or counties shown on the Invitation for Bids and on the plans. In. cases where the work is in two or more counties covered by differing percentage goals, the highest percentage will govern. 158 L Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 August 1, 2005 3 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY B. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these Specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes; (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts 'a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its, affirmative action obligations on all work in the Plan area (including goals and'timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in- which it has employees. The overall good faith performance by other Contractors or Subcontractor toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan'goals and timetables. 3. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered' Construction` contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may ' 159 11 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 4 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY August 1, 2005 ' be obtained from any office of Federal Contract Compliance Programs Office or from Federal procurement contracting 4. Officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a. union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgatedpursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment. opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following; a. Ensure and maintain a working environment,free of harassment, intimidation , and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or.female individuals working at such sites or in such facilities. . b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its union have employment opportunities available, and maintain a record of the organization's responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a..recruitment source of community organization and of what action was taken with respect to each individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the. Contractor may have taken. d. Provide immediate written notification to the Director when the union with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or.,when he Contractor has other information that the, union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which ,expressly include minorities and women, including. upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. 160 r Harmony/Shields Intersection Improvements Project rFederaUid Project No. AQC M455-074 August 1, 2005 5 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY e. Disseminate the Contractor's EEO policy by providing notice of the policy, to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc., by specific review of the policy with all management personnel and with all minority and female employees at least once a year, and by posting the ' Contractor's EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the Contractor's EEO policy and affirmative action obligations under these ' specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction work ' at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. ' j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through r appropriate training, etc. such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. r n. Ensure that all facilities and Contractor's activities are nonsegregated except that separate or single - user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. 161 Harmony/Shields Intersection Improvements Project ' FederalAid Project No. AQC M455-074 p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligation. I 162 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 August 1, 2005 6 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY ' 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor- union.contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce ' participation, makes a good faith effort to meet its individual goal and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 1 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, ' the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even thought the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of ' women is underutilized). 10.The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. ' 11.The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing ' regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13 The Contractor in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14.The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security. number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form, however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon application of requirements for the hiring of local or ' 163 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). ' i] 164 S. The :guidelines for wntra+--. dollar value, minimum total training hours, and maximum reirnbursement are as follows: x - � V�fiisarmurs� �' F ��R xcs �� It31 iraumng ;s lkannum: �u0y tniracf oioltar �ahre be i fo psrn�ed < steinEbirrsernsnt �iflnUiB ��/��as ; •�, �'^szc.r�3� i.'�+. sr....w? y�..�1�iS#.._a � t{r ' . 3��o�W@d,�''�'?K' A Up to i minor, 0 p ' C ST.£�, �wz� .7."� dcvL . s tc dory .� .�<,. .�._.,- �.s._��,..K_::,=,��.�vL..L'viT,-e�.rz���ae..r fz'_i�l�a"�."��*>w•:�}� �;�:.�r 2 r2 - 4 iatsliontg- I '' -i '.i`�i „ �'c�" ti' ,}.6 ' ',�pU'1w."- 'q "iC XL5S[[.C�r��,,yy''i�i�'°,�ira ._1'J�'�� �S fi� .�L���b'.esr3zC..,rxX .�. _�.h._—h •. _.... G+�..„v uii�s.. 3F �, r.......0.i+X.t'�.....C�.. _ 8ntili'm ai }Q S,f00 �.r F�� r'1d..a yv:�±_ .Yl { ";r �CL'"e+w.i �:U S.A. ;i:LSes �Y�„.7<v `A'irf •...,1-[.mod k� ,�..r. S x �].x:s: >12 - 16 n o r. .0 �'J».f~t�.h+% j i+,�3` 11 5rt+ 5. 3iy�.`,`.t+R •�",S•+Yy's,}� y 'S+r-f9rys7 �/y��' 3� x rt' Bill, rG i2T.rL GjA44��1.�2,8y1`J7��,+e ,•(u�".i.�'!Rrb'h ._:'a 'it_.=.:,�`.£�.'R. % in2�•'��:al+S+i2i'3.1iia3X'u.i£.�.L^•6� 47{iL For each rnxof 1 S5 rg-dho ,'§r-t !20 nil�itlll Q_ The Contra --or shall have fulled its respora oilbes under this specification ii the CDOT Regional Caro) Rights Manager has determined 'hat it has pnorrided acceptable. number of. training hours specified in the Contract in aocordarce with this saedfication. (p) Colorado Trahinrp Program. If the Corrtraaor has a current approved Colorado Training Pmgram plan, the training shall be provided a cording to the follcming in addition to the gene. -rat requirements outlined in part (a) above when applicable_ 1. The Cohtractor shall comoi wrth the requirements of the Department's proo>edures as defined in this specification. 2. If the Contractor has an approved Colorado Training Program, then ii shall be exempted from the contract OJT goal, but not from the requoirem+ent to provide training in accordance with the Contractor's approved training p°an. Contractors shad have an approved Colorado Training Program Plan for the calendar year to be able to use this option. Contractors Mio do not have an'approved Colorado Training'Program Plan shall comply wAth the requirements of part (b) of thiis specification_ 3. Each trainee enrolled in he Colorado Training Program %9 reof--,jVe a minimum of 12W hours per year or on the fob training. Up to 2D3 hours of oftite classroom training can be included in tl-,e 1200 hours minimum. The trainee's hours per year 'may be on CDOT or non-CDOT pamjects_ 4. At least ten working days prior to, the first progress payment to be made after work has begun, the Contractor shall submit to the Engineer documentation showing DCL or CBOT approval of the Contractor's training program and prorr` of good sti nding in the Colorado Training Prrgram. 5. The Contractor will be reimbursed 54.80 per hour for each appro ved apprentice or trainee required by the Department and documented on Farm 832, but not more than the OJT Force Account budge: unless approved by the Engineer by Charge birder. Of the $4-80 per hour reimbursed to the Contractor, any amount over $0.80 per hour shall be forwarded by the Contractor to the trade or labor crganizati+on(s) or other CDOT-approved sponsor through "ich the Contractor obtains .its trainees or apprentice (sponsor) and shall be spent for training and recruitment The Department %ill not reimburse for classroom training or training provided on non-CDOT projects_ I I Harmony/Shields Intersection Improvements Project ' FederalAid Project No. AQC M455-074 August 1, 2005 7 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY C, SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES. 1. General. ' a. Equal employment opportunity requirements not to discriminate and to take affirmative action to assure equal employment opportunity as required by Executive Order 11246 and Executive Order 11375 are set forth in Required Contract. Provisions (Form FHWA 1273 or 1316, as appropriate) and these Special Provisions which are imposed pursuant to Section 140 of Title 23, U.S.C., as ' established by Section 22 of the Federal -Aid highway Act of 1968. The requirements set forth in these Special Provisions shall constitute the specific affirmative action requirements for project activities under this contract and supplement the equal employment opportunity requirements set forth in the Required Contract provisions. ' b. The Contractor will work with the State highway agencies and the Federal Government in carrying out equal employment opportunity obligations and in their review of his/her activities under the contract. ' c. The Contractor and all his/her subcontractors holding subcontracts not including material suppliers, of $10,000 or more, will comply with the following minimum specificrequirement activities of equal employment opportunity: (The equal employment opportunity requirements of Executive Order 11246, as set forth in Volume 6, Chapter 4, Section 1, Subsection 1 of the Federal -Aid Highway Program Manual, are applicable to material suppliers as well as contractors and subcontractors.) The Contractor will include these requirements in every subcontract of $10,000 or more with such modification of language as is necessary to make them binding on the subcontractor. 1 2. Equal Employment Opportunity Policy. The Contractor will accept as his operating policy the following statement which is designed to further the provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, or national origin, and to promote the full realization of equal employment opportunity through a positive continuing program; . It is the policy of this Company to assure that applicants are employed, and that employees are treated ' during employment, without regard to their race, religion, sex, color, or national origin. Such action shall include; employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training. 3. Equal Employment Opportunity Officer. The Contractor will designate and make known to the State highway agency contracting officers -and equal employment opportunity officer (herein after referred to as the EEO Officer) who will have the responsibility for an must be capable of effectively administering and promoting an active contractor program of equal employment opportunity and who must be assigned adequate authority and responsibility to do so. 4. Dissemination of Policy. a. All members of the Contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be ' made fully cognizant of, and will implement, the Contractor's equal employment opportunity policy and contractual responsibilities to provide equal employment opportunity in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum; ' 165 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 August 1, 2005 8 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY (1) Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the Contractor's equal employment opportunity policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. (2) All new supervisory or personnel office, employees will be given a thorough indoctrination by the EEO Officer or other knowledgeable company official, covering all major aspects of the Contractor's equal employment opportunity obligations within thirty days following their reporting for duty with the Contractor. (3) All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer or appropriate company official in the Contractor's procedures for locating and hiring minority group employees. In order to make the Contractor's equal employment opportunity policy known to all employees, prospective employees and potential sources of employees, i.e., schools, employment agencies, labor unions (where appropriate), college placement officers, etc., the Contractor will take the following actions: (1) Notices and posters setting forth the Contractor's equal employment opportunity policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. (2) The Contractor's, equal employment opportunity policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 5. Recruitment. a. When advertising for employees, the Contractor will include in all advertisements for employees the notation; "An Equal Opportunity Employer." All such advertisements will be published in newspapers or other publications having a large circulation among minority groups in the area from which the project work force would normally be derived. b. The Contractor. will, unless, precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, State employment agencies, schools, colleges and minority group organizations. To meet this requirement, the Contractor will, through his EEO Officer, identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the Contractor for employment consideration. In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the Contractor's compliance with equal employment opportunity contract provisions. (The U.S. Department of Labor has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the Contractor to do the same, such implementation violates Executive Order 11246, as amended.) b. The Contractor will encourage his present employees to refer minority group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. 166 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 August 1, 2005 9 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY In addition, information and procedures with regard to referring minority group applicants will be discussed with employees. 6. Personnel Actions. Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, -shall be taken without regard to race, color, religion, sex, or national origin. The following procedures shall be followed; a. The Contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The Contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The Contractor will periodically review selected personnel actions in depth to determine whether ' there is evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. ' d. The Contract will promptly investigate all complaints of alleged discrimination made to the Contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the Contractor will inform every complainant of all of his avenues of appeal. 7. Training and Promotion. a. The Contractor will assist in locating, qualifying, and increasing the skills of,minority group and women employees, and applicants for employment. b. Consistent with the Contractor's work force requirements and,as permissible under Federal and State regulations, the Contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. c. The Contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The Contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 8. Unions. If the Contractor relies in whole or in part upon unions as a source of employees, the Contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women with the unions, and to effect referrals by such unions of minority and female employees. Actions by the Contractor either directly or thorough a contractor's association acting as agent will include the procedures set forth below: a. The Contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in August 1, 2005 1 167 Harmony/Shields Intersection Improvements Project FederaUid.Project No. AQC M455-074 10 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The Contractor will use best efforts to incorporate an equal employment opportunity clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, or national origin. c. The Contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the, exclusive possession of the labor union and such labor. union refuses to furnish such information to the Contractor, the Contractor shall so certify to the State highway department and shall set forth what efforts have been made to obtain such information. In the event the union is unable to provide the Contractor with a reasonable flow of minority and women referrals within he time limit set forth in the collective bargaining agreement, the Contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the Contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such Contractor shall immediately notify the State highway agency. 9. Subcontracting. a. The Contractor will. use his best efforts to solicit bids from and to utilize minority group subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of minority -owned construction firms from State highway agency personnel. . b. The Contractor will use his best efforts to ensure subcontractor compliance with their equal employment opportunity obligations. 10. Records and Reports. a. The Contractor will keep such records as are necessary to determine compliance with the Contractor's equal employment opportunity obligations. The records kept by the Contractor will be designed to indicate: (1) The number of minority and nonminority group members and women employed in each work classification on the project. (2) The Progress and efforts being made in cooperation with unions to increase employment opportunities for minorities and women (applicable only to contractors who rely in whole or in part on unions as a source of their work force). (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees, and (4) The progress and efforts being made in securing the services of minority group subcontractors or subcontractors with meaningful minority and female representation among their employees. 168 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 b. All such records must be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State highway agency and the Federal Highway Administration. c. The Contractors will submit an annual report to the State highway agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required. by the contract work. This information is to be reported on Form PR 1391. 169 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 April 2, 2008 1 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS (a) Definitions'and Procedures For this project, the following terms are defined: 1. Disadvantaged Business Enterprise (DBE). A small business concern that is certified as being: A. At least 51 percent owned by one or more socially and economically disadvantaged individuals or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals; and B. Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. C. Socially and economically disadvantaged individual means any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who is: (1) Any individual whom the Colorado Department of Transportation Office of Certification or the City and County of Denver Division of Small Business Opportunity (DSBO) finds to be a socially and economically disadvantaged individual. (2) Any individual in the following groups, members of which are rebuttably presumed to be socially and economically disadvantaged: a. "Black Americans," which includes persons having origins in any of the Black racial groups of Africa; b. "Hispanic Americans," which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; c. "Native Americans," which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; d. "Asian -Pacific Americans," which includes persons whose origins are from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga, Kirbati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong; e. "Subcontinent Asian Americans," which includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka; "Women", which means females of any ethnicity; g. "Other," which means any additional groups whose members are designated as socially and economically disadvantaged by the Small Business Administration (SBA), at such time as the SBA designation becomes effective and/or individuals who have been determined to be socially and economically disadvantaged based on the criteria for social and economic disadvantage. 2. Underutilized DBE (UDBE). A firm which meets the definition of DBE above and is eligible to meet the contract goal as defined in the project special provision titled "Contract Goal." I1 11 11 1 U Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 April 2, 2008 2 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS 3. DBE Joint Venture. Joint venture means an association of a DBE firm and one or more other firms to carry out a single, for -profit business enterprise, for which the parties combine their property, capital, efforts, skills and knowledge, and in which the DBE is responsible for a distinct, clearly defined portion of the work of the contract and whose share in the capital contribution, control, management, risks, and profits of the joint venture are commensurate with its ownership interest. A DBE joint venture must be certified as a joint venture by the Business Programs Office at CDOT. A. For those projects set -aside for bidding by UDBEs only; all of the partners in a joint venture must be UDBEs and certification of the joint venture will not be required. B. For all projects other than the set -aside projects discussed in A. above; one of the partners in a joint venture must be a DBE. The DBE percentage of the joint venture will be determined at the time of certification. 4. Contract Goal. The goal for UDBE participation that the Department determines should appropriately be met by the successful bidder. Contract goal will be the percentage stated in the invitation for bids and in the project special provisions. Successful bidders that are awarded a Contract based on good faith efforts shall continue to make good faith efforts through the period of time that work on the project is in process, to provide for additional UDBE participation toward meeting the goal. 5. Good Faith Efforts. It is the obligation of the bidder to make good faith efforts to meet the contract goal prior to the bid opening. The bidder can demonstrate that it has done so either by meeting the contract goal or by documenting good faith efforts made. CDOT will evaluate only the good faith efforts made by the contractor prior to the bid opening. Any UDBE Participation submitted on Form 715 that exceeds the participation submitted on Form 714 will be accepted as additional UDBE participation, but will not be counted as Good Faith Efforts and will not exempt a contractor from fulfilling the Good Faith Efforts requirements. The apparent low bidder shall report all efforts made including but not limited to the efforts required on Form 718. The efforts employed by the bidder should be those that one could reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain UDBE participation sufficient to meet the DBE contract goal. In determining whether a bidder has made good faith efforts, CDOT may take into account the performance of other bidders in meeting the contract. For example, when the apparent successful bidder fails, to meet the contract goal, but others meet it, CDOT may reasonably raise the question of whether, with additional reasonable efforts, the apparent successful bidder could have met the goal. If the apparent successful bidder fails to meet the goal, but meets or exceeds the average UDBE participation obtained by other bidders, CDOT may view this, in conjunction with other factors, as evidence of the apparent successful, bidder having made good faith efforts. The Business Programs Office, with the DBE Liaison's Approval, will notify the apparent low bidder by fax regarding any deficiencies in the documentation and effort demonstrated by the bidder. This fax will include the Business Programs Office's recommendation to the DBE Liaison Officer regarding whether the good faith effort demonstrated was sufficient for the bidder to be regarded as responsible. If the bidder may be regarded as responsible but with minor deficiencies in its good faith effort, the bidder will be expected to correct any deficiencies noted prior to bidding on other CDOT projects. Within five working days of being informed by the Business Programs Office that it is not a responsible bidder because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration from the Good Faith Efforts (GFE) Committee, which will not have played any role in the original determination that the bidder did not document sufficient good faith efforts. The bidder should make this request to: 171 1 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 3 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS Good Faith Efforts Committee Fax: 303-757-9019 Phone: 303-757-9234 April 2, 2008 , As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts prior to the bid opening to do so. The bidder will also have the opportunity to meet in person with CDOT's GFE Committee to discuss the issue of whether it met the goal or made adequate good faith efforts prior to the bid opening to do so. The Business Programs Office, with the DBE Liaison's Approval, will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts prior to the bid opening to do so. The GFE Review Committee will make a recommendation to the DBE Liaison Officer. The DBE Liaison Officer will review the good faith efforts documentation and the recommendation of the GFE Review Committee, determine whether the required efforts are sufficient for award and notify the Chief Engineer of this finding. The Chief Engineer will make the final decision regarding award. There will be no administrative appeal of the Chief Engineer's decision. If award of the Contract is made based on the Contractor's good faith efforts, the goal will not be waived. The Contractor will be expected to continue to make good faith efforts as described below throughout the duration of the Contract. To demonstrate Good Faith Efforts to meet the contract goal throughout the performance of the Contract, the Contractor shall document to the CDOT Region Civil Rights Professional the steps taken on Form 205. For each subcontract item not identified for DBE participation on Form 718, steps the Contractor must take include but are not limited to the following: A. Seek out and consider UDBEs as potential subcontractors. (1) Contact all UDBEs for each category of work that is being subcontracted. (2) Affirmatively solicit their interest, capability, and price quotations. (3) Provide equal time for all prospective subcontractors to prepare their proposals. (4) Provide at least as much time to UDBEs in assisting them to prepare their bids for subcontract work as to non UDBE subcontractors. (5) Award subcontracts to UDBEs where their quotations are reasonably competitive with other quotations received. B. Maintain documentation of UDBEs contacted and their responses. (1) Maintain a list of UDBEs contacted as prospective subcontractors. (2) Maintain thorough documentation of criteria used to select each subcontractor. (3) Where a UDBE expressed an interest in a subcontract and made a quotation, and where the work was not awarded to a UDBE, furnish a detailed letter explaining the reasons. (b) Certification as a DBE by the Department 1. Any contractor may apply to the Colorado Department of Transportation Office of Certification or the City and County of Denver Division of Small Business Opportunity (DSBO) for status as a DBE. Application shall be made on the USDOT's Uniform Certification Application Form as provided by these agencies for certification of DBEs. Application need not be made in connection with a particular bid. Only work 172 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 April 2, 2008 4 DISADVANTAGED BUSINESS ENTERPRISE ' DEFINITIONS AND REQUIREMENTS contracted to UDBE contractors or subcontracted to UDBEs and independently performed by UDBEs shall be considered toward contract goals as established elsewhere in these specifications. 2. It shall be the Contractor's responsibility to submit applications so that the certifying agency has sufficient time to render decisions. The certifying agency will review applications in a timely manner but is not ' committed to render decisions about a firm's DBE status within any given period of time. 3. The Department will publish an online directory of DBE contractors, vendors and suppliers for the purpose of providing a reference source to assist any bidder in identifying DBEs and UDBEs. Bidders will be solely responsible for verifying the Certification of DBEs they intend to use prior to submitting a proposal. The directory is updated daily by the certifying agencies and is accessible online at http://www.dot.state.co.us/app ucp/. ' 4. Bidders shall exercise their own judgments in selecting any subcontractor to perform any portion of the work. ' 5. Permission for a DBE/non-DBE joint venture to bid on a specific. project maybe obtained from the Business Programs Office based on information provided by the proposed joint venture on Form 893, "Information For Determining DBE Participation When A Joint Venture Includes A DBE". Joint applications should be submitted well in advance of bid, openings. (c) Bidding Requirements 1. All bidders shall submit with their proposals a fully executed Form 714 including a list of the names of their UDBE subcontractors to meet the contract goal. The apparent low bidder shall submit a fully executed Form 715 for each UDBE used to meet the contract goal (sample attached) no later than 4:00 p.m. on the third work day after the date of bid opening to the Business Programs Office in the Center for Equal Opportunity. Form 715 may be submitted by FAX, at Fax number (303)757-9019; with an original copy to follow. If the contract goal is not met, the apparent low bidder shall submit a completed Form 718 and corresponding evidence of good faith efforts no later than 4:00 on the day following the bid opening to the Business Programs Office in the Center for Equal Opportunity. CDOT Form No. 718 may be submitted by FAX, at Fax number (303)757-9019, with an original copy to follow. A copy of Form 718 is incorporated into this specification. 2. The award of Contract, if awarded, will be made to the lowest'responsible bidder that will meet or exceed the contract goal or, if the goal will not be met, is able to demonstrate that good faith efforts were made to meet the goal. Good faith efforts are explained in (a) of this special provision. 3. The use of the UDBE firms named on Form 714 or on a Form 715, for the items of work described, is a condition of award. The replacement of a named UDBE firm will be allowed only as provided for in (e) of this special provision. Failure to comply will constitute grounds for default and termination of the Contract. 4. Contractor's DBE Obligation. The prime Contractor bidding on construction projects advertised by the Department agrees to ensure that Disadvantaged Business Enterprises (DBEs), as defined in this special provision, have equal opportunity to participate in the performance of contracts or subcontracts financed in whole or in part with Federal or�State funds: The prime Contractor shall not discriminate on the basis of race, color, national origin;-o'r'sex in the bidding process or the performance of contracts. 1 173 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 April 2, 2008 5 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS To ensure that UDBEs are offered equal opportunity to participate in the performance of contracts, it is the responsibility of the prime Contractor to offer and to provide assistance to UDBEs related to the UDBE performance of the subcontract. However, the UDBE must independently perform a commercially useful function on the project. (d) Counting DBE Participation Toward Contract Goals and CDOT's annual DBE goal Once a firm has been certified as a DBE the total dollar amount of the contract awarded to the firm shall be counted toward CDOT's annual DBE goal and the contract goal as explained below, and as modified for the project in the project special provisions titled "Contract Goal." 2. The actual dollar total of a proposed subcontract, supply or service contract with any DBE firm shall be reported to the.Department using. Form 713. A Form 713 for subcontracts is to be submitted with the Form 205 and receipt will be a condition of approval. The eligibility of a proposed DBE subcontractor will be finally established based on the firm's status at the time of Form 205 approval. A Form 713. for.'a ;supply or service contract is to be submitted once a contract has been fully executed so the Department will be able to report the DBE participation in a timely manner..The eligibility. of a DBE supplier or service firm will be finally established as of the date the Form 713 is received by the Department. A Form 205 is not required for a supply or service contract. If a firm becomes certified as a DBE during performance tinder a fully executed contract with CDOT but prior to the DBE performing any work, then 100 percent of the work performed by the firm under that contract may be claimed as eligible work. 3. The Contractor may count toward its contract goal the percentage of the total dollar. amount of a contract with a Department certified joint, venture that equals the percentage of the ownership and control of the UDBE partner in a joint venture. 4. A. The Contractor may count toward its contract goal only thlat,percentage of expenditures to UDBEs.-which independently perform a commercially usefulfunction in the work of a contract. A DBE is considered tobe performing a commercially usefulfunction by actually performing, managing, and supervising the work involved. To determine whether a DBE is performing a commercially usefulfunction, the Department will evaluate the amount of work subcontracted, work performed solely by the DBE, industry practices, and other relevant factors. B. A DBE may enter into subcontracts consistent with normal industry practices. If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost_of its contract;with its own workforce, or the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved, the DBE shall be presumed not to. be performing a commercially usefid function. The DBE may present evidence to rebut this presumption to the Department. 5. The Contractor may count.toward its contract goal the percentage of expenditures -for transportation services obtained from UDBE trucking firms, provided the UDBE controls the trucking operations for which it seeks credit. A UDBE trucking firm must have at least one.truck and driver of its own, but it can lease trucks owned by others, both DBEs and non -DBEs, including. owner -operators. For work done with its own trucks and drivers, and for work done with DBE lessees; the UDBE trucking firm receives credit for all transportation services provided. For work done with non -DBE lessees, the UDBE trucking firm gets 174 11 I 0 �I The Contractor shall make every effort to enroll minority and female trainees and apprentices from *thin the Contractor's worldorce and from the community by recruiting thrmQh public and private sours likely to yield minority and women trainees to the extent which these recruits are available in the geographic area_ e. The Contractor will be considered in compliance wM, the requirements of the Colorado Training R--,> rarr, when the Contractor demonstrates to the Department that it has mat the requirements described it this specAcation and the Contractor's approved Colorado Training Program Training Plan. 7. Contractors who are in comptiancP vrith the Colorado Training Program will receive hours edit for their trainee=s whether they ti%nrk on a COOT or a non-CaDT Far j.ect Contra< --ors �tiill be reirnbursed by CDCT only t r hours ;norked on CDCT projects. 8. The Contractor shall imply with the affirmatrd--- action requirements in their appraved Colorado Training Program Plan. b. The minimum required number of trainees to be employed :by the Contractor shall be as shown in the Contractor's approved Colorado Training Program Plan. To be entiJed to participate in the Colorado Training Program, the Contractor agrees to a mindmurn trainee commitment based oh the Contacor s average annual dollar amount of cortraors with CDC T over the last three calendar years. One trainee is required for every four million dollars of contract work with the Department Please r4efer to the falloWng (table for the number of trainees required. d, DDO, A Contractor L-,r their program sponsor may.obtain its three year average by contacting the OJT Manager at the CDC T Center for.Equal Opportunity, 303-757-92?4_ 1t1. The Contractor shaM have fuNled is responsibi y'k-s described in this special praAsion if it has remained in compliance with, the Colorado Training Program during the life of the Contra&` Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 credit only for the fees or commissions it receives for arranging the transportation services, because the services themselves are being performed by non -DBEs. 6. The Contractor may count toward its contract goal the percentage of expenditures for materials and supplies obtained from UDBE suppliers (regular dealers) and manufacturers, provided that the UDBEs assume the actual and contractual responsibility for and actually provide the materials and supplies. A. The Contractor may count 100 percent of its expenditures to a. UDBE manufacturer. A DBE manufacturer is a ' certiftedfirm that operates or maintains afactory or establishment that produces on the premises the materials or supplies obtained by the Contractor. ' B. The Contractor may count 60 percent of its expenditures to UDBE suppliers (regular dealers) that are not manufacturers, provided that the DBE supplier performs a commercially usefulfunction in the supply process. A DBE supplier (regular dealer) is a certifiedfirm. that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies requiredfor the performance of the Contract are bought, kept in stock, and regularly sold to the public in the usual coarse of business. To be a supplier (regular dealer) the firm must engage in, as its principal business'and in its own name, the purchase and sale of the products in ' question. A supplier in such bulk items as steel, cement, gravel, stone, and petroleum products need not keep such products in stock, if it owns or operates distribution equipment. Brokers and packagers shall not be regarded as manufacturers or suppliers within the meaning of this section. C. The Contractor may count toward its contract goal the following expenditures to UDBE firms that are not manufacturers or suppliers (regular dealers): (1) The fees or commissions charged for'providing a bona fide service, such as professional, ' technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials or supplies required for performance of the Contract, provided that the fee or commission is determined by the Department to be reasonable and not excessive as compared with fees customarily allowed for similar services. (2) The fees charged for delivery of materials and supplies required to a job site (but not the cost of the materials and supplies themselves) when the hauler, trucker, or delivery service is not also the manufacturer of or a supplier of the materials and supplies, provided that the fee is . determined by the Department to be reasonable and not excessive as compared with fees customarily allowed for similar services. (3) The fees or commissions charged for providing any bonds or insurance specifically required for the performance of the Contract, provided that the fee or commission is determined by the Department to be reasonable and not excessive as compared with fees'customarily allowed for similar services. r7. To determine the goals achieved under this Contract the participation as described in (d) of this special provision shall be divided by the original prime Contract amount and multiplied by 100 to determine the percentage of performance. The Contractor shall maintain records of payment that show amounts paid to all DBEs. Upon completion of the project, the Contractor shall submit a Form 17 listing all DBEs that participated in this Contract, the subcontract tier number of each, and the dollar amount paid to each. This dollar amount shall include payments made by nonDBE subcontractors to DBE subcontractors. The Contractor shall certify the amount paid, which may be audited by the Department. When there is no participation by DBEs, the Contractor shall submit a Form 17 that indicates no participation and gives reasons -why there was no participation. CDOT will not count the participation of a DBE subcontractor toward the prime contractor's UDBE achievements or CDOT's overall DBE goal until the amount being counted toward the goal has been paid to the DBE. (e) Replacement of UDBE Subcontractors used to meet the contract goal ' 175 HarmonylShields Intersection Improvements Project FederaUid Project No. AQC M455-074 7 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS April 2, 2008 , Based upon a showing of good cause the Contractor may request that a UDBE named on Form 714 or on a Form 715 be replaced with another UDBE pursuant to the terms and conditions of this special provision. In the event that the Contractor is able.to both document the need and to offer a replacement UDBE who can perform the work at a reasonable cost, the CDOT Region Civil Rights Professional will approve the replacement at no additional cost to the Department. Replacements will be allowed only with prior written approval of the Region Civil Rights Professional.. 1. If a replacement is to be requested prior to the time that the named UDBE has begun to effectively prosecute the work under a fully executed subcontract, the Contractor shall furnish to the Region Civil Rights Professional the following: A. Written permission of the named UDBE. Written permission may be waived only if such permission cannot be obtained for reasons beyond the control of the Contractor. B. A full written disclosure of the circumstances making it impossible for the Contractor to comply with the condition of award. C. Documentation of the Contractor's assistance to the UDBE named on Form 714 or on Form 715. D. Copies of any pertinent correspondence and documented verbal communications between the Contractor and the named UDBE. E. Documentation of the Good Faith Efforts in finding a replacement UDBE subcontractor and the results of the efforts. It is within the control of the Contractor to locate, prior to award, DBEs that offer reasonable prices and that could reasonably be expected to perform the work. For this reason, increased cost shall not, by itself, be considered sufficient reason for not providing an -in -kind replacement. 2. In the event a UDBE subcontractor begins to prosecute the work and is unable to satisfactorily complete performance of the work, the Contractor shall furnish to the Region Civil Rights Professional the following A. Documentation that the subject UDBE subcontractor did not perform in a satisfactory manner. B. Documentation of the Contractor's assistance to.the UDBE subcontractor prior to finding the UDBE subcontractor in default.. . C. A copy of the certified letter finding the UDBE to be in default or a letter from the UDBE stating that it cannot complete the work and it is, turning the work back to the Contractor. D. Copy of the contract between the Contractor and the UDBE subcontractor, plus any modifications thereto. E. Documentation of the Good Faith Efforts in finding a replacement UDBE subcontractor and the results of the efforts. In the event the Contractor is able to locate a replacement UDBE who,can perform work at a -reasonable cost to the Contractor, and also demonstrates to the satisfaction of the Department that prior to bid it had reason to believe that the named UDBE firm was responsible and not expected to default, the Department may modify or renegotiate the Contract to compensate the Contractor for any reasonable extra costs, because of a higher price in the proposal of the replacement UDBE subcontractor than that of the original UDBE subcontractor who failed to perform. 176 Harmol:y/Shields Intersection Improvements Project Ro.1e,...1 d -'d Pr ' t ]V- A( AAei�n7� ' April 2, 2008 8 DISADVANTAGED BUSINESS ENTERPRISE ' DEFINITIONS AND REQUIREMENTS Provided, however, that the Department will not be obligated to participate in any increased cost to the Contractor if the UDBE that fails to perform has a recent history of performance failure or default that was either known, or should have been known, to the Contractor prior to award. 3. If the Contractor is unable to locate a UDBE replacement that is both interested in and capable of performing the work at a reasonable cost, the Department may waive the requirement that the work be performed by a UDBE and the Contractor shall provide for the satisfactory completion of the work at no additional cost to the Department. (I) Sanctions. tIt is the obligation of the Contractor to provide DBE firms with equal opportunity to participate in the performance of the work. It is the responsibility of DBE firms to perform their work in a responsible manner fully consistent with the intent of the DBE program, and in substantial compliance with the terms and conditions of these DBE definitions and requirements. ' DBE firms which fail to perform a commercially useful function as described in subsection (d) of these DBE definitions and requirements or operate in a manner which is not consistent with the intent of the DBE program may be subject to revocation of certification. 1 A finding by the Department that the Contractor has failed to comply with the terms and conditions of these DBE definitions and requirements shall constitute sufficient grounds for default and termination of the Contract in accordance with subsection 108.09 of the specifications. ' Attachments: Form 606 Form 714 ' Form 715 Form 718 1 177 COLORADO DEPARTMENT OF TRANSPORTATION FROJFJ W). ANTI -COLLUSION AFFIDAVIT Lrxaricea I hereby attest that I am the perm responsible within rny.firm for It* final dec:T Jon as to the pnce(s) and arnount of tnls tild or, if not, that i have wrMen aulnortzation, enclosed herewith, from that person to make the statements set out below on his or her behalf and on bW.Ir of my i9rm_ ! lurther attest hat_ i. TTie pZ(s) and amount 01 tht5 bird have been arrived at Independently, without consultation, comu avnicallon or agreement for the purpose or with the etfect of restriang competition with any other firm or person wn o is a 01002r or potential prime bider. 22A. Nelttaer the pWe(s) nor the amount of this bid have been Wdosed to any other flan or person who is a bidder or potential prime bldhar on this proJe:Yt, and wAll ,not be so asetmea prior to bla opening. tS. Nelthar the proms nor The amount of the bid of any other firm or person who Is a tddaar or potential prime bidder on this project have teen disclosed to me or my flan. CA_ No afteripi has been made to wi licli, cause or Induce any firm or person who Is a dicer or potential primp- bidder to refrain from bidding on tnas prrs)ect, or eo submle a bid nigher than the bid of this firm, or any Intenilianaily hlgn or non, competttive bid or other form of corrplemp-ntaryy bld. SB. No agreement has been promised or soltct=eG for any o:.her firm or person Wio I- a Meer or potential prime bidder on Irm protect to submit an Intentionally Mgh, romcomDetitive or varier form of complementary bid on finis project. 4_ The bid of my firm Is rnad2 in goo(j Taint and riot pursuant to .any cxnsuhabon, communication, agreement or discussion with, or Inducement or soilcitanon by or from any firm or person to submit arty fntentionamy high, noncom- pet►tive.or other form of compipmentary� bid. 5_ my firm has not offered or entered Into a subcontract or agreement regarding the purchase or sate of rrcatorials or services from any Ilan or person, or otfered, promsed or paid cash or anything of mue to any firm or person, whether in connection witrt this or any other proJect, in considerailan for an agreement of pnan-asp by any firm or person to refrain from bfdriing or to submit' any Intentionally+ T3gh, rirontrra petttive or other form 41 caWlerrientary bld or agreeing or pro TArAng to tld so on this pro)ed. a"_ my firm has not accepted or been promised any subcontract or agreement regarding the sale of mawr►ai_ or services to any firm or person, and has not been promised or paid cash or anything of value by any tfrm of person, +cute:her In connection with this or any other, project;• in consld2ratioh for ar9y firms subrnitting any Intentionally high, nonwmpetl we or other form of complementary bid, or agreeing or promising to do so, on tn►s:proJeci. 7. t have made a diligent Inquiry of all members, officers, employees, and agent_ or my firm with responsib6litlas relating to fife preparation, approval or submt::-slon of my flares t%d on this project and have been aaoseo by each of them that he or ship hasnot partz-lpated In any communication, consultation, cWs"s-slon, agreement, cofiusion, or other conduct Inconsistent witt► any of the statements and representatiort_ rrjaap in this allidsvi . 8. I understand and my firm understands that any inisslatement in this affidavit Is and shall be trerat.9d as a fraunient concealment from the Colorado Department of Transportation, of the true facts m1ating to s+ub misislon of bids for thin contract. I DECLARE UNDER PENALTY OF PEPJURY iN THE SECOyD DEGREE, AND ANY OTHER APPLICAPJ E STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Citt-a: u s sf- o: rm-wRj�mc Er =ma: Tits 2w W"Cb%m at :aaimny MM. ill Icim w r ama.] By Tom. Sworn to before me this day of, 20 U-4pvt Pw� t. M( ca =lss<bn a =a NOTE: This document must be signed in ink. COOT Falco t6M I= Harmony/Shields Intersection Improvements Project FederaWd Project No. AQC M455-074 COLORADO DEPARTMENT OF TRANSPORTATION 'Mia- 1: BIDDERS LIST DATA and UNDERUTILIZED DBE (UDDE) BID CONDITIONS ASSURANCE Prima Contractor in_ctnictianc: Thie fnm has tarnarctisrr. hnth rant ha ra�mlaicui.anri srrtnittirrl►vithyniir hid. f'>nfilA=A Section Ito lbi ag aubcontract cuetea receir>e:d (nnn-D3E vn1 DEEl. Complete Section 11 to report only Undiwut ed DEE (JD1 El Farticipal;or pezeria3Gs W IIGPt qualtry una the Gnttac: goal _YBCIffC€tian rcr ih13 RrO)E:[ PNnse reti IM CDJT for 3:715 insiructicns befivs completing Section IL Attach adettianal sheets as recessary_ POLICY It is, the —aclicy of the Golcredo Depertnent of Tramportatimthat underuflized diceWanag ted ushess entarpria3s have ecual apparunlT? 10 G_rticlD-31001 trroiecis drzanc.2d truth federal. si3:a or Ice -al amity rungs. Conssienl Wilt) 48 Go]e a Federl Hagulattorts {t;rN,J Fart 25.1 I , ttt_ tildd8r , List data proviced by the Uontreclors wN pravide [;LYJ I as wcurata data as pns ihla ahniii thA trrivAr.a of n8F am non-DFF hrm:e nrtivat/ RnOdn.3wnrb on 4fic hahuay rnnF..-n.rtion rnntracts. tir ism in asttng overall 03E goals. SECTION I: ^,DOT EN13DERE LIST INFORMATION (Non -DBEs and aREs) 1 Are all subcontrac: bids %quotes) r9ac4vad t;yr yctur f<; rr for th s prDj;ct'Isted telow? ❑ Yes No Z lfNo, make cartain any adJito-at subcontract biddi-tq infcrmaticn is submitted tc the CDOT Business Prograns Cffics ,ford 4:04 am on ti-c day after- U& aro opsnod t3 omLrc CD3T has :hs bo;t dzta pos.iblo forsotting iu'ur3 DBE gook (tse tee acme table fccrrai a; below): UL�UI businessFrograms (—Vh>.e 4901 F Arkamn-.; AvA., Rrnm •?ffl C*nvor. Colorado 9Q222 FAX; 20 757 9019 EMAIL: co(3-�dolxtWo.co.us Tin moat rA^ant t'nrr Ridrinm I ist will ha prmw.., mina At: uwwrriot. ctaiA.r. ai :1FFt jf)RFPro0Fr mP:apn.him Nuirm of Gnnsutmitliny @id?ajvbe t�rtrired udttrrrae yes r4o %York i1e.t0s) descriptian F€rm deg eyed; Yea KID 1. 2. 3. 4. 0. 6. i. 8. D. 1 C�. 12 15. �,w.i �wm�r�a sae 178 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 Ratne 01TIrM subm Rung EIa1rQUore DID firm; Yes No Work Imm's) Ce3cription m! Ming uaid? Ye., No 1 t6. 9 r. t` <0. SECi1011 H., UNDERUTiLVED DEE IUDHEl PARTiCIPA-HON COMMITMENT' t) Total eb3ibie Underutiizec DBE (L'DBE) parc$ntaoa amount from Sax A bslmv: % 21, Ydill YOU" comp-aiy*s UndeinlzG f U31: fU{Jtsty parlapation cornerrtm?nt meet the contract Coal.' ❑ Yes ❑ No 3) Utit Lire JDE= filalts, t;u!!uni[letl rvuri. i4euls, airJ �IiyaLla UDBE Weik�eltayr u€yuLl! bid utrnrrrittsJJ lU Udine. UDBE Firm namo Certificaticnt 6mrnfttad work itarn(s) Y Lont nu aft uward 013-: Goal 2- ?/o :3_ ?{� 4. 5. n BOX A. TOTAL_ ELIGIBLE UDRE PERCENTAGE AU0IJNT(Rrnrn1Fn �wvp f hanyiadtlhl 'lq �. �ri1�2C4!&Ia171L11U.IS Vti IlJn tll;tlil:�ldtr DrsE LVICIEII!1[CI.-1 �tru�tb Y,rilYdliclJl_t#it `'�Q{iT FUlInA7 iS tl'IL EI[Uly VI:t31tJ1;�3 �'.'._E Pdf it:7iJdL'AI Imarl tfoniraci tads =-ra G YA:'saar!uelll6t gzar sechoi et tie 'L +_ - t einfton5 =-ra tteaurenent- n:he lanai -IbecN &crosiazs I understand that if fny ccmpalvl is deterrnined lobe tie low tidJcr for the contract on this proiect, I mus stbrnit acomplated CD T F.crm t715 CERTIFICATION OF UNDEP TILIZzG DGE PARTICIPATION for each farm listed in So -then 11atthls form to t se Tiwatipj!teiLiimi DtV-u a!u!s4IJ-y -;A)a Nut Fyn thu 1hhdivui.t risi arlL-i Ifle ddy Uds we upe!aad. Tim actual amounts. subnutted on ewr, COOT Form iri'15 must equal or excel tree DUE percenlaOe commitinents aocumentel on tnls form. hi addition, if my rcmpany does not ffuaaat tho DBEIUDBE goad for this projxt, i must submit a eomnfatad CDOT Farm #718 DBE COOD FAITH EFFORT DOCUMENTATION before 4-.OD pm un that ear xller Lids are opwwd. CDOT Form i1715ssubmitted for firms nct included on this form. OR for amorists exceeding thow listed on this form, will.be aecopted but NOT counted as Good Faith Efforts, Only the offorte tttc controetormadc prforto tho bid operdng will count aS Good Faith Err ons. I =.inderstanj my obligation 4a abide by the Po6cf stated a7cve 3ectlon 1. 1 -hall riot dis aimin de o.; the basis of rase, tCidbr. roe. sa<, n.aboral cridr, or hzndicm in the? Diddm proceEs or the performance oicontracts. 1 DECLARE UNDER ?ENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAMS, THATTHE STATEMENTS LUDE IN THIS CIOCIJUENTARE TRUEAND COMPLETE TOTH'c 3EST C•F MY KNOWLEDGE. ,31viiyzyr =ni,-. Dnxi _ i iutaN y arlu-1 4111!ur. t. : Pdlr 2u92 - PfrrUub e2duo b ue WbLfer mWnidr usn itt Lred 179 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 LORADO DEPARTMENT OF TRANSPORTATION ci;Vo- ERTIFICATE OF PROPOSED VDERUTILIZED DBE (UDBE) PARTICIPATION Project Cade (SA#): Zia¢ arm #: of am ConUwW - send comptet(INigned farm to the Business PmUmn5 Office (instructions on Finand page} The 'mgflo L-DBE Amounts' hmitted on this form must equal or exceed the cornmitrwnt(s) dDcamrted on the CDOT Form 714 wo sabanined with youT bid. IRr the compteie ist of certified DBErUDBE firms artd their DBE work codes vo to :IfwwwA Iksttde.enrrsl NOTE Sae 49 CM pout 2b 55, =d the 'DBE- Definitions and Requis==W i3 the 5xPAzrd Specrai f3mrinav for f =t:zw iofb=z9= cwcaramg cc=ing DBE patiieipmian eftnsimm sebeoatncL-m u*T6ea z d sun im Fwidea toward the Fujoes LMBE gcaL VA OT 1 a_ TR 1 TrKIMr. rn%rM A rT If the UDBE is being used as a trucker for one or mote Knocking" DBE work codes (255M 255,M etc.) ti n: CFUAL UDBE AMOUNT Adaal emslrad manowd for the pamided by the UDBE firm and any LURE k:n ELIGIBLE LMM TRUCIUNG.AAfOUNT= I (ACTU4 L UDBE AMOLIN7) — (A or inn-UDBE kmor amo®ts in tbn cantmte ] Ibavodr dace m Lhis UDBF comma with ma;-UDBE E sees, credit taw -ad ihe'pogjai UDHr gaat is Eieen only for the Mena fees orcomimbzdans the UTARP. budm xxzicrs farmm--jiag the naaspartz5ons servimsbecz= the scarims tl. a +o l++t cox Legg performed by aan.UDBFs NAME OFUDREFIR\I CERTIFICATIONY EllPMR&InONDXATE f2liJlsUDBETRUOUNGAMOW I L. DRE WORK CODE MJAIBEIgSI TMS UDRE IS REM USED FOR t Caepive lu of wart cads ire lc;?Jt www.cSxsmccaau'y�o_arpl PART lh_.II IRU-r1N,1-W at -I ' ELIGIBLE MBE SUBCM7A4CT.4.' GVW = [ (Adual UDBE eaatrod amuut) — tAar coo-UDRE Iower tier amounts in this mrrtcncO ] f Wmi r$ffi a 1JDB[!x sohmmwjcts to z km ertier m=-tJDBE film does not eaarn toward do peoFd UDRT goal NAME OF UDBE FIRM CERTIFICATION Y EXPIRAIMO\ DATE 1ELMffRLKUDftFSU2CCM7R4CTAlf0UW I r 118E WORK CODE . iUMBEi419) TMS UDBE IS BMG USED FOR x amplrlrldaofwwhcvdrsDratJep.#t wwdmxwecaxupp-mrli DART 1 r - Ci IDI37 lr' rnrl-rIt ArT Lfttre suppler is a UDBE with a Type' Teid of "Matmftrtraet'' for t1w iten (ks c. ELIGIBLE LIM SUPPLYAAfOL1T= I (Actonl UDBE contract ammo) X 100% J Lf the supper is a UDBE with a T p' fetid of `ReRolstr Deaf" for the iton(sx DIME UDBE SUPPLYAWDLN-r= I (Actual UMBE a Bract ®omrt) X 6D% j NOTE- U the supplier is a L9MF wGb n'r}Ire' rztd of 11mke fce W' a Garr(i) am Al RT Id - BROKER I SERVICE CONTRACE NAME OF UDBE FIRM CERTMCA77ON S 0MRAMO"f DATE DBE WORK CODE MJMBERfS► TINS MEE IS BENG USED FOR x' CzapLear dis ofwmi codn:va, i>=p:%wwwdmmuecazYzppp_ac�'i l\'JIWI:l1 W1111:!2.'7/►'1WAMIM.iRtOWNM'J_TM purchasing manials or sappl-res through a UDBE with a Ttgr' i'etd of'BroIer'; crntot only tle'araotrat of bra3>?ra comtTtissioat aitdbr delivery rvice fires iwladed'in the oontrwc Othei at tailes of services trr ioctutle in this sectiao we banding, brokering, consulting secarity guards, and insuranceetc, LIME UDBE SERWCE FEEAMMAT =Actual comqrnsafion retained by the UDBE troirdagstt for mice, MAered* F The znumts that caa= tawmil UDBF. gazk zz limited to tie campece2tim retained by de UDBEhrdzday-mt far senims ¢meted, lam ided or kdcan=niaim in trained by CDDT to be masanzble and calleimssim as compared vilh b®s c=znn Lily drvged far suciharwryiam NA.NE OF UDBE FIF-M CERTIFICATION 0 E)MRAMO.1' DATE r I E %ORK CODE \'UMBE114S► TMS UDBE IS BEING USED FOR: aapelr Am of a wk cadres 4 m hepfl ww5rAxzxeeo.loiapp_mrp' s.mgnn - nusnes rrog:ars snttm rrenoraeanom amy we or azn 180 LW1 roan 117-9131;C 101A rrw e Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 PART 2- UDBE PARTICIPATIONSUMMARY K) What is the total dollar value of this proposed =king. subcontract, supply, OR brokedserviae $ ntract that is eligible for counting toward contract goals? _ [ TOTAL FROM -ELICIBLE" COLIr"A1NS M PART I J WIM P► x& in actuW troetac dloflan and not Prime wntnwt Prig: 6j What is the total dollar value of proposed subcontracts brat are eligible for cotmting.towards } S contract goals from prior sbeetstforms? what is the accumulative value of ptupuused subcontracts that are eligible for counting towards contract S =[A+Ill ) what is the original eonitact bid total? $ 1 wbid is the amurrinwi a perrmt of ooatract hid tool sutrnatra-tied to all ur3dernG6zed MEV % =[(C:D)X10Dj r.eA M I J— U LJ1.31. X-LAN17.1 r"VVA I ikill rm tba my company is participating in this contract as documented in the Prime Cvnftvctov's coatmtmeogs) in PA -- s orm y the halal of the wort that my company is actim ly oerforrnhw is being hunted on ttiis form 1 1 PART 4- PRIME CONTRACTOR CERTIFICATION certiry tip y comparry has m i the contracted UDBE goals or has subntitied a completed COOT Form #7t8- my company has xcepW a proposal from the UDBE eared above. my company has notified the proposed LTDBE of the contra -led UDBE conunitnrnt- y company has ensured dial the proposed UDBE has signed PART 3 of this farm y companyy s uoa of the proposed UDBE for the items of wart list/ d above is a condition of the contract award. MY cflmpany will iavile the proposed LOBE to atlend the pieconstntttion conference - my company will not USE a sabSUL31W UDBE far the ptapowd uDBEs faiure= to perfurm under a fully executed subeona2a unless my company mplies with the defutitious and n gainmherds.section of the DBE Special Provisions uoderstand that failure to comply with the inforranim sborwu an this f mm weal be conWexed pouxts for aamtr= terminarton. decirue wide ptaiatty of perjury in the second degree, and anal otter applicable state or federal laws tltar the smsetnenes mane on this document are true and complete to the best of aq kwwbmkaL Prime Contractor Mum t leer Sigmature and 79te: rvttm .lrf5 i icu�_ rtun� - - - 7. Retain a phowcopy IN your records Prime Contractor. !L end original In. 1- An officer of the coriftw or{s) must complete this farm Colorado Deepmunent of'Itansportwon 2- Include only DBE fumes h met the underoGiired cribuia in Business PiOgrzms Office the contract gall spccifc~a1;aa far this project (i e- UDBE firrrhs)4201 E Arkauas ANe- 3 Cou plete only relevant secti,on(sj for PART L ' Denver, Colorado 9= 4. Ensure that the proposed LOBE has signed PART 3 of this form FAX: (303) 757--9GI9 i Complete ALL sections of PART 2 and PART 4- & submit a separate COOT Pam#715 far EACH proposed UDBE Original - R=iw= Ptugrsaa Ofrim Precious editions my cot be and CDOT Form 715 - Pame 2 of 2 0 181 Harmony/Shields Intersection Improvements Project FederalAid Project No. A C M455-074 COLORADO DEPARTMENT OF TRANSPORTAPON wa.;. am)ectCode (SAP): UNDERUTILIZED DBE (UDBE) GOOD FAITH on:: pDate- EFFORT DOCUMENTATION No. OT SDeelsAttacned To Fm1'm: The Cantractorwno is the apparent lew bldder en a CDOT COMMUMM pro)ece, and has fa'ed m meet the UndenCdnzed DBE (U'DBE),conhmet goal, strait use this ►orm to dodrrneni ag good Talth etTart's that Were made to Dtd Pr1o[ ode NI by said CwftdOr to meet the goal- FAILURE TO FULLY t CLEANLY COMPLETE THIS FORM MAY RESULT N REJECTION'OF THE BID. Each portion of drls tomn is 10 be addressed in the space pro ded, or on supplernenta) sheets that >OtlmW the same tabular sbuctrxe'and Itormat oLffned mbur. Attach supporting doc urnentatIon as required byCOOT. This compteted fore and required atbctvnenM are to be sutmtbed to the Business Programs C fioe In the Center Rw Equal U q pparstr(ty prier to d_dSD pm an the My" the day Wdc are opened. This Tam maybe sutxnitBd tiY FAX d303-757Ati 14) onto an mdgfrial copy to fWb W. An extension maybe y granted by the OBE Licvsmn. OnlyLire efforts t;he Ccrt7actmr made prlortm bid opelbnp wit count as Good Fal1h Erfahl cmrststeni wrJ% ft lnsiniabons on COOT Form #714. L Comprete the following table to document snCalr!'em bld raw idenMed as UMCDnhaatW= to he pertorrnea gry.UDBEs to aCKeve ttre-cmrrhact goof_ This Includes, where apprupnale; breaYlrrg out WnC'dCt wtlrk Item pith ei atrornicany :easlDly:1171P.b her 1atSitare DBE .pa tG�palnxt, even Whit re CmtractoT riVt otherwiseto mese prefer penbtm won Items; on Its wn tmaCeb: The hrtal peMent3gE of spscontrad ferns lden"Jikd Tor UDBE participation must equal or excxed tine Percentage :UDBE,909 set try CDOT. DBEworft+odG �r�BEWotk'C006 C1088etM2lCEIRi ro ;N AChrM %1Sng117t Forii U,,°>x'Dearatpilom Bkt DBE DIRECTORY WORK C• ! QY 'yam* ?CDOT tterni;` Fot Ftnal.w, <, e DBE Directory aan be found oNlne at: ?dtpWwwW.WLqtatq.co.uWVP W DBE work codes are 5 411 numbers where the 1st C41 corresponds to the overan section the code belongs to Tee 1st 3 digits ar a DBE worii code iden*ft category • DBE work codes "n w represent cer311catimn ibr the category codes Ntl7 ending In,DJg represesit certmcaGon In a LDBE categsxy only, UDBECONTRACTGOAL.%: TOTd COVI!!ACT71: IL Corgiete the tdmwtng table to sUMM13111M aH 00- e3M eT OM merle ID UDBE tgms_ -For each sinaoontbact Rem t'denttmed; contact by mall, tax phone andlor emaP. iodine Colorado cerhned lo UDBEs whose DBE wort des match the type of waft being soloed and x1no are matted as'cDOT GFa= EnnIDM� on the DBE Directory. The Cordrdcrarsl3Il ensure #Jrat Initial sdlcltations allow UDBEs at feast 10 Calendar days Dm palttclpa:e etrectively ht the trlltt>rrrg process. In oraff lodetermine:wfth oertatntp wte)ch UOSEs are bested; 0* cmiractmr rs alad pequlied tt take apprapnale steps. to follow-up tram saadt =' ns (e.g., regtmnal Tftnru'p phrmre catrk etr~ tfsWW.M Dy teleptwvte, a?iaan a susnlnaryN ..ephone tog prcatis, lrsixumng toprc vt drsalsslmn. dare. xne rroame o[persm caettacied and the response reaMred. Ifsoik!`t►g by dfatl,Tax mor erasl, attach one exaiioi copy otthe redtor. tar, aMbr email sent to UbeEs along With a eUMM;my log that documents ai dates and responses received. Le__em- t1mces an>tbrema%must spectll=ly Identtythe prc�ec ttle'tberris to be subconlriCted and ftm bin! date. LeLers, taxes anWW etnalis met'a:so prvtie an address and phone number Where spednc guanhttes or demits will be avatiaDle to Dklders.. � ��DBE WOr1f Car19 � � �°' ��-y�* r �r�OBE WbAi COOa �,�� � � '"r � 4 / Of IfDBEa • O! U[�®Ee 96 t]t UDLfiEs° xFromDBElJhaefimryt e'fya,Deac7tptlrrlri��'Z�+ £ti i�ouitactad� DBE DIRECTORY UPDATES Go to hfiPVAVw:dbtatste.cq usraPP_%JgV aria use the .. . 'DlniicfmyUpdetaia. hulton on tfle DBE Olredory to submit any of the cmnmaing documented updates an UDSE thins: Contactlreitrm00ft Changes (e.g., phone and adores etc.) 'COOT GFE agibllty- staitis changes (e.g., UDSE firm says they amcrt want to tie rarrtade<1'v1a GFE sodritailmrw etc.) HoiB_ Jn orerfv to t+er7ly at ynda�.s aahrt!teC, C�1OT may request . ... - aI'h1'M7 WJn-'4M% ffon iin.ion== ancitr UDBE Rr w bett2 palling requesw a;hanpes to the meator}c Original - BiffiIness Programs Ofnce THIS FORM 13 CONI'MEMnAL - Prevtoue editions may not be aired CDOT Forth 718 - Page 1 oT2 1,D6 182 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 m. Complete Me uwAing twe to sim la subcorim Wtl6 reMNEG Jnor DBE and UDBE� old bar alnbi for earn bid Ilen6, and ale narne of the SUCCxww b'Wef- Wnere bundled suoconlracl bids were reoeNred, breast W quotes per bid Item nwMea. if tW UDBE bids were rejected, give reasons for each case. IF_tfte wot Is to be counierx as a potenbat UDEE suloconndaet'eam, the CDrejactor canrwfeaect to p�m that aidrt Itsielf Wmen a UDSE tYa is carnpebttue or only UDBE t91ds are receive d. Cost alone may not be adequate JLW23whon tbt =lure to use a Uge.E bkf. Vmen a non-UDBE bkl Is stgntilcantty Imwer than a UDBE bld, the Contractor my choose to perform the tem Itself. COOT WII detefthe whelfw a subcontractors bid 1s'aarnpef hve' based an t3ctors such as the percentage old donor dfRerende beMeen quote(sk andfo the percentage the quo".e(s) mpeeserris a7 the overall contrail. n �zCD4T8Dd,teern#t r ,..,,r8ld t Out 6ttrtl8ed ttirofes I�BM.aA . . i .,. .s, <>z� „_ a �rlprlg, A Y,:.v r,"Ngrna' ROM D eert r4 s . a" e r r `�y : r ¢, a ...True.i�.-._,...;�'kir�n..�.�.�.....__.,.—.,.:�4,�z4�s.A,�-s,::..:...?..tr, s tv-° 7t. ,r-*yr � l "`"t>_Ma"v d�r it '�T�� a� n ice ara nod io nms beirkg use d �r s k ,s�r_:? ;xr a n 'F� x�nA �. 4¢�t� FAehtal 8ldfbmaUw'f6 CBE ° v ilfriraarceOn: a Iteme Tltaf ., m a �s i UDBE Ffrma 81A Li @V_ Tne efcrrts reVred herein are not e;ftausttve or exc luslve. Otherfactos or types oT effuns maybe relevant In approprla`e cases. In detennlning wMeMer Good Fatal Efforts have been: made, the quantity and gvatlty or the eL'orts made as u A as tdnds of efforts made may be conWared.. _Ust arty admbonat elrorts to Increase UOBE cotsdad patI such as a6fillO kg UD13ES',in 0MInIrg barx[Inginslsartcent7er;;tX credit ef:ecitvely using the servlpes.cdl t nuntty organtnittons4KA91callom, andl'or requesbrg subcortdI to asststwf%providing UDSE pa wpanon.. Report the results of such eMii Ni.A-1 e.WVSOV to a pubXaOW wltn bir UDBE subsaVMi; reies wUnat be conWered as IpJaJp ertbrZ by CDOT. JzSTABUSHEV BY COOT 95 REQUIRE PERFORl,IANCE OF THE CCUTRACT- Conpany Name_ Phase: IF. rbe. 1POMed Name: Sfgaaturs: OM,1< w-Suslness Wbecams cam THIS FORM IS CONFIDENTIAL - Previous editions may not be treed 183 C90T Farm 71 B -Page 2 ,oil 2 J AX M M M M REQTMED CONMILCT PRO-MIO-NS FEDMk :Ui CONST?,UC'I0!,7 CONT MACTS , REQUIRED CONTRACT PROVJSIONS FEDERAL -AID CONSTRUCTION CONTRACTS Pace 1. General ......... ... ..................... .......... 1 11_ i *ndiscrirnl ration ............................................ i. 111. Nonsegrated Fames.._..-... .......... .. . ------------------ 3 fV. Payment of Precetumined K� rnurn Wage ....... 3 V Statements andPaymbs...................................f ` 1. Record of, fAa erials. Supplies, and Labor :'tl_ Genera]SUU--am or Assigning the Conta.-A........ 7 'All. Safe . Accident Prevention -------- .................... t IX. False Statements Concerning F:4vway Projerss...7 X Implerrv-, alien all uiea-t Air Act and Federal Water Poilution Control Act ................................ Xl- Ge m-w-,afm Regarding Debam-,sn4 Suspension_..._. >�1,�-y, and 4rolunary Exclusion..................8 i_ Cef fxaticn r egarcf-mg Use of Con= Funds lbr Lobby--ag.............................................. ---...P Ai TACHNEN73 A- Empicryment Preference fcr fp3,a°achian C.Cc tra_-m nduded in Appalad an :contracts only) L GENERAL i- These Canra:z prmskms stian apply m at vat pEr7Dnreed on the cvdrad by the wmadors own orgarim` m and wM the assisance U. wwKers under d-E corrtravmn tnmec a swenn- ,;endence and to all am perroaned on tite cottoct Gy p4a , S=on work, CT by su0cont ac 2. E=W.. as atfwwisse p=43M Mr in earn sec -on, -je ronfiarax shag Insel't In ea-*1 subcontract al Or Tlea aT dvow contained In mete R-agi'+red Corrract Pra- a'i.om, ma V. M--r require tttFr Inc -slot In any Imer tiEr subcoltra,- or pumtme 8I11ar tt3t rnan i1 tun CE:n�ad_ atie Req tied Contra PrvAsiDm =1 not be trrxirpmatted r-y referenc* In any case. The pnmE cxltrauor sral[ be reuDrrV a it tornplance by any su0comrac- cr or M.--r ter vjt C V�Ar Alth these Regiked Contract 3. P. w--am of any or to stipu t rs calmn?'a in tr'--se Required Ox ra'y: RwIsrons .Sher to swMclent arctnds Tcc s na:iart or $1E contract. 4_ A breach or the folluaing wones or the Required Contract ?ra>#six may also be urrmm for debarment as praMdW In 29 CFR 5.12: SAID I, patagrapn 2; S+-MM U. pa-da- Wh: 1, 2, a, 4, and 7; C-a-Mon V, parag spans 1 arid Za trmiah 2o. 5. asputes ansing out Cr tte labor star,da = pcudswa at Semon w iexm-?. pafagapn $1 and Zea-on v df Vnese Re-qulred Pmk tons shah w. be sirt e . A the g---n&-- aisages cake cc Ns corrds a-:. auw dim- utes shall be res,�ired In a= - dame virtu the PTO�- or me U.S. Depamnem of Labor pm.) as se: rodh in 29 CF4 5, 6, and 7. 3tsru:Es atttrin 1tN meaning or vs Ciame hCtide di51U.es between the odntiactor (dr any OT tic sur,WTtrad0M) and the conVacting agency. the 001~ or it1E con radars empicryeEs a vietr 2Cfrbeli3 °.ES. f. saiwwoo OT UIDOT: 3uhnQ trr? perrcnrance oT Mo coo, a true corrtractor shall no,,., ,�jugust 1, 2D95 I a. E1sCft 1ra3t- agalm laxf mr, any Ntfar :s-z e. Posses - Von, or terror' Ce Me lAlrM Szare6Except '',Dr expvjymtent pre-TOEME W Ap4ala: 11111 ntr whets appilcabie, as specitiey to A ta-irr %nt A), or b. ernpioy c nviat tabor for a Ty Mrpose v,i;. h the tmits Cf 6he prcj-'Ct Mess It Is taw P74Rned by COW= vft a Ai pamk, superlseh release, or prwaancn. IL kOtt1�SGRIMUtt,T}Otl iAppitGo7}a is dl Fed—d-ala omsuuctfan ccntr= and . ail re!XEd suGconM= Lr'a. iD,fD3 [a MW.-.; 1_ Equal Emp OrT*nt Opporfw lyy- Equa empivy nen oppsrurity (E=0) requ rerun- s nit bD (115Wmina�z MJ to ME aixmath-= action m assure egial; siturtf.)• as se Ton under lams, eirF-m .rr cmerb, nfiES, Mwgulallms (25, CFR 3" 23 CFi~ ifM and -41 CR 67) ald'tvaes or the Secretary d' Labor as rnodiGed by the pm►rtsrons . pceu=ed hErein: and imposed pursua-it m 23 U.S.C_ 11-D shall cortstriv.e tare EEQ and specie. afirnzu%p- a.0 cO standams Tor tnecontram= .;pf4}ect a=.ides wider _Us COMMC - TrN Equal UpPwrltty Gammi ron C aci SW3!9Cadd,'ts set tort;r under Ai 61�7- 60-4.3 and tin- prmislxs C, ?he AmEr,Jan D%ablltricv Ac O; 1-990 (42 U.S.G. 12101 et see.) sF r nth under 26 CFR 35 and 29 CFR 163D a-e irrdrpdratrdd by rigEr� to this col= in re ex --=.on of This oonvw, c- cartramr agrees to r mpty with Te 164( irg mY11,l:r.Lm spedlc regturercsent attivtt'es di EEO: a T1rQ rza--'or will vM vitri it),-- State riY.1.U—.y ag=_r,dy { MJ .grad iE F=dera Government 1n Carrying out EEO oVloa- sxts and in thEtr re.1ew cr risrl7Eracirvhies UncW Tito cwraa:; ta. Thy contractor vrtl amept as his a eratlna pC -4 tr 6011a48ng suwnent -it i5 he 01--y or Iris Croat sty to asa::rre that apoicalts are emplcgetl, ,and ,That ErM*'Ees arE mated drone erirei�rrttem, 49n' Mft regard w ttwr rare reeuglon. se.,'; =T' n3t'mw onor, age O dsailty. Sari action sr Include ernpiWnem upgradrn3, deff.MM or Mis1>r. rexcttment or rECrlrltresent actartistiq; layer or r-mtnanar,; ra'Ss at pay Or �r 6E47rr or c rtpEnsa oa ; any seledlon ;or =- og, .IWW1'ig apprerr'►xsnip. �ap�r=rtttc�«-tlp, attEi�raxa-�►E-)ob �drrtn..- 2. EEO 01TICer. The =t3ra::3rVJ1 OeVI and male knoaT, .D M St34 Cdf a" tip bllter5 an -CEO Ci ear v�. v it bare tie respar-Oibility Tor old MUS be wpaMa or zfrectvely adrntnlsle ino and pm-notim an active contra"pr3a-am Cf EO all %tic, onus- be aWgned adegraie a; Monty and re ar-twity to cvj.s.. 3. Dissamm' on DT icy: At mr--ntr?rb of ttN cvntiamors s:ar. "a We au':hortmd iD rfrc, superae prEYartte,.ald d--vhaT_ empldyr-�, or Y t0 Te n meal vim ax:t?n, v4 Ft,D are SFibS Itla`ly ImrcfiNt-d rn su--kl amon, Kati W mad_ Tully ---9itz3nt M and W1 Irnp&ernent, the Corrtractdrs EE0 pofc'I and wnua=l resporstb9MeE to prmAde EEO In each gates and =Wmica-t -aj o' emmymem TO ensue mat trig above ajfE halt '.tail be rest, fire all. a. a~ixns air bE kin ac a rntstnrili: a. Periodic. mectir3}s of supervisor' and p•ersonreei r-Mce emlur-wes w1l be MMLTtsd tne'dre V* stay o: ►girt and then n less dfti l t1Lil once E.elj' six mor=- a vmm i n e Me---fEr3C - ors 1"0 policy aid its lffvCm;-HT=or+ xitl be re--oe. and exulalned. TC1E me-Ungs it be cond a-,M by the EO OMcer. it F1, �1 r 1 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 October 03, 2008 U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO GENERAL DECISION NUMBERS CO20080014 AND CO20080015 HIGHWAY CONSTRUCTION Decision Nos. CO20080014 and CO20080015 dated February 08, M0 Modifications ID 008 supersedes Decision Nos. C0020070014 and C002007001 5 D Number Date Pages 1 02-15-08 1,5 2 05-02-08 1,2, 6 dated February 09, 2007. 1 2 When work within a project is located in two or more counties and the minimum wages and fringe benefits are different for one or more 3 06-06-08 1,5 3 ob classifications, the higher minimum wages and fringe benefits 4 07-04-08 1 4 hall apply throughout the project. 5 10-03-08 1,5 5 General Decision No. CO20080014 applies to the following counties: Adams, Arapahoe, Boulder, Broomfield, 4 Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo, and Weld counties. General Decision No. CO20080014 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod ELECTRICIANS: 1200 Electrical work $150,000 or less (Pueblo county) 22.44 10.77 1 1201 Electrical work over $150,000 (Pueblo county) 26.59 10:90 1 1202 Electricians (Adams, Arapahoe, Boulder, Broomfield, Denver, 30.00 10.82 5 Douglas, Jefferson, Latimer, and Weld counties 1203 Electricians (El Paso county) 27 80 12.55 + 3% 3 1204 Electricians (Mesa county) 20.31 8.56 1205 Traffic Signal Installer (Zone 1) 23.83 4.75 + 13.75% 1206 Traffic Signal Installer (Zone 2) 26.83 4.75 + 13.75% Traffic Installer Zone Definitions Zone 1 — Within a 35 mile radius measured from the addresses Colorado Springs - Nevada & Bijou Denver - Ellsworth Avenue & Broadway Ft. Collins - Prospect & College Grand Junction - 12th & North Avenue Pueblo - I-25 & Highway 50 Zone 2 - All work outside these areas. POWER EQUIPMENT OPERATORS: 1300 Asphalt Screed 22.67 8.72 2 1301 Bituminous or Asphalt Spreader/Laydown Machine 22.67 8.72 2 1302 Bulldozer 22.67 8.72 2 184 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 General Decision No. CO20080014 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod POWER EQUIPMENT OPERATORS (cont.): Crane: 1305 50 tons andunder 22.82 8.72 2 1306 51to90tons 22.97 8.72 2 1307 91 to 140tons 23.12 8.72 2 1308 141 tons andover 23.88 8.72 2 Drill Operator: 1309 William MF/Watson 2500 only 22.97 8.72 2 Grader/Blade: 1310 Rough 22.67 8.72 2 1311 Finish 22.97 8.72 2 Loader: 1312 Barber Green, etc., 6 cubic yards and under 22.67 8.72 2 1313 Over 6 cubic yards 22.82 8.72 2 Mechanic and/or Welder (Includes heavy duty and combination mechanic and welder): 1314 Mechanic and/or Welder 22.82 8.72 2 1315 Mechanic/Welder (Heavy duty) 22.97 8.72 2 1316 Oiler 21.97 8.72 2 Power Broom: 1317 Under 70 HP 21.97 8.72 2 1318 70 HP and over 22.67 8.72 2 Roller (excluding dirt and soil compaction): 1319 Self-propelled, rubber tires under 5 tons 22.32 8.72 2 1320 Self-propelled, all types over 5 tons 22.67 8.72 2 Scraper: 1321 Single bowl under 40 cubic yards 22.82 8.72 2 Single bowl including pups 40 cubic yards and tandem bowls 2 1322 and over 22.97 8.72 1323 Trackhoe 22.82 8.72 2 H 1 h Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 General Decision No. CO20080014 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod Laborers: 1400 Asphalt Laborer/Raker, Common Laborer, 16.29 4.25 General Decision No. CO20080014 The wage and fringe benefits listed below do not reflect collectively bargained rates. 1500 Bricklayers 15.55 2.85 Carpenters: 1600 Form Work (Excluding curbs and gutters) 16.54 3.90 1601 All other work 16.61 3.88 1700 Concrete Finishers/Cement Masons 16.05 3.00 Ironworkers: 1900 Reinforcing 16.69 5.45 1901 Bridge Rail (Excludesguardrail) 18.22 6.01. Laborers: 2001 Fence Erector (Includes fencing on bridges) 13.02 3.20 2002 Form Work (Curbs and gutters only) l 11.85 3.45 2003 Guardrail Erector (Excludes bridgerail) 12.89 3.20 2004 Landscape and Irrigation Laborer 12.26 3.16 2005 Pipelayer 13.55 2.41 2006 Striping Laborer (Pre -form layout and removal of pavement 12.62 3.21 2007 Traffic Director/Flagger 9.55 3.05 2008 Traffic and Sign Laborer (Sets up barricades and cones, 12.43 3.22 PAINTERS 2100 Brush 16.94 2.10 2101 Spray 16.99 2.87 POWER EQUIPMENT OPERATORS: 2200 Backhoes 16.54 4.24 2201 Bobcat/Skid Loader 15.37 4.28 2202 Concrete Pump Operator 16.52 4.30 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 General Decision No. CO20080014 The wage and fringe. benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod POWER EQUIPMENT OPERATORS (cont.): Drill Operator: 2203 All except William MF/Watson 2500 16.74 2.66 2204 Forklift 15.91 4.09 -2205 otomillOperator 16.22 4.41 2206 Post Driver/Punch Machine 16.07 4.41 2207 Tractor 13.13 " 2.95 2208 Compactor (Dirt and soil only) 16.70 3.30 roundman (Traffic signalization) 2301 Class C 11.44 3.25 Truck Drivers: 2400Floats-Semi Truck 14.86 3.08 2401 Multipurpose Truck - Specialty & Hoisting 14.35 3.49 2402 Truck Mechanic 16.91 3.01 2403 Pickup Truck (Includes Pilot and Sign/Barricade Truck) 13.93 3.68 2405 Single Axle Truck 14.24 .3.77, 2406 Distributor Truck 15.80 5.27 2407 Dump Truck: 2408 14 cubic yards and under 14.93 5.27 2409 15to 29 cubic yards 15.27 5.27 2410 30 to 79 cubic yards 15.80 5.27 2411 80 cubic yards and over 16.45 5.27 2412 LowBoy Truck 17.25 5.27 2413 Water Truck 14.93 5.27 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. END OF GENERAL DECISION NUMBER CO20080014. Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(ii)]. J END OF GENERAL DECISION NUMBER CO20080014. 11 Harmony/Shields Intersection Improvements Project ' FederalMid Project No. AQC M455-074 General Decision No. CO20080015 applies to the following counties: Alamosa, Archuleta, Baca, Bent, Chaffee, Cheyenne, Clear Creek, Conejos, Costilla, Crowley, Custer, Delta, Dolores, Eagle, Elbert, Fremont, Garfield, Gilpin, Grand, Gunnison, Hinsdale, Huerfano, Jackson, Kiowa, Kit Carson, La Plata, Lake, Las Animas, Lincoln, Logan, Mineral, Moffat, Montezuma, Montrose, Morgan, Otero, Ouray, Park, Phillips, Pitkin, Prowers, Rio Blanco, Rio Grande, Routt, Saguache, San Juan, San Miguel, Sedgwick, Summit, Teller, Washington, and Yuma counties. When work within a project is located in two or more counties, and the minimum wages and fringe benefits are different for one or more job classifications, the higher minimum wages and fringe benefits shall apply throughout the General Decision No. CO2008001 5 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod ELECTRICIANS: (Including traffic signal installation) Electrical work $150,000 or less (Alamosa, Archuleta, Baca, 3200 Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont, 22.44 10.77 1 uerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio Grande, and Saguache counties) Electrical work over $150,000 (Alamosa, Archuleta, Baca, 3201 Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont, 26.59 10.90 1 uerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio Grande, and Saguache counties) Electricians (Clear Creek, Eagle, Gilpin, Grand, Jackson, Lake, 3202 Logan, Morgan, Phillips, Sedgwick, Summit, Washington, 30.00 10.82 5 and Yuma counties) 3203 Electricians (Cheyenne, Elbert, Kit Carson, Lincoln, Park, 27.80 3 and Teller counties) 12.55+ 3% Electricians (Dolores, Garfield, Gunnison, Hinsdale, La Plata, 8.76 3204 Moffat, Montezuma, Ouray, Pitkin, Rio Blanco, Routt, San Juan, 28.06 and San Miguel counties) 3205 Electricians (Delta and Montrose counties) 20.31 8.56 3206 Traffic Signal Installer (Zone 1) 23.83 4.75 + 13.75% 3207 Traffic Signal Installer (Zone 2) 26.83 4.75 + 13.75% Traffic Installer Zone Definitions Zone I — Within a 35 mile radius measured from the addresses of•the following cities: Colorado Springs - Nevada & Bijou Denver - Ellsworth Avenue & Broadway Ft. Collins - Prospect & College Grand Junction - 12th & North Avenue Pueblo - 1-25 & Highway 50 Zone 2 - All work outside these areas. END OF GENERAL DECISION NUMBER CO20080014. U r 1-1 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 General Decision No. CO2008001 5 The wage and fringe benefits listed below reflect collectivelv bar ained rates. Code Classification Basic Hourly Fringe Benefits Last POWER EQUIPMENT OPERATORS: 3300 Bituminous or Asphalt Spreader/Laydown Machine 22.67 8.72 2 3301 Bulldozer 22.67 8.72 2 Crane: 3302 50 tons andunder 22.82 8.72 2 3303 51 to90tons 22.97 8.72 2 3304 91 to 140tons 23.12 8.72 2 3305 141 tons andover 23.88 8.72 2 3306 Grade Checker 22.82 8.72 2 Loader: 3307 Barber Green, etc., 6 cubic yards and under 22.67 8.72 2 3308 Over 6 cubic yards 22.82 8.72 2 Roller (excluding dirt and soil compaction): 3309 Self-propelled, rubber tires under 5 tons 22.32 8.72 2 3310 Self-propelled, all types over 5 tons 22.67 8.72 2 3311 Trackhoe 22.82 8:72 2 3312 Oiler 21.97 8.72 2 3313 Water Wagon 22.82 8.72 2 General Decision No. CO2008001 5 The wage and fringe benefits listed below do not reflect collectively bargained rates. Carpenters: 3600 Form Building and Setting (Excluding curbs and gutters) 15.92 5.38. 3601 All other work . 16.30 3.71 3700 Concrete Finishers/Cement Masons 15.55 2.85 3800 Groundman (Traffic si nalization) 11.57 3.50 Ironworkers: 3900 Reinforcing 16.94 6.77 3901 Bridge Rail (Excluding guardrail) 16.76 6.01 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 General Decision No. CO2008001 5 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod Laborers: 4000 Asphalt Laborer/Raker 12.40 2.92 4001 Common 12.44 3.53 4002 Concrete Laborer/Mason Tender 12.44 3.10 4003 Striping -Paint Laborer (Pre -form layout and removal of pavement markings) 12.90 3.07 4004 Traffic Director/Flagger 9.42 3.21 4005 Traffic/Sign Laborer (Sets up barricades and cones, 12.39 3.20 and installs permanent signs) 4007 Guardrail (Excludes bridgerail) 12.78 3.31 4008 Formwork (Curbs and gutters only) 12.92 4.54 4009 Landscape Laborer (Including irrigation work) 12.21 3.16 Painters: 4100 Spray 17.54 3.52 POWER EQUIPMENT OPERATORS: 4200 Asphalt Plant 17.23 1.20 4201 Asphalt Screed 16.21 3.76 4202 Backhoe 16.42 4.42 4203 Compactor (Dirt and soil only) 16.52 3.13 4204 Grader/Blade 16.39 4.20 Mechanic and or Welder (Includes heavy duty and combination 4205 mechanic welder) 16.74 4.20 4206 Post Driver/Punch Machine 16.07 4.41 4207 Rotomill Operator 16.28 4.41 42N Scraper 17.62 3.16 HarmonylShields Intersection Improvements Project FederaMid Project No. AQC M455-074 General Decision No. CO2008001 5 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod Truck Drivers: 4400 Oump 14.15 3.83 4401 Low Boy 15.07 4.56 4402 Truck Mechanic 15.97 4.61 4403 Multipurpose Truck -Specialty and Hoisting 14.60 3.49 4404 Pickup (Including pilot car) 14.04 3.49 4405 Water Truck 14.88 2.07 4406 Pistributor 15.80 5.27 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(ii)]. END OF GENERAL DECISION NUMBER CO20080015. Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: ❑ an existing published wage determination ❑ a survey underlying a wage determination ❑ a Wage and Hour Division letter setting forth a position on a wage determination matter ❑ a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of construction wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 4.) All Decisions of the Administrative review board are final. I I I I I I fJ I I I I I t I I J. YV.VS. Ag'. c9njlqDm. 41 %?'r'• and lure ap Pe'I-Pflowed� -46 O(®rbllett 6 !11110 SI7 nut Iratike '-!F' -P4 Rd 4 PWEI 'Attfirb cmc',►."E or =&I'm-4tomy Wa0e Gnat req, C. -5 wif pe'flodwsy remew . pemonfl-- anars- In &�= to a&-hrurte wtikf� twm is: UT CLKrl=34X,WOETS L-04EM-- IE FZU-jtt tjE -'WKI awfinnation iTi3j*er-.Em te)ma krie- a,-Aw- rr-dAE4p--.t, siDn =T---Wie action Mat) IrO-uJc- all af*.-ed per, d: Ttie,=�mcctor w11 Fr-.:mzt[y tq,4�Er� w wrnpams at a3ey--d c%--Irrinipilm m,6--- rc. trig r_- ccntra,= In oonrpe-- rs ;vt'h ?95 Ot4igz.Om Lnue:- Viki- zm-,acs, wil at--_-r-V ►,rh rcsLpp'su&, COTTWrIE'. and Mi mke zpomrme qqrrerji2 ax�m vsimr, -a m3sm—:bie Uirse. truss tryie 7-we omm-i- iw may wed pesms mar ti-an me c�-.PtzmaM Ewh-mrsc- tw azu-m snvl smh ott,,P--.-r persuiz. LT= cyryps---Ocn W ea(z 'a 6�. Tfu'WIOM Prmotidn:. wi, a", n' I wmen �3. 1,- CmWerit Vmp:rle- as F*i4ra3 aml* ej=x-a' e4 g -Us'.3ppl-imt i traWrg and eV.Mop. Ap q1tK*.. nt: tr ,gra T &:21-weO to rain_ VNP. TI trre unjixw':mod -11deton g T-qy q &- 'SO rimor-re gon: A- na alp. or. to� the re Ca -'Tfri- erv. s» , labor. urior,`re.!mw-,td can' eb&:rases been M310- -.9W&Kw. & qf 1e9 wim zps . mopffry: fr tame "set W, b*-' t. �: 14q,. kqn* , , , --,c Gsnt�6_ , ti&q -pmw-E5 wnMr. iE42dt t6i�-- mi-cf, JV wn se)� naimpi -=abu 'rut O=lr, quaMied an= Mnk-NaVs Fril.--cxlly gmLp ae'j whnen- CITPR DOL fW n sIV.2 be nD ejEAiK. e tCi3 -:r-. uTL-4'-, %jim bw'gIrkq agrj-:�t provp- k1g: mr 6VUE, I .it Teef 1cilEd to r ter r&wttw - - emlAnIE-es.) In - -ft e C-V.--c ze Unlcn Teeerml pwy-- prewmt. "r* mfl� M4—�Ong tl`-O� Enewria Diller 1124-3, m trn med-m-ely nbr,-, y the -,14A. E, SeiscJon OT -Stsb=tractom, PrDcurshmil' of Mj3..wUls ;ahCl Laaalrig �T�E 'qlApm �n� I - . . vp- grmnm Telcr 0 Cam' ar, W r�kr; d .v, r. age- or r., OVAW�3 d�'Otxub' In t* siee= a6j-,r=-t-- PrO=SMEM aS aM FeSWE Ur TM-WI,l. . . _ E qWF471-96.. 1 Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 January 17, 2008 1 On The Job Training ' This training special provision supplements subparagraph 6 of paragraph B and supersedes subparagraph 7b of paragraph C of the Special Provision entitled "Affirmative Action Requirements, Equal Employment Opportunity" and is an implementation of 23 U.S.C. 140 (a). ' As part of the Contractor's Equal Employment Opportunity Affirmative Action Program, training shall be provided on projects as follows: ' (a) General Requirements 1. The Contractor shall provide on the job training aimed at developing full journey workers in the type of skilled craft involved. ' 2. Training and upgrading of minorities and women toward journey worker status are a primary objective of this specification. Accordingly, the Contractor shall make every reasonable effort to enroll minority trainees and women (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women trainees) to the extent that such persons are available within a reasonable area of recruitment. The Contractor shall be responsible for demonstrating the steps that were taken in pursuance thereof„prior to a determination as to whether the Contractor is in compliance with this specification. This training commitment shall not be used to discriminate against -any applicant ' for training whether a member of a protected class or not. 3. An employee shall not be employed or utilized as a trainee in any skilled craft in which the employee has successfully completed a training course leading to journey worker status or in which the employee has been employed as a journey worker on a permanent and regular basis. The intent of the OJT Program is to train unskilled workers into a skilled job; the intent is not to use a previously trained and skilled worker to meet the project training requirements. The Contractor shall satisfy this requirement by including ' appropriate questions (i.e. Have you ,ever completed a formal training class in the craft that you are working in? worked as a journeyman in the highway construction industry?) in the employee application or by other suitable means. Regardless of the method used, the Contractor's records shall document the findings in each case. In order to enhance promotion from within the Contractor's unskilled workforce, the Contractor may utilize an unskilled worker as a journey worker in a skilled craft, provided that the worker is paid the required contract journey worker rate. In that event, the trainee will have an opportunity to advance to journey worker status in and/or outside of the OJT program. 4. The minimum length and type of training for each skilled craft shall be as established in the training program selected by.the Contractor and approved by the Department and the Colorado Division of the Federal Highway Administration (FHWA), or the U. S Department of Labor (DO L), Bureau of Apprenticeship and Training (BAT). The Department and the FHWA will approve a program if it ' is reasonably calculated to meet the Equal Employment obligations of the Contractor and to qualify the average trainee for journey worker status in the skilled craft concerned by the end of the training period Apprenticeship and training programs will be accepted if registered with the U.S. Dept. of Labor, Bureau of Apprenticeship,and Training, or with a State apprenticeship agency recognized by the Bureau. To obtain FHWA approval, the Contractor's training program will be reviewed by the CDOT Center for Equal Opportunity and approved by the Colorado Division of the FHWA. The Contractor shall allow up to 30 days for FHWA review. The proposed training program shall be submitted by the ' Contractor to: 194 J Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 The following documentation shall be submitted: A. Evidence of an approved training program. B. A copy of the current applicable approved training program, including a copy of the applicable ratios of trainees/apprentices to journey worker for a project. 5. Approved training programs shall provide the trainee with a minimum of 2000 hours of training which includes a minimum of 40 hours of classroom training. Credit for prior classroom or other training may be allowed if such training is relevant to the trainees' current training program requirements. 6. Training is to be provided in the construction crafts rather than'clerk-typists or secretarial -type positions. There will be no reimbursement for offsite training. The Contractor shall pay the training program wage rates and the correct fringe benefits to each registered trainee employed on the contract work and currently enrolled in an approved program. The wage rate and fringe benefit rates will correspond with the applicable minimum wage decision for the project. The minimum trainee wage shall be no less than the wage for the Guardrail Laborer classification as indicated in the appropriate Davis Bacon wage decision. However, if the trainee is in a BAT approved training program, the wage rate should be as described in the current apprenticeship program. 8. All apprentices or trainees that are used to meet the OJT goal and/or for whom the Contractor shall request reimbursement must first be approved by the CDOT Regional Civil Rights Manager before commencing work on the project. The Contractor shall meet the requirements of the FHWA 1273 for all apprentices and trainees. Approval for the apprentice or trainee to begin work on a CDOT project will be based on information from the items listed below, and any additional criteria identified by CDOT in other parts of this specification. A. Evidence of the registration of the trainee or apprentice into the approved training program as submitted by the Contractor or sponsor to the CDOT Center for Equal Opportunity. B. The completed Form 838 for each trainee or apprentice as submitted to the Engineer. C. The Form 838'will be reviewed and approved by the CDOT Regional Civil Rights Manager before reimbursement will be made. 9. Within the first 100 hours of training time completed, the Contractor shall provide each trainee with a review of the approved training program, pay scale, pension and retirement benefits, health and disability benefits, promotional opportunities, and company policies and complaint procedure. The Contractor shall also furnish the trainee a copy of the approved training program. 10. At least ten working days prior to the first progress payment to be made after work has begun, the Contractor shall submit to the Engineer documentation showing DOL or FHWA approval of the Contractor's training program, a plan that identifies total training hours for each trainee, and the construction phase for training each of the proposed trainees, including the duration, for this specific project. On a monthly basis, the Contractor shall provide to the. Engineer a completed On the Job Training Progress Report.(Form 832) for each approved trainee or apprentice on the.project. The Form 832 will be reviewed and approved by the Engineer before reimbursement will be made on a monthly basis. The Contractor will be reimbursed for each, approved apprentice or trainee required by the Department and documented on Form 832, but not more than the OJT Force Account budget unless approved by the Engineer through a Change Order. Upon completion of training, transfer to another project, termination of 195 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 the trainee or notification of final. acceptance of the project, the Contractor shall submit to the Engineer a "final" completed Form 832 for each approved apprentice or trainee. Progress payments may be withheld until this plan is submitted and approved and may be withheld if the ' approved plan is not followed. 11. All forms referred to are available from the CDOT Center for Equal Opportunity, through the CDOT Regional Civil Rights Manager, or on CDOT's website at http:Hwww. dot. state. co. us/Bidding/BidForms.htm. i12. The Engineer will provide reimbursement to the Contractor. Payment is based on the number of hours of on the job training the Contractor provides to the trainee under this Contract and the applicable reimbursement rate. Submission of the Form 832 will document the training hours provided during the ' month, and will be considered a request for payment. Where applicable, the Contractor shall note and explain discrepancies between the hours documented on Form 832 and the corresponding certified payrolls. To receive payment, the Forms 838 and 832 shall be completed in full and the Contractor shall be in compliance with all requirements of this specification and the provisions of FHWA 1273. ' 13. Failure to provide the required training impedes the Department's federal mandate to bring women and minorities into the construction industry. Although precise damages to the program are difficult to calculate, they are, at a minimum, equivalent to the loss to the individuals who were the intended beneficiaries of the program. Therefore, where the Contractor fails to provide the required number of training hours and has failed to establish why the Contractor was unable to do so, the Contractor will be assessed an amount equal to the following damages to be deducted from the final progress payment: A sum representing the number of training hours specified in the Contract, minus the number of training hours worked as certified on Form 832, multiplied by the journey worker hourly wages plus fringe benefits [(A hours — B hours worked) x (C dollar per hour + D fringe benefits)] = Damages Assessed. The journey worker scale is that for the skilled craft identified on the contract's wage decision document. The Engineer will provide the Contractor with a written notice at Final Acceptance of the project informing ' the Contractor of the noncompliance with this specification which will include a calculation of the damages to be assessed. (b) Standard Training Program If the Contractor is not participating in the Department's Colorado Training Program, the training shall be provided according to the following in addition to the general requirements outlined above in part (a): 1. The number of training hours for the trainees to be employed on the project shall be as shown in the Contract. The trainees or apprentices employed under the Contract shall be registered with the Department using Form 838. 2. Subcontractor trainees who are enrolled in an approved Program may be used by the Contractor to satisfy the requirements of this specification. 3. At least ten working days prior to the first progress payment to be made after work has begun, the Contractor shall submit to the Engineer documentation showing DOL or FHWA approval of the Contractor's training program, a plan that identifies total training hours for each trainee, and the construction phase for training each of the proposed trainees, including the duration, for this specific 196 Harmony/Shields Intersection Improvements Project FederaUid Project No. AQC M455-074 project. Progress payments may be withheld until this plan is submitted and approved and may be withheld if the approved plan is not followed. 4. A trainee shall begin work on the project as soon as possible and shall be utilized in accordance with the applicable training program and as long as meaningful training opportunities exist. It is not required that all trainees be utilized on the project for the entire length of the Contract. 5. The Contractor will be reimbursed 80 cents per hour for each approved apprentice or trainee required by the Department. 6. In order to receive reimbursement, the Contractor shall provide on Form 832 the number of training hours specified in the OJT goal assigned to the project. Reimbursement will be made only for hours worked by an apprentice or trainee who has been approved by the Department to meet the OJT training requirement. 6. The OJT goal for the project will be included in the Project Special Provisions and will be determined by the Regional Civil Rights Manager after *considering: A. Availability of minorities, women, and disadvantaged for training; B. The potential for effective training; ' C. Duration of the Contract; D. Dollar value of the Contract; E. Total normal work force that the average bidder could be expected to use; F. Geographic location; G. Type of work; and H. The need for additional journey workers in the area; 8. The guidelines for contract dollar value, minimum total training hours, and maximum reimbursement are as follows: Minimum iota Maximum Categor Contract dollar training hours to be reimbursement y value provided on the allowed project A Up to 1 milion 0 0 B > 1 - 2 million 320 $600 C >2- 4 million 640 $800 D >4- 6million 1280 $1400 E >6- 8 million 1600 $1700 F >8-12 milion 1920 $2000 G >12- 16milion 2240 $2,400 H > 16- 20 milion 2560 $2, 600 For each increment I ' of $5 milion, over 1280 $1400 $20 milion 197 A Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 1 9. The Contractor shall have fulfilled its responsibilities under this specification if the CDOT Regional Civil p P 9 Rights Manager has determined that it has provided acceptable number of training hours specified in the Contract in accordance with this specification. (c) Colorado Training Program. If the Contractor has a current approved Colorado Training Program plan, the training shall be provided according to the following in addition to the general requirements outlined in part (a) above when applicable. 1. The Contractor shall comply with the requirements of the Department's procedures as defined in this specification. 2. If the Contractor has an approved Colorado Training Program, then it shall be exempted from the contract OJT goal, but not from the requirement to provide training in accordance with the Contractor's approved training plan. Contractors shall have an approved Colorado Training Program Plan for the calendar year to be able to use this option. Contractors who do not have an approved Colorado Training Program Plan shall comply with the requirements of part (b) of this specification. ' 3. Each trainee enrolled in the Colorado Training Program will receive a minimum of 1200 hours per year of on the job training. Up to 200 hours of offsite classroom training can be included in the 1200 hours minimum. The trainee's hours per year may be on CDOT or non-CDOT projects. 4. At least ten working days prior to the first progress payment to be made after work has begun, the Contractor shall submit to the Engineer documentation showing DOL or CDOT approval of the Contractor's training program and proof of good standing in the Colorado Training Program. 5. The Contractor will be reimbursed $4.80 per hour for each approved apprentice or trainee required by the Department and documented on Form 832, but not more than the OJT Force Account budget unless ' approved by the Engineer,by Change Order. Of the $4.80 per hour reimbursed to the Contractor, any amount over $0.80 per hour shall be forwarded by the Contractor to the trade or labor organization(s) or other CDOT-approved sponsor through which the Contractor obtains its trainees or apprentices (sponsor) and shall be spent for training and recruitment. The Department will not reimburse for classroom training or ' training provided on non-CDOT projects. The Contractor shall make every effort to enroll minority and female trainees and apprentices from within the Contractor's workforce and from the community by recruiting through public and private sources likely to yield minority and women trainees to the extent which these recruits are available in the geographic area. 6. The Contractor will be considered in compliance with the requirements of the Colorado Training Program when the Contractor demonstrates to the Department that it has met the requirements described in this specification and the Contractor's approved Colorado Training Program Training Plan. 7. Contractors who are in compliance with the Colorado Training Program will receive hours credit for their trainees whether they work on a CDOT or a non-CDOT project. Contractors will be reimbursed by CDOT only for hours worked on CDOT projects. 8. The Contractor shall comply with the affirmative action requirements in their approved Colorado Training Program Plan. 9. The minimum required number of trainees to be employed by the Contractor shall be as shown in the Contractor's approved Colorado Training Program Plan. ' 198 11 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 $20, 000, 000 - $23, 999, 999 5 $24, 000, 000 - $27, 999, 999 6 $28, 000, 000 - $31, 999, 999 7 $3,Z 000, 000 - $35, 999, 999 8 $36, 000, 000 - $39, 999, 999 9 $40, 000, 000 - $43, 999, 999 1 Etc. . Three Year Average Number of Trainees $0.00 - $3, 999, 999 0 $4, 000, 000 - $7. 999, 999 1 $8, 000, 000 - $11, 999, 999 2 $12, 000, 000 - $15, 999, 999 3 $16, 000, 000 - $19, 999, 999 4 10. To be entitled to participate in the Colorado Training Program, the Contractor agrees to a minimum trainee commitment based on the Contractor's average annual dollar amount of contracts with CDOT over the last three calendar years. One trainee is required for every four million dollars of contract work with the Department. Please refer to the following table for the number of trainees required. A Contractor or their program sponsor may obtain its three year average by contacting the OJT Manager at the CDOT Center for Equal Opportunity, 303-757-9234. 11. The Contractor shall have fulfilled its responsibilities described in this special provision if it has remained in compliance with the Colorado Training Program during the life of the Contract 199 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 PARTNERING PROGRAM The Colorado Department of Transportation actively encourages partnering and invites the Contractor and his, subcontractors and suppliers to participate in a voluntary partnering agreement for this project. The following information summarizes the partnering process. More information is available through the Resident Engineer listed in the project special provisions. This. partnership will be structured to draw on the strengths of each organization to identify and achieve mutual goals. The objectives are effective and efficient Contract performance with reciprocal cooperation, and completion within budget, on schedule, and in accordance with the Contract. ' This partnership will be bilateral in make-up and all costs associated with this partnership will be agreed to by both parties and will be shared equally. The Contractor shall assume full responsibility for all costs associated with partnering during the implementation of the partnering process. CDOT will reimburse the Contractor for the agreed amount. ' The CDOT Program Engineer or the Resident Engineer will contact the Contractor within ten days after the award of this project to ask if the Contractor wants to implement this partnership initiative. If the ' Contractor agrees, the Contractor s on -site project manager shall meet with CDOT s Resident Engineer to plan a partnering development and team building workshop. At this planning session, arrangements shall be made to determine the facilitator and the workshop, attendees, agenda, duration, and location. ' The workshop shall be held prior to the commencement of any major work item and preferably before the preconstruction conference. The following persons shall attend the workshop: CDOT s Resident Engineer, Project Engineer, and key project personnel; the Contractor s on -site project manager and key project supervision personnel; and the subcontractors key project supervision personnel. The following personnel shall also be invited to attend as needed: project design engineer, key local government personnel, suppliers, design consultants, CDOT maintenance foreman, CDOT environmental manager, key railroad personnel, and key utility personnel. The Contractor and CDOT shall also have Regional or District managers and Corporate or State level managers on the partnering team. Follow-up workshops may be held periodically throughout the duration of the Contract as agreed by the Contractor and the Engineer at the initial workshop. A closeout workshop shall be held to evaluate the effectiveness of the partnership. The establishment of a partnership charter, which identifies the workshop participants mutual goals on the project, will not change the legal relationship of the parties to the Contract or relieve either party from any terms of the Contract. 1 1 200 1 C� Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As described in Section k General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts. n 201 1 �I 2. REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 Electronic version -- March 10, 1994 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Page I. General.................................................................1 II. Nondiscrimination:................................................1 III. Nonsegrated Facilities..........................................3 IV. Payment of Predetermined Minimum Wage ......... 3 V. Statements and Payrolls.......................................6 VI. Record of Materials, Supplies, and Labor.............6 VII. GeneralSubletting or Assigning the Contract ........ 7 V I 7 IX. False Statements Concerning Highway Projects. 7 X. Implementation of Clean Air Act and Federal Water Pollution Control Act.....................................8 XI. Certification Regarding Debarment, Suspension...... Ineligibility, and Voluntary Exclusion...................8 XII. Certification Regarding Use of Contract Funds for... Lobbying............................................................... 9 ATTACHMENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) L GENERAL 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superin- tendence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. August 1, 2005 6. Selection of Labor: During the performance of this contract, the contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. I II. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportu- nity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, execu- tive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project, activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60 4.3 and the ,provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities under the contract.. b. The contractor will accept as his operating policy the following statement: 'It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or `tr"ansfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training.' 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor'prograrn of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractors EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: meetings will be conducted by the EEO Officer. Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 ' b. All new supervisory. or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation:"An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless, precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private_ employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such imple- mentation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with. regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b.. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to.determine whether there is evidence of discrimi- nation. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. 203 d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such com- plaints, and will take appropriate corrective action within a reason- able time. If the investigation indicates that the discrimination may affect persons.other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, .25 percent of apprentices or trainees in each occupation shall be in their first year of appren- ticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance require- ments for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor a. Tim aonnacrr sral nottry al .paserrIal E%etxntracbxE and sFtcsPeM Or r€SA1er EEG rtxlgatJsns U'ider this CWtr= b. EXsacvarr2C4?b t-usireess ert fses (DBE), as den+ned Ih CFR 2s, 'droll FuE egjal cop ruirrty to co mete %r a'ip ner.3m SJDcv=C.'E W h GYe tlif:':ra^tC4' emery i,'Ittii:Pursuart. Err us ca trac[ The ax�1 allbr %M1 use Ns 0eS7 0401CtE M sW"= DIM t:0n aRy o uIllim 05- subco-Mactors or stta,,^rpsa. are wral meanlrt+uM .n'dnorilc}' gruip a tt nernale re r zen mo i ardor V-P-Jr e;'ra0vieSb_ Coentrac-4G'E s`lall V=n Ik:s W DBE coutiu,- n �from SKA pewnrel. c. The x4-cn=r A11 !Cie NE b+=s- eforls to ervire Eu-jwra- - - � nPI'lar,0E UZI tt JrEEO oNlga:3S. :. &=rda and RE:pwa: Tr,e cwtractx Era! !keep via, F-Ka ' 35 ncessary tQ cbcum_-n m'npelar._ wt1n ate EEO Railrtwnerrts. a1uil recoras SIWI to retarrs ter a penol cr three ,-3r5 'DI17J, ng WM-,iE on ev the COrr3: VW and E11,311 be ,T%Vla.�i' a X reaEbnable tlnrr5 ark? fAaoE: IMpe=-on Vf a1U1f find rE-m-iN'Ee V,, ME ,"i'4A. arA ter- FMIJA a The rEcaw kepa 0 tle_ contracUx shall docimEnt tine (1) The ntrnber or m1nortty and name! y gruip merntrre ala wmen empfoyea in sa:1 wax vamm7ati r. al prdecC (2; The progress and e'a:fis Wng mads to ar4:er.-:►sn w: h Funlons, wUei applicable, to ticrease employmen. upo,,atccl}- > =s Tor nnortlee a-ld worne1; (31 The parcogress and eMxU being mane in )=rq Ming, tratnina, gLWm"yIng. and. upgruling m1nortf and cemale -9r,33YEES; aril (4) The:progiess andEffrxls Wing !ruein 6ewring ME services or DOE sJxxn'_a7!cra or subwrza-Mo s ern TrNewvrgu n'dRo tl'y and Zernale rEgbse itailon aJ ►wig ttr-ir pirY3i E£ .. b. Ttie contractor wii sm rdt an annual rew..cY v re SK,% e3M W far the dwatkr of ale pr4e,:�, Irtd;.atng U-ic. number of. minmm Teri art'. non-r=tinwity 'grAp Employees un-eruy ertgaged In each work clasalflaat cil regAred by ne w1ral Awk. Tilt IriraTrajor, r-- to be reported on Form FHVIA-13391. IT on -Uwe - (cb =Nng Is tag re-Vred by steal prwta-A. tre w*actnr; t be rEq Jml to cNien and repW t gnrig data_ ®1_ NONSEGREGATED FACILi17ES i_ApolcaUe to ;all C rZT_}1LJM coriva"= and to at rela-ed SubcorUracw &.'rjo mo orTtvsre.) a. 6y vj. mY�lon el, pals b6Z the =_action or %ris ountract.or Rmcorrtract or :ne wrmurlmabon or Iris Tnate.dal WjR1f agrE- mutt or pLuMase order, as a:pmpra�e, ME .Heller, Federd-ald +osnst=on connnv. sub6wtractor, mateda` SuppliEr, or t3o, afl app n - , ceetttteE that ttee floe! does rest rna�TlVn or ptrrelde Tor is em7cyes any bE'3e1 t3SiltlEs any or r,E es=EsrrnsTls, arad awes th✓ firm deers nor pemn ,rm employees to penum tiger servic*E at aiY Lien, under is cmroi, wnerE Segregmsd t inures are maln-akied. The. arm ag s,2s. ttial :a breacit or M% certmcanon Is a 'elolwixi or Me EEG prPvIslorss or � 1is cviIr i Tree flem. A rj'whes Certles In at ;no srtrpeWee wsr bE . deil asoes>s to aleqJate raWlies _ on trio basis or sex cc dteaaWy- G. Az Ltsed In % ce lffl;.atton, tale tear! ^ ate na=es' means any wa-brig morn, %ra areas, restr3a_tss and 1 aattrocr:Is, FeSt3LT wfs. and c4w E.-Mg WEas, tnedOCICS, IoCkEr rMTIS, alb otfi� sloaae or cimssuig areas, wing 1=. ct3nking toF.intXss, re-crem" or waetarta-en', arem, Fatspa7atlx,, and roast a - Tx0es pra',Uad = employees wNW are egated :Vl.exrocit db-e vie. or a=r, In tom, segregated on- Uwe taasfs of ram; Co , reilg� naUmw or!�n, are cc bksMIty, 'tecame U hare!!, 16ca vus c, or o_ierA%e- The only eweption will be no- Err_ alsabled :ite-n the demared5 'mr a=?sVblf?f OMerriJe fe.c. cksa ecl parking). c. The =uac t agrees rilat it 1m o=tiel or vAll o=n Iderrcal cerrtic w =n 'pT4-osed sm-cox; Tact is or maser , ;rrppttecE pear to imam of EWcon,tracts cr colsurnwnaliw, t masem; supply agre-emerm or .10 " 3 Dr more and tt %V resin se.Jch ce-Vica ons In t.s Tilee. VW_ PAYMENT OF RREDETEiiNINFD MINIMUM WAGE (Apr,hr able ] as FeXr"i LAu`tstructio, rr a,:5 ex eeaim SZ000 and to all Fzlarer v_t=rr?r: s, E)mW. icr;pj-,�Ecl loca: ed on roam; ays ttW.&Mr-ad as #ocal rows or AM miro cotactors, 'Aww are exerrPL) , t_ General: a An T+Ectanl06 SA 131)R7rero ernNI- Ted ,ar A�3rking LPXJ ,Tie stw -t Gl_ *ArA W11 * paYJ JJrxartdtianaity and rtat l_sE o+.en trw cr+:e a YJ4Y..ar►l WM= sdx'egr_tr deo: wxt or rebaE ca.. any a=n EExaepf dicta p�11 aN are permttws q regi=f onS 0 CFF 3) IWA-Jed by"tie SE&EtW an L.-a ' mcfei the Copelar'tt Act (AG U.S-C. 275cp Me TUI wnNrftE of irag-ss and bwa Tice fitnge t-iellts (or Cash EgiNsiarre tsar? o'j d&J_ a:.€ns cT payT'Iefi . The 'Menem Erall tt* comhued at: V-we la E ME I4E6 =n rX*E- cx=h4d in"tte vrage dEt2rtW17.l,'Jn ,;t irhe {x'_13ty W Labor Pler's wlee€ —ne yvage YihlM r. amal�rp_:l heft a p► male a _pet :nerWa rega-=­ss o .any Con'rac Ia Tea or %Tgen may tee 35eged Err EWst IDENNeen Oe oDnTa:,1,3r or M 5L0=-t 3C! S anti EUCM Ia=eM a?el rrb&=rTCE The vr'st?e efJT dnijon (InCil jet any al9&w,3i ciass n--tices ana 4roa a rates k4'w TA__d tinder pa a7apt, 2 or F.nfs 1cFp iv a70 the DD' •PteSer t1'dFi 1 ;?1j or FCan F 'A 149v) StiVJ De p=e4 a all Ernes by the corrractrbrand r•.s r.vibc.ontractom a � ss_ or. W,-A in a prisrrtrlen' aril a :e 03DE V*rr tt Car, be easily seen by the workers. For ttie pipose oT fts SeezoT, outrsiats3ans m3ae.or crests reasonwly anUVaied for Wria Tide_ . Or te:►5tts under Solari 1(b)(2) r the Da'> ss-5-- a A& (AD U.S.C: 27;Za) on te�tair or ia*xTers cc rn rtcs aie [#�t6kiErrd wages paid to Ewh laborers or Jns2w1Cs, s s'tc.Me pW, - ElonE on Setdlon rV, pat3graptt ate, hererr ;A%O, Tier trle prXPDEC- of ME Se,Mx%TegLtas orrtraWorls a€.mm lwzred.6armore thai a vi ekly period (but mt lass often' c lamny} widsr plans, field;_, .or gograms, %Vkz wocef tr'* p3►ta= wee4lj pe $xl. are deemed to be ctr15h'dV VEly Trade er In:Er?d *Mn. VIM Asekiy perlxt Suet, ta�ens and mechaMx ;SMI tie F9"d 'he apppcopxtae wage .rate ,and lyng= benefits, on the. uage deterrninw.kxn Tor r*_1 aasvncas m or vrork a'wt!"xty , W hXA .rejard to sm. exagt as'prowded tr, pamg apes 4 .aw S w finis Sc-all da.Pl: Ck L30OM-M O6 M&,- fCS pEtTCCMing AW In Trrsre man One dassG'r,ab :r, .rr>3y to wra peisated at hie r.ur_- spednted v eaer, d'ar,srr.atrcra for UYE tines .a ua6y tt+sr[aa. Merekt, prxiw}leci, n :Tie enWay�ers ppayroil r6nrds accumey se[ warn tit- Or.,* sp-agt In •each ciaselnca an In twtcCt rime Is pE unr-a C. AR Finings and I1terpre:=0 is or !tree Daa'lrE- i A-c! and Axed acM oantantEd hi 29 C R 1, 3, and 5 arm herein Irssorp� rafted ry. rEie:'E In ttdE. coat =. _. ClaBsGlcalloir a_ TftE SHA rrwtracurm {xi;mock E:'lall rewt: mat W7 aas.r5 of ra."irrrs P MECI ianlrS Esnlpl0yed Ia I-N t:le COaM i3i'JW is no'- IWL-. In the v deteinliz:M Shall I-- In [finromer'i.DE e.% the urge d_se:-mihai cr1. @. The ,'Wn'a�r_WVg CC-Cer Snaf: approve an ad lkmV daasar,atian, 'sage rage and fringe bend ontj vh n the SC11Lx€ng cM.rum h3aa t.e?n;n-eet (1) StIAR wWk to bs per;�•;;t -_ by `Ere 3WUorlai eiasstn- = a1 recuestEd 1s troi ,p sibrrraed tYj''m Oassr CaUUon 11 trE "90 deteminalm; E Ell J 1 H Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 has a collective bargaining agreement providing for exclusive referral failed to refer rrrinority employees.) In the event the union referral practice prevents the contractorfrorn meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify, all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts.to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcon- tractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall,keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reason- able times and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (1) The number of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made. in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1 391. If on -the - job training is being required by special provision, the contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 204 a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agree- ment or purchase order, as appropriate, the bidder, Federal -aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establish- ments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further. certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term'segregated facilities' means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation; and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g: disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequentr deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) •issued by the Secretary of, Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafteethe wage determination') which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage, determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1 (b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provi- sions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage Harmony/Shields Intersection Improvements Project I FederaMid Project No. AQC M455-074 determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. c. All rulings and. interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorpo- rated by reference in this contract. 2. Classification: a. The SHA contracting officer shall.require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits. only when the following criteria have been met: (1) the work to be performed by the additional classification requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors as appropriate, the laborers and mechanics (if known) to be. employed in the additional classification or their representatives, and the contracting officer agree on: the classification and wage rate (including the amount designated -for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Stan- dards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative; will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate); the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator; or an authorized representative, will issue a determination within 30 days of receipt and .so advise the contracting officer or will notify the contracting officer within the 30- day period that additional time is necessary e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional 205 classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secre- tary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.S. DOL) and , Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship' and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any appren- tice performing work on the job site in excess of the ratio permitted under the registered program 'shall be paid not less than the applicable wagerate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (ex- pressed in percentages of the journeyman -level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specifi7 fringe benefits, apprentices must be paid the fill( amount of fringe benefits listed on the wage deter-rnination for the applicable classification: If the Adininistrator for the Wage and Hotir Division determines that a 11 J Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evi- denced by formal certification by the DOL, Employment and Training Administration. (2) The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted -,under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not regis- tered and participating in a training plan approved by the Employ- ment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classifica- tion of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level. of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance proce- dure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements 206 of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one -and -one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek.. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee.for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in para- graph 8 above. F, Harmony/Shields Intersection Improvements Project FederaLl id Project No. AQC M455-074 V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as.local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date :of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1 (b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appala- chian contracts, the payroll records shall contain a notation indicat- ing whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1 (b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. J c. Each contractor and subcontractor shall furnish, ,each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, para- graphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029--. 005-0014-.1), U.S. Government Printing,Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a 'Statement of Compliance,' signed by the contractor or subcon- tractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the follow- ing: (1) that the payroll for .the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; 207 (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29CFR3; (3)that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the'Statement of Compliance' required by paragraph 2d of this Section V. f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspec- tion, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such repre- sentatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor,, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47,'Statement. of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds,' prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1b relative, to materials and supplies, a final labor summary. of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. 1 I I 1 I Harmony/Shields Intersection Improvements Project FederaMid Project No. AQC M455-074 VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percent' age if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organiza- tion (23 CFR 635). a. 'Its own organization' shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. b.'Specialty Items' shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of.contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. ' 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract require- ments, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its . own organizational resources (supervision, management, and engineer- ing services) as the SHA contracting officer determines is neces- sary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be givemonly after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. Vill. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contract- ing officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) - promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that 268 the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, .thoroughly, and honestly as possible. Willful falsification, distortion, or misrepre- sentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project' NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or -of any State 'or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or th'e cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for 'approval to the Secretary of Transportation; or Whoever knowingly makes any.false statementftilse representation, false report or., false claim with respect to the character, quality, quantity, or cost of any work petfonned or to be performed, or materials fi.rrnished or to be fitl-nished, in connection ivith the construction of arty highway or related prgject ap- P roved by the Secretary of Transportation; or - Whoever knowingly makes any false statement or false repres'entatron as to material fact in any statement, certificate, or report strbrnitted pursuant to provisions of the Federal -aid Roads Act approved .lfi y 21, 1y16, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10,000 or imprisoned not more than. 5 years or both.. X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) I Harmony/Shields Intersection Improvements Project ' FederalAid Project No. AQC M455-074 By submission of this 'bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, orsubcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 .et seq., as amended by Pub.L 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR.15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements. of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the, receipt of, any communication from the Director, Office of Federal Activities, EPA, indicating that a facility -that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such require- ments. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transac- tions: (Applicable to all Federal -aid contracts -49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant. knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The -prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms'covered transaction,"debarred,"suspended,' ineligible,"lower tier covered transaction, "participant,"person,' 209 'primary covered transaction,' 'principal,"proposal,' and' volun- tarily excluded,' as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled 'Certifi- cation Regarding Debarment, Suspension, Ineligibility and Volun- tary Exclusion -Lower Tier Covered Transaction,' provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction .may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily.excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocure- ment portion of the 'Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs' (Nonprocurement List) which is compiled by the General Services Administration. I. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactf ions authorized under paragraph of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Primary Covered. Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its. principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; ' Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 0 7 c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3-year period preceding this applica- tion/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Covered Transac- tions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more -49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms'covered transaction,"debarred,"suspended,' 'ineligible,"primary covered transaction,"participant,"person,' 'principal,"proposal,' and'voluntarily excluded,' as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assis- tance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled 'Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction,' without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. 210 Each participant may, but is not required to, check the Nonprocure- ment List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. I. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, .Ineligibility and Voluntary Exclusion --Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 -49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influenc- ing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Con- gress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL,'Disclosure Form to Report Lobbying,' in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered 11 Harmony/Shields Intersection Improvements Project FederalAid Project No. AQC M455-074 into. Submission. of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 211 Oversight / NHS FHWA FULL OVERSIGHT? ONO OYES NATIONAL HIGHWAY SYSTEM? ■NO OYES TABULATION OF LENGTH & DESIGN DATA STATION DESCRIPTION ROADWAY LINEAR FEET MILES STA 39.00.00 BEON SHIELDS ST IMPROVEMENTS STA 58'61,58 ENO SHIELDS ST IMPROVEMENTS 1961.58 0.372 TOTAL 1961.58 0.372 DESIGN DATA FEET MAMMUM RADIUS OF CURVE 1075 MANMUM CRAOE 23% MNMUM S.S.D. HORIZONTAL 600 MNULIM S.S.O. VEROCAL 400 MAXIMUM DESIGN SPEED 45 MPH 2026 DESIGN TRAFFIC SHIELDS STREET 30.000 ADT OHV TRUCKS % 5% DEPARTMENT OFTRANSPORTATION Related Projects: P.E. UNDER PROJECT - TAT * STATE 1 1 SE . O F C O ■LI O RAD O ADC M455-074 PROJECT CODE: 15572 CITY OF FORT COLLINS R.O.W. Projects: HARMONY/SHIELDS INTERSECTION IMPROVEMENTS TRANSPORTATION DEPARTMENT ADC M455-074 PROJECT CODE: 15572 HIGHWAY CONSTRUCTION BID PLANS OF PROPOSED FEDERAL AID PROJECT NO. AQC M455.074 HARMONY/SHIELDS INTERSECTION IMPROVEMENTS LARIMER COUNTY SHEET NO. CONSTRUCTION PROJECT CODE NO. 15572 INDEX OF SHEETS 1 TITLE SHEET 2 STANDARD PLANS LIST 3-5 GENERAL NOTES 6 TYPICAL SECTIONS ' 7-8 SUMMARY OF APPROXIMATE QUANTITIES 9 SUMMARY OF EARTHWORK QUANTITIES 10 TABULATION OF REMOVAL ITEMS, RESET & ADJUSTMENTS 11 TABULATION OF C&G, SIDEWALK & SURFACING QUANTITIES 12 TABULATION OF STORM SEWER AND PIPE 13 SURVEY CONTROL PLAN 14-15 EXPLORATORY BORING LOGS i5-18 SHIELDS REMOVAL PLANS 19 HARMONY -SHIELDS INTERSECTION REMOVAL PLAN 20-27 SHIELDS PLAN SHEETS 28-30 SHIELDS PROFILE SHEETS T.7N. 31-32 SHIELDS MEDIAN PLAN SHEETS TW 1-es 33-34 -_ SHIELDS MEDIAN PROFILE SHEETS - 35-39 SHIELDS GRADING PLANS 40 T.BN. HARMONY -SHIELDS INTERSECTION GRADING PUN 41-47 SHIELDS EROSION CONTROL PLANS 48-50 STORMWATER MANAGEMENT PLANS 51-52 SHIELDS STORM SEWER PLAN & PROFILES 53-54 HARMONY -SHIELDS INTERSECTION CONCRETE JOINTING PLAN 55-59 SHIELDS CROSS SECTIONS 59-61 PHASING PLANS F R.69W. WORK BY OTHERS (FOR INFORMATION ONLY) SCALE: 1-e. 1500' 62-64 SHIELDS SIGNING & STRIPING PLANS 9 65-66 HARMONY -SHIELDS INTERSECTION SIGNAL PLANS COOT ROW PLANS (FOR INFORMATION ONLY) (II SHEETS) HARMONY -SHIELDS INTERSECTION IMPROVEMENTS ROW PLANS NEW AND REVISED STANDARD PLANS 5-627-1 PAVEMENT MARKINGS (5 SHEETS) 5-630-1 TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION (12 SHEETS) _•?atyoT fIT Co __ saaEswai..t 1420 Znd sleet 281 NOrtft Collage Avenue GfeeleY. CO 80671 Fort Col(97 CO 80522 F" ( (970) 0-219826 Phone: (970) 221-6605 FAX: (970) ]SO-2198 FAX: 970 221 -63% R Ion 4 PJG As Constructed TITLE SHEET Project No. No./CD No Revisions: AOC M455-074 Revised: Designer: J. LOFiON Delailer: J. LOFiON 15572 Void: Sheet Subset: TITLE I Subset Sheep: I nl 1 SHEET NUMOER I PLAN NUMBER C3 M-100-1 C3 M-203-1 0 M-203-2 C3 M-203-11 C3 M-203-12 0 M-206-1 0 M-206-2 M-208-1 E3 M-210-1 0 M-214-1 M-412-1 0 M-510-1 C3 M-601-1 E3 M-601-2 0 M-601-3' M-601-10 0 M-601-11 E3 M-601-12 0 M-601-20 E3 M-603-1 M-603-2 C3 M-603-3 M-603-10 0 M-604-10 C3 M-604-11 M-604-12 C3 M-604-13 M-604-20 E3 M-604-25 0 M-605-1 C3 M-606-1 0 M-606-13 O M-606-14 NEW OR M STANDARD PAGE REVISED TITLE NUMBER C3 STANDARD SYMBOLS (3 SHEETS) .......... .................... 1-3 C3 APPROACH ROADS..................................................4 E3 DITCH TYPES ....................................................... 5 0 SUPERELEVATION CROWNED AND ............................... 6-8 DIVIDED HIGHWAYS (3 SHEETS) C3 SUPERELEVATION STREETS (2 SHEETS) ...................... 9-10 0 EXCAVATION AND BACKFILL FCR STRUCTURES .............. 11-12 (2 SHEETS) C3 EXCAVATION AND BACKFILL FCR 8RICGES (2 .SHEETS).... 13-14 C3 TEMPORARY EROSION CONTROL (7 SHEETS) ................ 15-21 a MAILBOX SUPPORTS (2 SHEETS) ............................. 22-23 0 PLANTING DETAILS ............................................... 24 C3 CONCRETE PAVEMENT JOINTS (5 SHEETS) ................. 25-29 C3 STRUCTURAL PLATE PIPE H-20 LOADING ....................... 30 0 SINGLE CONCRETE BOX CULVERT (2 SHEETS) ............. 31-32 0 DOUBLE CONCRETE BOX CULVERT (2 SHEETS) ............. 33-34 0 TRIPLE CONCRETE BOX CULVERT (2 SHEETS) ............. 35-36 C3 .HEADWALL FOR PIPES ............................................ 37 0 TYPE "S" SADDLE HEADWALLS FOR PIPE ...................... 38 C3 HEADWALLS AND PIPE OUTLET PAVING ...................... 39 C3 WINGWALLS FOR PIPE OR BOX CULVERTS ...................... 40 C3 METAL AND PLASTIC PIPE (2 SHEETS) ..................... 41-42 C3 REINFORCED CONCRETE PIPE ........................ ........... 43 C3 PRECAST CONCRETE BOX CULVERT ................ ....... - ..... 44 0 CONCRETE AND METAL END SECTIONS (2 SHEETSI....... 45-46 0 INLET, TYPE C.................................................... 47 C3 INLET, TYPE 0.................................................... 48 0 CURB INLET TYPE R (2 SHEETS).. ......................... 49-50 C3 CONCRETE INLET TYPE 13 ............................... ....... 51 C3 MANHOLES (3 SHEETS) ....................................... 52-54 0 VANE GRATE INLET (5 SHEETS).............................55-59 E3 SUBSURFACE DRAINS ............................................. 60 O GUARDRAIL TYPE 3 W-BEAM (16 SHEETS) ................. 61-76 0 GUARDRAIL TYPE 7 F-SHAPE BARRIER (4 SHEETS)....... 77-80 0 PRECAST TYPE 7 CONCRETE BARRIER (3 SHEETS)......., 81-83 PLAN NEW OR M STANDARD PAGE NUMBER REVISED TITLE NUMBER C3 M-607-1 0 WIRE FENCES AND GATES (3 SHEETS) ...................... 84-86 0 M-607-2 0 CHAIN LINK FENCE (3 SHEETS) .............................. 87-89 0 M-607-3 0 BARRIER FENCE .................................................... 90 C3 M-607-4 C3 DEER FENCE AND GATES (2 SHEETS) ....................... 91-92 C3 M-607-10 C3 PICKET SNOW FENCE ............................................. 93 0 M-607-15 C3 ROAD CLOSURE GATE (9 SHEETS) .......................... 94-102 M-608-1 0 CURB RAMPS (4 SHEETS) .................................. 103-106 M-609-1 C3 CURBS, GUTTERS, AND SIDEWALKS (3 SHEETS........... 107-109 C3 M-611-1 C3 CATTLE GUARD (2 SHEETS) ................................. 110-111 0 M-613-1 C3 ROADWAY LIGHTING (4 SHEETS) ........................... 112-115 C3 M-614-1 C3 RUMBLE STRIPS (3 SHEETS) ................................ 116-115 0 M-614-2 0 SAND BARREL ARRAYS (2 SHEETSI........................ 119-120 E3 M-615-1 C3 EMBANKMENT PROTECTOR TYPE 3 ............................... 121 0 M-615-2 C3 EMBANKMENT PROTECTOR TYPE 5, .............................. 122 0 M-616-1 0 INVERTED SIPHON ................................................ 123 0 M-620-1 0 FIELD LABORATORY CLASS I .................................... 124 O M-620-2 C3 FIELD LABORATORY CLASS 2................................... 125 C3 M-620-11 C3 FIELD OFFICE CLASS L.............. ......... ......... ........... 126 C3 M-620-12 C3 FIELD OFFICE CLASS 2.......................................... 127 C3 M-629-1 C3 SURVEY MONUMENTS (2 SHEETS) .......................... 125-129 THE STANDARD PLAN SHEETS INDICATED HEREON BY A MARKED BOX ARE TO BE USED TO CONSTRUCT THIS PROJECT. ALL OF THE M&S STANDARD PLANS, AS SUPPLEMENTED AND REVISED, APPLY TO THIS PROJECT WHEN USED BY DESIGNATED PAY ,ITEM OR .SUBSIDIARY ITEM. PLAN NEW OR S STANDARD PAGE NUMBER REVISED TITLE NUMBER C3 S-612-1 0 DELINEATOR INSTALLATIONS (5 SHEETS) .................... 131-135 C3 S-614-1 C3 GROUND SIGN PLACEMENT (2 SHEETS). ...................... 136-137 C3 S-614-2 C3 CLASS -I SIGNS ...................................................... 138 0 S-614-3 C3 CLASS 11 SIGNS ..................................................... 139 0 S-614-4 C3 CLASS III SIGNS (3 SHEETS) ................................. 140-142 0 S-614-5 0 BREAK -AWAY SIGN SUPPORT DETAILS ........................ 143-144 FOR GROUND SIGNS (2 SHEETS) 0 S-614-6 O CONCRETE FOOTINGS AND SIGN ISLANDS... ................. 145-146 FOR CLASS III SIGNS (2 SHEETS) 0 S-614-8 0 TUBULAR STEEL SIGN SUPPORT DETAILS (5 SHEETS)...... 147-151 0 S-614-10 0 MARKER ASSEMBLY INSTALLATIONS ............................... 152 C3 S-614-12 E3 STRUCTURE NUMBER INSTALLATION ............................... 153 C3 S-614-14 C3 FLASHING BEACON AND SIGN INSTALLATIONS (3 SHEETS). 154-156 C3 S-614-20 0 TYPICAL POLE MOUNT SIGN INSTALLATIONS ...................... 157 0 S-614-21 O CONCRETE BARRIER SIGN POST INSTALLATIONS ................. 158 C3 S-614-22 C3 TYPICAL MULTI -SIGN INSTALLATIONS............................. . 159 0 S-614-40 C3 TYPICAL TRAFFIC SIGNAL INSTALLATION DETAILS......... 160-166 (7 SHEETS) O S-614-40A 0 ALTERNATIVE TRAFFIC SIGNAL INSTALLATION DETAILS.... I67-171 (5 SHEETS) E3 S-614-50 0 MONOTUBE OVERHEAD SIGNS (14 SHEETS)............. ...... 172-185 S-627-1 0 PAVEMENT MARKINGS IS SHEETS)_ ......................... 186-190 m 5-630-1 M TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION......... 191-202 (12 SHEETS) C3 S-630-2 0 BARRICADES, DRUMS, CONCRETE BARRIERS (TEMP..) .............. 203 AND VERTICAL PANELS 0 S-630-3 O FLASHING BEACON (PORTABLE) DETAILS .......................... 204 COLORADO DEPARTMENT OF TRANSPORTATION STANDARD PLANS LIST M&S STANDARDS July 04, 2006 Computer File Informotion Index of Revisions Cityof F`ortCoo [ins ''� `' 281 North College Avenue 9 'Fort Collins. CO 80522 Phone: 970 221- ( ) 6605 FAX: 970 '22i-6378 RIaIEIA'�,7�E91� ... 1420 2nd Street Creelo CO 80631 v, Phone: (970) 350-2126 FAX: (970) 350-2198. 4 PJD - As Constructed STANDARD PLANS - LIST Project No./Code I Creation Dale: 12/24/07 Initials: JOL No Revisions: ADC M455-074 Lost Madi(iaolion Date: 12 15 OB Initials: JDL Full Palh: R<visea: Designer: J. LOFiON - 15572 Orawin file Nome: 104601200FOR-STAN-PLAN.dw Detoiler. J. LOFTON void: - � Sheet Number 2 �� Acod Ver. 2007 Scale: N/A Units: ENGLISH Sheet Subset: STAN PLAN Subset Sheet:: I of 1 I I I I F I I I I I �1 i I I I I I I j2j, me awtcra cmsvo=lw, r� Lruea hl, tfrr- area Dy Ile Wr Mt?=On IM1511Y trie p<vy eo vqge rx-E, Inrlw-If any -tav-- ndE mnoz- �nel#, 10 -1-- Vk--V-= IME-i co--L-n--d f.) it,-- tuxie cesmhrat�z,-, am 0�A 371 T--Ep4'i ID lle'pefB, IA4-*n :Ewh a claszAicaton pm�ofs- in tr,--- x-.z rl wtiz-ft r'tE ts. per�-mn E-I;. 0: 15 r-lcz �2-* coltmotx �x rrt-- ,:IqU er kwz-i) to t�- ie=ovecd I'll t4,&-ware-m- fL ;h a a.1Cci of M= 0 Puff ,U MUT- �. t'le W,cL-- ald .4cufal►%-,-n- im, ploymie34-1- da= A�iW=Jon, Wa3tidnacm, D.C. Tri-z Wpip znq- u Wr At-,M.M-r-3167 ari'a&pxtz�d MDICY, Or arA-'Me- pp %a aaC �Vrun av E6- bdtilte t!-3,mrig mm- qjn:�ri.41h tv n-dy-pq-,oxi rot 4-cun-41a' omt��,b -*M66T WJurtrig mE anixv. d-- Ed cr m ge- hanie=, vois-r-e ME CDnja�rj` drbeir Sqall irre q 4ps, W.-;"L I "'tie views of 231te7eKM W;,4--s aeld u-m OT lfts mmr! . ng cenrer to fife Wamaxl Hp4r A=nWmbx ci�,-,-, 10, W- W-" aria Teprv- r3thl-E,tit imise me antraid. -,a wrtcEr Ot Wt'ico:ry Yon m sne *50 e. Trizi-Awe Tate or4udrq fftnpi beriellis zqe�-- ap7opt ats.-I cjst4miedi PUBL, t 6 - - 2 1 , - - . _W - Par,&-FaPh' C. Ly- 2d'cr U" - Sec Rr s=- I to Dald, to a� viJrkr-ii,pWmrmIn§ v:� Ir t4 .a6j6j--e O;ass+ N-,21-13h ft-Om rr-- Witt (INy or, Atich n,Wk Is wed .1r, Ime I Pzyrref iri G{ FrIngs 5onaft-. a. Whonever -sfie- mkirnirn Awe rmc presvited ti ME r=tr.ct w &7A or tatorers cr m aps 1406jes a moge &-rp-r.t vAch Ii -= exxe,ssed aE, irl " 'ate, iii-, oinimbf or ;W17colra=n. a's ap,pzfmate; imi sner pay thm- bef,--m as or _y arm-P-e bo.rz Ida ,lr*=- bz-,WT ur m h3imy case equValp-t mere&, 6Dtratbx im or mmbx M. 4poplale=; Wes fla nlAE pa"errLr, 10 a-duEt,-,-,e ofomer IN . rd'. PMM h,vcm- may rbrvje-: as.*a parr cr,'ne -AsjEs cr a17� iabor4 tr'r*ch�- the;2iR,,,6ur QT anti' CD. -JE zj�y a0clprccl In ureaS Wino-R- tl�l s tMos fla PL3n cc.Wogr.�l, pra v0d M'S - SEC-le- vflj)L , .. I , �c 'Ira I .n -c as -f Me -4.i �ijor t3r.), -,' L cr hm�- foiEld� 'WM M4 V, A c mat IIlc appild4lY-- -, Oaqjla= V. Vie ba&f,amn Are nave fib me rte se7at3rf W Labx rzt&y requm itv-- mt set asbz--.Ip a sEpark.c -koDff-,! aswt0x-no- fneetmq co colhj*,aqe under ime iim or prug-a-p- z. APPr9rlbCC-9 and Tra-ME (Prograrile of Me U.S- DOS) and HOpgm- a' ApAerlb,::,ecot- 4T4*rODP! v,"i OE porn-1tO MA --!r leu t,a n ie pr�-lerrzftned rats 01r. m v,,s-k !WY vven t%Y aRE er,V.!QYEd 0muar.' to and irktmmatj' recpv-zTec In a Dyla Ne apk-li-3: :E", p pwa-n f6§IM&ed wr-htve Dbl, am. Trailning Aclftlr4s�L,6&% E&2?u vr Appnaqt i`flp and Tiat. 11tro, jjc err a "-keasnip agendy vy 0-.P- eureaLL-or if jed' I Si 4 .- 3 persul IE ef7ijilcly, n Inr _ 3 tr Dfl='U eT.?!Djm w-ft n m zpprentice In so--M an. zp*jre!Desjgp Om not IrANI&ratty r---glsle:ed In tft-r- progmm, to Y"TM tz-z tie -En Oer-Mr.-a Joy IM_5LEcaq V, ApreqVE*-hp WW TrMnu or. I S-,xe a; agErt-1 {A%-mrE- appi*arm) la tie elFafNe ror p ma-mmiry mp&f.Teld ab tn 114 ap tm-a-j el. 3, re; on vre to-, v5-m-wr-, as 6aFror�a6&n snv.nuc r .1 Fa�t3 P,= E� , _fMM_ J 4ur. , . , , 'R I or;--- d6iltamc 4-s tD T* ifir "%WK Tw.,* Lncer tte• r--dstL—cr-4-,aTL A*Em,�IoKrs luvez :'r, a x,4p.�Eiii�e W,�36-i , IS M:K, r---gW-. . EfeO U CPI---rXt-- eqnb�'&Eo, as. &Ul S&,42sa Ahan L,nE,w-o,= ror tt�-z 7x-s Dere br=�:l lco sm:* ri ;43f.fr,-- r3bb, - -, . ­ 1 ��. I app!cau= e wzp #. ,a g A:- * ge the wort Wteie C�. i -or. 'smcotwix is En a ll;.a* a6 allycuieE- ran I ri mqp FEE 'JiltiCh IZ- pfj:4M-.rjl I- T=315-teM 4k£'antl iE-X- pme'-mll;Ew IIoLC?j ram s 'Mel Lq =ttk!�Yt kigi-v-srzeb psm3rarr, DEC 00 Z;Z I bel to Er-FANI apzprelll� mom. DE, patl,a! im;at, less T'WI UiE E appf em evel:cr. -g- mr me FZ. r fxqxi� Fx.,r-- in q* agolcame- WZW , -Air�llnzb3n. t4, pi, *QC- In kc� vkfli tlie pnvikn. iii�4 - ; - -t or tF- 2PFf O.P25144 rco 'n.."d I*-appe7c, cetip 9 . gm q *,D-A e E 1 s r 4 J, ry *A ng e b E rl --. is- , , le, niju c, e*E, r rjLJW, te, , D'ait 4r rid aTtC.- - -,&r , apfA _'I En E rH3,� OE[elm- Mm re-*,&tLplrf�Abx f6i 6� wge .wo Fza rNiA.9on. oEiermiw-e Out',a dffeerit,pramce pre-vanE. rof ht ar app &3jr 'it� br. paf.f fn q� E = Vie eve m' Ome zurispj q,,,.AWsvvbe-.rvp at-b Trh'fV, ML 7_ GrWc- appr.enlimerep a ai&i 6y ite ge , 5LU-E,T.j, WWR-ka a.Opr_VV?-J, dr. 2-rl 2,fen1hDMIN 'i bile omtra�mr of EZbdortzi� wit rp-1 ILIA be 04� rtOUV. 17-e- s� a� �E� teal .3 pplcaqe..prak . -Med m2 ;u tkc oil 7!em ,par_ ;E?L Won Per"TT"'t, E0. C_ _ . fr. _nV6�_ UM af 3_Nr 7 , iS -, Tr ar _ PrOgf:2m Beir, ed. P, Tmne-t: 1) E)P* asc:ctco3ed ! n- 29 iCFR yl F, rMZeas W3 r-�& ,m- pemutscl to woM at $--ss MIF , I tne pradet"ed rate tlx lfte V--Uot PelTomej livesa may- a�e ua�t tD arid pm. - 6-11MCILWY r-cj�tsred Ih a pmgram vmvr rm rec;--r=a riev apgm-a,':eat Lzmed ty :brm.1 cc,-Hcr-.on uy !;-►e - DDI- Emo:yy- met ad Trair.1n3 Arun, sre--lor, 125 7re W� 01. m-heess to) ff- rm-jeml em+1syEes On M JWD S::E- 611431 6t IIE a-�-r thm Fermilte'.1 urlisf rie plan and Tm-Mg Amrtszra-lm- Aq ripi !SM aa t mA%.- . = TV ia"pa�anqIrair.4N r=a;cmm-rq te ampy- mentAW TTakWHyAMIqjD,D'paid Y.st Ism man the ap-ppa,`);=- .vage rilL6 m trem A7gz- afty-tralne'i e pme:'rmnt- 4_ I'l. -EV ME ratty P. Hffnjtt,,.d be p3f,,- nW 3eEs tar try oFit:atate 1"ap%jGtIyL PW r.-,z- cfr, Dis %zom- cliPmrmha5m Tor mE %v% JOM EVEq raT,*s mm to-- pald at nW mess Pm.-j,tp_- rate SpWnM L a. TC7jej progrM TV nWj�� IEVV, pmr--sE: ey Xrp _SOW ma SDEWECI ill the S6 f e. 6219 , TaMBUD . P- TMflea-S 45 IWI br-- paid n Z C 3 n pwa m- tr tt-t-- t'...Meepirgram dx4 fia. menkm M, no-z- tra1_ p?jdtt,:Aaa.To.jrjt,cfj Mrogs ter's-Ma.115ledosr, lvess, SE Aft;rmr3:rC9r Cr- na WATa3d :id} r NvW4n1 2lerTmec. IiijI. tnefe t& a­q e&t *Oilp pro aporc X -Tam. asE,wan.ma prim tlr-zore.wor�drig pm, e.ymi�4-te w*- re tZge de-sMlina` fiilv(t.pruhij-6-fu i-66 trm TrL me usr-r,E kc 2ppre-filk k-- m EU---)vou rece'v- e I rr rr r� �r r r rr i■�r �r r rr r r r r � r rr rr QENERAL NOTFS 1, ALL MATERIALS, WORKMANSHIP, AND CONSTRUCTION OF PUBLIC IMPROVEMENTS SHALL MEET OR EXCEED THE STANDARDS AND SPECIFICATIONS SET FORTH IN THE LARIMER COUNTY URBAN AREA STREET STANDARDS AND APPLICABLE STATE AND FEDERAL REGULATIONS. WHERE THERE IS CONFLICT BETWEEN THESE PLANS AND THE SPECIFICATIONS; OR ANY APPLICABLE STANDARDS, THE MOST RESTRICTIVE STANDARD SHALL APPLY, ALL WORK SHALL BE INSPECTED AND APPROVED BY THE CITY OF FORT COLLINS. 2. ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY STATED OTHERWISE. 3. ALL STORM SEWER CONSTRUCTION, AS WELL AS POWER AND OTHER -"DRY" UTILITY INSTALLATIONS, SHALL CONFORM TO THE CITY OF FORT COLLINS STANDARDS AND SPECIFICATIONS, 4. THE TYPE, SIZE, LOCATION AND NUMBER OF ALL KNOWN UNDERGROUND UTILITIES ARE APPROXIMATE WHEN SHOWN ON THE DRAWINGS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO VERIFY THE EXISTENCE AND LOCATION OF ALL UNDERGROUND UTILITIES ALONG THE ROUTE OF THE WORK BEFORE COMMENCING NEW CONSTRUCTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR UNKNOWN UNDERGROUND UTILITIES. S. THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) AT 811. AT LEAST 2 WORKING DAYS PRIOR TO BEGINNING EXCAVATION OR GRADING, TO HAVE ALL REGISTERED UTILITY LOCATIONS MARKED. OTHER UNREGISTERED UTILITY ENTITIES (I.E. DITCH / IRRIGATION COMPANY) ARE TO BE LOCATED BY CONTACTING THE RESPECTIVE REPRESENTATIVE. UTILITY SERVICE LATERALS ARE ALSO TO BE LOCATED PRIOR TO BEGINNING EXCAVATION OR GRADING, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE THE .RELOCATION OF ALL EXISTING UTILITIES THAT CONFLICT WITH THE PROPOSED IMPROVEMENTS SHOWN ON THESE PLANS, 6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES DURING CONSTRUCTION AND FOR COORDINATING WITH THE APPROPRIATE UTILITY COMPANY FOR ANY UTILITY CROSSINGS REQUIRED. 7. IF A CONFLICT EXISTS BETWEEN EXISTING AND PROPOSED UTILITIES AND/OR A DESIGN MODIFICAnON IS REQUIRED, THE CONTRACTOR SHALL COORDINATE WITH THE ENGINEER TO MODIFY THE DESIGN. DESIGN MODIFICATION(S) MUST BE APPROVED BY THE CITY OF FORT COLLINS PRIOR TO BEGINNING CONSTRUCTION. 8. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION WITH ALL UTILITY COMPANIES INVOLVED, TO ASSURE THAT THE WORK IS ACCOMPLISHED IN A TIMELY FASHION AND WITH A MINIMUM DISRUPTION OF SERVICE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTACTING, IN ADVANCE, ALL PARTIES AFFECTED BY ANY DISRUPTION OF ANY UTILITY SERVICE AS WELL AS THE UTILITY COMPANIES. 9' NO WORK MAY COMMENCE WITHIN ANY PUBLIC STORM WATER, SANITARY SEWER OR POTABLE WATER SYSTEM UNTIL THE CONTRACTOR NOTIFIES THE UTILITY PROVIDER. NOTIFICAnON SHALL BE A MINIMUM OF 2 WORKING 'DAYS PRIOR TO COMMENCEMENT OF ANY WORK. AT THE DISCRETION OF THE WATER UTILITY PROVIDER, A PRE -CONSTRUCTION MEETING MAY BE REQUIRED PRIOR TO COMMENCEMENT OF ANY WORK. 10. THE CONTRACTOR SHALL SEQUENCE INSTALLATION OF UTILITIES IN SUCH A MANNER AS TO MINIMIZE POTENTIAL UTILITY CONFLICTS. IN GENERAL, STORM SEWER AND SANITARY SEWER SHOULD BE CONSTRUCTED PRIOR TO INSTALLATION OF THE WATER LINES AND DRY UnLITIES. 11. THE MINIMUM COVER OVER WATER LINES IS 5 FEET AND THE MAXIMUM COVER IS 6 FEET UNLESS OTHERWISE NOTED IN THE PLANS AND APPROVED BY THE WATER UTILITY. 12. A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE PERMIT IS REQUIRED IF DEWATERING IS REQUIRED IN ORDER TO INSTALL UTILITIES OR WATER IS DISCHARGED INTO A STORM SEWER, CHANNEL, IRRIGATION DITCH OR ANY WATERS OF THE UNITED STATES. 13. THE CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF THE COLORADO PERMIT FOR STORM WATER DISCHARGE (CONTACT COLORADO DEPARTMENT OF HEALTH, WATER QUALITY CONTROL DIVISION, (303) 692-3590), THE STORM WATER MANAGEMENT PLAN, AND THE EROSION CONTROL PLAN. 14. NO WORK MAY COMMENCE WITHIN ANY IMPROVED OR UNIMPROVED PUBLIC RIGHT-OF-WAY UNTIL A RIGHT-OF-WAY PERMIT OR DEVELOPMENT CONSTRUCTION PERMIT IS OBTAINED FROM THE CITY OF FORT COLLINS. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FOR ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY THE CITY OF FORT COLLINS ENGINEERING INSPECTOR (FORT COLLINS - 221-6605) AND THE CITY OF FORT COLLINS EROSION CONTROL INSPECTOR (FORT COLLINS - 221-6700) AT LEAST 2 WORKING.DAYS PRIOR TO THE START OF ANY EARTH DISTURBING ACTIVITY, OR CONSTRUCTION ON ANY AND ALL PUBLIC IMPROVEMENTS. �16. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION, THE CONTRACTOR SHALL CONTACT THE LOCAL ENTITY FORESTER TO SCHEDULE A SITE INSPECTION FOR ANY TREE REMOVAL REQUIRING A PERMIT. 17. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING. BUT NOT LIMITED TO, EXCAVATION, TRENCHING, SHORING. TRAFFIC CONTROL, AND SECURITY. REFER TO OSHA PUBLICATION 2226. EXCAVATING AND TRENCHING. 18. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION THAT WILL AFFECT TRAFFIC SIGNS OF ANY TYPE, THE CONTRACTOR SHALL CONTACT THE CITY OF FORT COLLINS TRAFFIC OPERATIONS DEPARTMENT, WHO WILL TEMPORARILY REMOVE OR RELOCATE THE SIGN AT NO COST TO THE CONTRACTOR; HOWEVER, IF THE CONTRACTOR MOVES THE TRAFFIC SIGN THEN THE CONTRACTOR WILL BE CHARGED FOR THE LABOR, THE AND EQUIPMENT TO REINSTALL THE SIGN AS NEEDED. 19. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE INTENDED IMPROVEMENTS, SHOWN ON THESE DRAWINGS, OR DESIGNATED TO BE PROVIDED, INSTALLED, OR CONSTRUCTED, UNLESS SPECIFICALLY NOTED OTHERWISE. 20. DIMENSIONS FOR LAYOUT AND CONSTRUCTION ARE NOT TO BE SCALED FROM ANY DRAWING. IF PERTINENT DIMENSIONS ARE NOT SHOWN, CONTACT THE DESIGNER FOR CLARIFICATION, AND ANNOTATE THE DIMENSION ON THE AS -BUILT RECORD DRAWINGS. 21. THE CONTRACTOR SHALL HAVE, ONSITE AT ALL TIMES, ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB. 22. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE DESIGNER AND THE CITY OF FORT COLLINS ENGINEER IMMEDIATELY. . 23. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS -BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT ON THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY OF FORT COLLIN'S INSPECTOR AT ALL TIMES. UPON COMPLETION OF THE WORK, THE CONTRACTOR(S) SHALL SUBMIT RECORD DRAWINGS TO THE CITY OF FORT COLLINS ENGINEER. 24. THE LOCATION AND DESCRIPTION OF THE NEAREST SURVEY BENCHMARKS (2) FOR THE PROJECT AS WELL AS THE BASIS OF BEARINGS ARE AS FOLLOWS: BENCHMARK 1: CITY OF FORT COLLINS BMy 16-94. NORTHEAST CORNER OF THE INTERSECTION OF WEST HARMONY ROAD AND SOUTH SHIELDS STREET ON A CONCRETE TRAFFIC SIGNAL BASE. ELEV=5084.52 (NGVD 2929 UNADJUSTED) BENCHMARK 2: NW CORNER SECTION 2. HARMONY/SHIELDS INTERSECTION. 3-14/" ALUMINUM CAP IN MONUMENT BOX. STAMPED PLS 5028. ELEV=5083.09 (NGVD 2929 UNADJUSTED) 25. ALL STATIONING IS BASED ON CENTERLINE OF ROADWAYS UNLESS OTHERWISE NOTED. 26. EXISTING CURB, GUTTER AND SIDEWALK, AS WELL AS EXISTING FENCES, TREES, STREETS, LANDSCAPING, STRUCTURES, AND IMPROVEMENTS OESTROYED, DAMAGED OR REMOVED DUE TO CONSTRUCTION OF THIS PROJECT. SHALL BE REPLACED OR RESTORED IN LIKE KIND AT THE CONTRACTOR'S EXPENSE, UNLESS OTHERWISE INDICATED ON THESE PLANS, PRIOR TO THE ACCEPTANCE OF COMPLETED IMPROVEMENTS. 27, WHEN AN EXISTING ASPHALT STREET MUST BE CUT, THE STREET MUST BE RESTORED TO A CONDITION EQUAL TO OR BETTER THAN ITS ORIGINAL CONDITION. THE EXISTING STREET CONDITION SHALL BE DOCUMENTED BY THE CITY OF FORT COLLINS CONSTRUCTION INSPECTOR BEFORE ANY CUTS ARE MADE. PATCHING SHALL BE DONE IN ACCORDANCE WITH THE CITY OF FORT COLLINS STREET REPAIR STANDARDS. THE FINISHED PATCH SHALL BLEND IN SMOOTHLY INTO THE EXISTING SURFACE. ALL LARGE PATCHES SHALL BE PAVED WITH AN ASPHALT LAY -DOWN MACHINE. IN STREETS WHERE MORE THAN ONE CUT IS MADE, AN OVERLAY OF THE ENTIRE STREET WIDTH, INCLUDING THE PATCHED AREA, MAY BE REQUIRED, THE DETERMINATION OF NEED FOR A COMPLETE OVERLAY SHALL BE MADE BY THE CITY OF FORT COLLINSENGINEER AND/OR THE CITY OF FORT COLLINS INSPECTOR AT THE TIME THE CUTS ARE MADE. 28, UPON COMPLETION OF CONSTRUCTION, THE SITE SHALL BE CLEANED AND RESTORED TO A CONDITION EQUAL TO, OR BETTER THAN, THAT WHICH EXISTED BEFORE CONSTRUCTION, OR TO THE GRADES AND CONDITION AS REQUIRED BY THESE PLANS. 29. AFTER ACCEPTANCE BY THE CITY OF FORT COLLINS, PUBLIC IMPROVEMENTS DEPICTED IN THESE PLANS SHALL BE GUARANTEED TO BE FREE FROM MATERIAL AND WORKMANSHIP DEFECTS FOR -A MINIMUM PERIOD OF TWO YEARS FROM THE DATE OF ACCEPTANCE. 30. A PAVEMENT MIX DESIGN, SIGNED AND STAMPED BY A COLORADO LICENSED ENGINEER, MUST BE SUBMITTED TO THE JOB MIX ENGINEER FOR APPROVAL, PRIOR TO PLACEMENT OF ANY ASPHALT. 31. WHERE PROPOSED PAVING ADJOINS EXISTING ASPHALT, THE EXISTING ASPHALT SHALL BE SAW CUT, A MINIMUM DISTANCE OF 12 INCHES FROM THE EXISTING EDGE, TO CREATE A CLEAN CONSTRUCTION JOINT. THE CONTRACTOR SHALL BE REQUIRED TO REMOVE EXISTING PAVEMENT TO A DISTANCE .WHERE A -CLEAN CONSTRUCTION JOINT CAN BE.MADE. WHELL CUTS SHALL NOT BE ALLOWED. THERE SHALL BE NO SEPARATE PAYMENT FOR SAWCUTTING. 32. VALVE BOXES AND MANHOLES ARE TO BE BROUGHT UP TO GRADE AT THE TIME OF PAVEMENT PLACEMENT OR OVERLAY. VALVE BOX ADJUSTING RINGS ARE NOT ALLOWED. 33. TREE TRIMMING AND/OR REMOVAL ACTIVITIES SHALL BE COMPLETED BEFORE BIRDS BEGIN TO NEST OR AFTER THE YOUNG HAVE FLEDGED. IN COLORADO, MOST NESTING AND REARING ACTIVITIES OCCUR BETWEEN APRIL 1 AND AUGUST 31. HOWEVER, SINCE SOME BIRDS NEST AS BEGIN. EARLY AS FEBRUARY, A NESTING BIRD SURVEY SHALL BE CONDUCTED BY A BIOLOGIST BEFORE ANY TREE ACTIVITIES TRIMMING OR REMOVAL 34. THERE SHALL BE NO STOCKPILING OR SIDE CASTING OF WASTE MATERIALS INCLUDING BUT NOT LIMITED TO PAINT CHIPS, ASPHALT, OR CONCRETE ADJACENT TO ANY DRAINAGES (INCLUDING DRY DRAINAGES). PAINT MATERIAL REMOVED IN THE COURSE OF RESTRIPING SHALL BE PROPERLY CONTAINED AND DISPOSED OF TO PREVENT SUCH MATERIALS FROM ENTERING WATERS OF THE STATE. 35. ALL CONSTRUCTION SURVEY WORK TO BE DONE BY CITY OF FORT COLLINS SURVEY DEPARTMENT. 36. THE PAVEMENT SMOOTHNESS CATEGORIES IN RELATION TO "HMA PAVEMENT ROADWAY SMOOTHNESS" & "PORTLAND CEMENT PAVEMENT ROADWAY SMOOTHNESS" SPECS SHALL BE: HMA PAVEMENT - HRI CATEGORY II PORTLAND CEMENT CONCRETE PAVEMENT - CATEGORY III 37. TWO BORING SAMPLES (MFG-14 & MFG 15) INDICATED SULFATE CONCENTRATION LEVELS (575 & 325) THAT WERE WITHIN THE MODERATE ACI RISK CATEGORY. CONTRACTOR TO FOLLOW THE PROJECTS SOILS REPORT RECOMMENDATIONS FOR ANY CONCRETE WITHIN THESE AREAS. 38. CONCRETE SULFATE EXPOSURE FOR THIS PROJECT IS CLASS S1 (MODERATE). 39. ALL CONCRETE FOR SIDEWALK, CURB AND GUTTER, MEDIAN COVER, CURB RAMPS, GUTTER PAN, SHALL BE CLASS R UNLESS DIRECTED BY THE ENGINEER. Creation Date: 11/12/07, Initials: JDL rtyof TIT FortCothns _____ 14201420 2n Street 261 North College Al.- Greeley. CO 80631 Fed ColFin.. CO 80522 Phone: (9]0) 350-2126 Phone: (970) 221-6605 FAX: (970) 350-2t98 FAX: 970 221-6376 ion 4 PJD As Constructed GENERAL NOTES Project No./code lost Modification Date: 12 15 08 Initials: JDL No Revisions: AQC M4SS-O%M1 Full Path: - Revised: Designer: J. LOFTON Del4iler. J. LOFTON 15572 D-m File Name: 1046012OOF0R-GN.dw ACOd Ver. 2007 Stale: N/A Unlls:ENGLISH Void: Sheet Subset GEN NOTES ISubset Sheet:: I of 3 Sheet Number 3 EROSION AND SEDIMENT CONTROL CONSTRUCTION PLAN NOTES 1. THE CONTRACTOR WILL ACQUIRE THE SWMP PERMIT. 2. THE EROSION CONTROL INSPECTOR MUST BE NOTIFIED AT LEAST TWENTY-FOUR (24) HOURS PRIOR TO ANY CONSTRUCTION ON THIS SITE. 3. THERE SHALL BE NO EARTH -DISTURBING ACTIVITY OUTSIDE THE LIMITS DESIGNATED ON THE ACCEPTED PLANS. 4. ALL REQUIRED PERIMETER SILT AND CONSTRUCTION FENCING SHALL BE INSTALLED PRIOR TO ANY LAND DISTURBING ACTIVITY (STOCKPILING, STRIPPING, GRADING, ETC). ALL OTHER REQUIRED EROSION CONTROL MEASURES SHALL BE INSTALLED AT THE APPROPRIATE TIME IN THE CONSTRUCTION SEQUENCE AS INDICATED IN THE APPROVED PROJECT SCHEDULE, CONSTRUCTION PLANS, AND EROSION CONTROL REPORT. S. AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING AND CONTROLLING ON -SITE EROSION INCLUDING KEEPING THE PROPERTY SUFFICIENTLY WATERED $0 AS TO MINIMIZE WIND BLOWN SEDIMENT. THE CONTRACTOR SHALL ALSO BE RESPONSIBLE FOR INSTALLING AND MAINTAINING ALL EROSION CONTROL FACILITIES SHOWN HEREIN, 6. PRE-OISTURBANCE VEGETATION SHALL BE PROTECTED AND RETAINED WHEREVER POSSIBLE. REMOVAL OR DISTURBANCE OF EXISTING VEGETATION SHALL BE LIMITED TO THE AREA(S) REQUIRED FOR IMMEDIATE CONSTRUCTION OPERATIONS, AND FOR THE SHORTEST PRACTICAL PERIOD OF TIME. 7. ALL SOILS EXPOSED DURING LAND DISTURBING ACTIVITY. (STRIPPING, GRADING, UTILITY INSTALLATIONS, STOCKPILING. FILLING. ETC.) , SHALL BE KEPT IN A ROUGHENED CONDITION BY RIPPING OR DISKING ALONG LAND CONTOURS UNTIL MULCH, VEGETATION, OR OTHER PERMANENT EROSION CONTROL BMPS ARE INSTALLED. NO SOILS IN AREAS OUTSIDE PROJECT STREET RIGHTS -OF -WAY SHALL REMAIN EXPOSED BY LAND DISTURBING ACTIVITY FOR MORE THAN THIRTY (30) DAYS BEFORE REQUIRED TEMPORARY OR PERMANENT EROSION CONTROL (E.G. SEED/MULCH, LANDSCAPING, ETC.) IS INSTALLED, UNLESS OTHERWISE APPROVED BY THE CITY. 8.IN ORDER TO MINIMIZE EROSION POTENTIAL, ALL TEMPORARY (STRUCTURAL) EROSION CONTROL MEASURES SHALL: A. BE INSPECTED AT A MINIMUM OF ONCE EVERY TWO (2) WEEKS AND AFTER EACH SIGNIFICANT STORM EVENT AND REPAIRED OR RECONSTRUCTED AS NECESSARY IN ORDER TO ENSURE THE CONTINUED PERFORMANCE OF THEIR INTENDED FUNCTION. B. REMAIN IN PLACE UNTIL SUCH TIME AS ALL THE SURROUNDING DISTURBED AREAS ARE SUFFICIENTLY STABILIZED AS DETERMINED BY THE EROSION CONTROL INSPECTOR. C. BE. REMOVED AFTER THE SITE HAS BEEN SUFFICIENTLY STABILIZED AS DETERMINED BY THE EROSION CONTROL INSPECTOR. 9. WHEN TEMPORARY EROSION CONTROL MEASURES ARE REMOVED, THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE CLEAN UP AND REMOVAL OF ALL SEDIMENT AND DEBRIS FROM ALL DRAINAGE INFRASTRUCTURE AND OTHER PUBLIC FACILITIES. 10. THE CONTRACTOR SHALL IMMEDIATELY CLEAN UP ANY CONSTRUCTION MATERIALS INADVERTENTLY DEPOSITED ON EXISTING STREETS, SIDEWALKS, OR OTHER PUBLIC RIGHTS OF WAY, AND MAKE SURE STREETS AND WALKWAYS ARE CLEANED AT THE END OF EACH WORKING DAY. 11. ALL RETAINED SEDIMENTS, PARTICULARLY THOSE ON PAVED ROADWAY SURFACES, SHALL BE REMOVED AND DISPOSED OF IN A MANNER AND LOCATION SO AS NOT TO CAUSE THEIR RELEASE INTO ANY WATERS OF THE UNITED STATES. 12. NO SOIL STOCKPILE SHALL EXCEED TEN (10) FEET IN HEIGHT. ALL SOIL STOCKPILES SHALL BE PROTECTED FROM SEDIMENT TRANSPORT BY SURFACE ROUGHENING. WATERING. AND PERIMETER SILT FENCING, ANY SOIL STOCKPILE REMAINING AFTER THIRTY (30) DAYS SHALL BE SEEDED AND MULCHED. 13. CITY ORDINANCE AND COLORADO DISCHARGE PERMIT SYSTEM (COPS) REQUIREMENTS MAKE IT UNLAWFUL TO DISCHARGE OR ALLOW THE DISCHARGE OF ANY POLLUTANT OR CONTAMINATED WATER FROM CONSTRUCTION SITES. POLLUTANTS INCLUDE, BUT ARE NOT LIMITED TO DISCARDED BUILDING MATERIALS, CONCRETE TRUCK WASHOUT, CHEMICALS, OIL AND GAS PRODUCTS, LITTER, AND SANITARY WASTE. THE CONTRACTOR SHALL AT ALL TIMES TAKE WHATEVER MEASURES ARE NECESSARY TO ASSURE THE PROPER CONTAINMENT AND DISPOSAL OF POLLUTANTS ON THE SITE IN ACCORDANCE WITH ANY AND ALL APPLICABLE LOCAL, STATE, AND FEDERAL REGULATIONS. 14. A DESIGNATED AREA SHALL BE PROVIDED ON SITE FOR CONCRETE TRUCK CHUTE WASHOUT. THE AREA SHALL BE CONSTRUCTED SO AS TO CONTAIN WASHOUT MATERIAL AND LOCATED AT LEAST FIFTY (50) FEET AWAY FROM ANY WATERWAY DURING CONSTRUCTION. UPON COMPLETION OF CONSTRUCTION ACTIVITIES THE CONCRETE WASHOUT MATERIAL WILL BE REMOVED AND PROPERLY DISPOSED OF PRIOR TO THE AREA BEING RESTORED, 15. CONDITIONS IN THE FIELD MAY WARRANT EROSION CONTROL MEASURES IN ADDITION TO WHAT IS SHOWN ON THESE PLANS. THE CONTRACTOR SHALL,IMPLEMENT WHATEVER MEASURES ARE DETERMINED NECESSARY, AS DIRECTED BY THE CITY. 16. IT WILL BE THE RESPONSIBILITY OF THE CONTRACTORUNDERTHE SWMP TO MAINTAIN EXISTING BMPS AND ENSURE THEIR COMPLETE REMOVAL ONCE 70% OF PRE-EXISTING VEGETATION HAS BEEN RE-ESTABLISHED. 17. A WATER TRUCK SHALL BE KEPT ON -SITE AT ALL TIMES DURING EARTHWORK ACTIVITIES FOR DUST ABATEMENT. 18, TEMPORARY EROSION CONTROL MEASURES SHALL NOT BE REMOVED UNTIL SUCH TIME AS ALL TRIBUTARY -DISTURBED AREAS ARE SUFFICIENTLY STABILIZED IN THE OPINION OF THE CITY EROSION CONTROL INSPECTOR, TO MINIMIZE EROSION POTENTIAL. , 19. WHEN TEMPORARY EROSION CONTROL MEASURES ARE REMOVED. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE CLEAN-UP AND REMOVAL OF ALL SEDIMENT AND DEBRIS FROM ALL DRAINAGE AND OTHER PUBLIC FACILITIES. 20. THE FOLLOWING SHALL DESIGNATE LIMITS OF TOPSOIL: TOPSOIL - DENOTES AREAS FROM THE BACK OF WALK TO THE TOE OF SLOPE OR DISTURBED AREA BEHIND BACK OF WALK. TOPSOIL SPECIAL (MEDIAN AND PARKWAY AREAS) - DENOTES AREAS BETWEEN THE CURB AND WALK (3" DEPTH) AND THE MEDIAN PLANTERS (APPROXIMATELY 48" DEEP) 21. THE TYPE OF COMPACTION FOR THIS PROJECT SHALL BE ASHTO T99. 22. FOR PLAN QUANTITIES OF BITUMINOUS MATERIALS, THE FOLLOWING RATES OF APPLICATION WERE USED: TACK COAT EMULSIFIED ASPHALT AT 0.10 CAL/SO YO (DILUTED) (SLOW SETTING) BITUMINOUS PAVEMENT AT 110 LBS/SO YD/1 INCH AGGREGATE BASE COURSE AT 110 LBS/SQ YD/1 INCH 23. SHOULDER DROP OFFS WILL BE GRADED TO A SLOPE OF 3:1 OR GREATER OVERNIGHT, TREE PROTECTION NOTES: 1. EXISTING TREES MARKED FOR PROTECTION AND PRESERVATION SHALL NOT BE REMOVED. 2. HEAVY EQUIPMENT SHOULD NOT BE ALLOWED TO COMPACT OVER THE SOIL OVER THE ROOT ZONE OF EXISTING TREES 3. AVOID CUTTING SURFACE ROOTS WHEREVER POSSIBLE. .SIDEWALKS AND PAVING LEVELS SHOULD BE CONTOURED SUFFICIENTLY TO AVOID DAMAGE. ' 4. ROOT CUTS FROM EXCAVATION SHOULD BE DONE RAPIDLY. SMOOTH FLUSH CUTS SHOULD BE MADE. BACKFILL BEFORE THE ROOTS HAVE A CHANCE TO DRY OUT AND WATER THE TREE IMMEDIATELY. 5. PRIOR TO CONSTRUCTION, ALL PROTECTED TREES SHALL HAVE ORANGE PROTECTION BARRIER FENCING ERECTED, WHICH AS A MINIMUM ARE SUPPORTED BY 1" X 1" OR SIMILAR STURDY STOCK, FOR SHIELDING OF PROTECTED TREES, NO CLOSER THAN SIX (6) FEET FROM THE TRUNK OR ONE HALF (1/2) OF THE DRIP LINE, WHICH EVER IS GREATER. WITHIN THIS PROTECTION ZONE.THERE SHALL BE NO MOVEMENT OF EQUIPMENT OR STORAGE OF EQUIPMENT, MATERIALS, DEBRIS, FILL OR CUT UNLESS APPROVED BY THE CITY FORESTER. 6. ALL EXISTING TREES SHALL BE PRUNED TO THE CITY FORESTER'S "MEDIUM PRUNE STANDARDS 7. WITHIN THE DRIP LINE OF ANY PROTECTED EXISTING, TREE. THERE SHALL BE NO CUT OR FILL OVER A FOUR -INCH DEPTH UNLESS A QUALIFIED ARBORIST OR FORESTER HAS EVALUATED AND APPROVED THE DISTURBANCE. 8. DURING THE CONSTRUCTION STAGE OF DEVELOPMENT, THE APPLICANT SHALL PREVENT THE CLEANING OF EQUIPMENT OR MATERIAL OR THE STORAGE OR DISPOSAL OF WASTE MATERIAL SUCH AS PAINTS, OILS, SOLVENTS, ASPHALT, CONCRETE, MOTOR OIL OR ANY OTHER MATERIAL HARMFUL TO THE LIFE OF A TREE, WITHIN THE DRIP LINE OF ANY PROTECTED TREE OR GROUP OF TREES. 9. NO DAMAGING ATTACHMENT, WIRES, SIGNS OR PERMITS MAY BE FASTENED TO ANY PROTECTED TREE wm uw1 F11C 1111u1r1wuu11 City& )OT As Constructed Pr ' o ect No./Code Creation Date: 11/12/07 Initiols: JDL FortCothns GENERAL NOTES--- Lost Modification Dote: 12 15 OB Ini6ols: JDL L,f�, 991E♦!.1'p'IC1TAfdLR evi , Rsions: AOC M455-074 Full Path: 261 North College Avenge 1420 2" Slrael Craelay. CO 80631 Revised: Oni J. LDFTON g"Bf' ) 5572 D-in File Nome: 104601200FOR-GN.dw Fort Conine, CO 80522 Phana: (970) 350-2126 Delailer; J. LOFTON Acod Ver. 2007 Scale: N/A Units: ENGLISH Phone: (970) 221-6605 FAX: 970 221-6376 FAX: (970) 350-2196 l ion 4 PA Void' Sheet Subset: GEN NOTES Subset Sheet; 2 of 3 Sheet Number 4 M M M M M M M M M M M M r M M M M M M Full T EXISTINGTELEPHONE LINE EXISTING OVERHEAD TELEPHONE LINE EQ EXISTING FIBER OPTIC LINE ETv EXISTINGCABLETV E EXISTING ELECTRIC LINE o"E EXISTING OVERHEAD ELECTRIC LINE o EXISTINGGAS EXISTING OVERHEAD UTILITY s EXISTING SANITARY SEWER MAIN ® EXISTING MANHOLE w EXISTING WATER MAIN D��{Q EXISTING WATER VALVE �-C EXISTING FIRE HYDRANT m=:-"s3aE::::t✓3::::I9=: EXISTING STORM SEWER EXISTING STORM SEWER INLET EXISTING FLOWLINE. CURB & GUTTER EXISTING CONCRETE EXISTING MINOR CONTOUR .- - - EXISTING MAJOR CONTOUR -0- EXISTING UTILITY POLE EXISTING STREET LIGHT Id EXISTING GUY WIRE X EXISTING FENCE �---� EXISTING TRAFFIC SIGNAL EXISTING CONIFEROUS TREE 1,`\F EXISTING DECIDUOUSTREE 2007 PROPOSED TELEPHONE LINE wT PROPOSED OVERHEAD TELEPHONE LINE Fo PROPOSED FIBER OPTIC LINE cry PROPOSED CABLE TV E PROPOSED ELECTRIC LINE WE PROPOSED OVERHEAD ELECTRIC LINE c PROPOSEDGAS alu PROPOSED OVERHEAD UTILITY .PROPOSED SANITARY SEWER & MANHOLE (�--- PROPOSED WATER LINE & VALVE PROPOSED FIRE HYDRANT PROPOSED STORM SEWER & MANHOLE . PROPOSED STORM INLET PROPOSED FLOWLINE. CURB & GUTTER PROPOSED CONCRETE �a(XXX-- PROPOSED MINOR CONTOUR -----XXXX- PROPOSED MAJOR CONTOUR i- PROPOSED UTILITY POLE PROPOSED STREET LIGHT X PROPOSEDFENCE PROPOSED TRAFFIC SIGNAL ABBREVIATION LIST AE ACCESS EASEMENT LT MH LEFT MANHOLE ARV AIR RELEASE VALVE PE PEDESTRIAN EASEMENT ASSY ASSEMBLY PC POINT OF CURVATURE BOV BLOW OFF VALVE PCC POINT OF COMPOUND CURVATURE C&G CURB AND GUTTER PCR POINT OF CURB RETURN CL CENTERLINE PI POINT OF INTERSECTION CMP CORRUGATED METAL PIPE PRC POINT OF REVERSE CURVATURE DE DRAINAGE EASEMENT Pi PVC POINT OF TANGENCY EL ELEVATION RCP POLYVINYLCHLORIDE REINFORCED CONCRETE PIPE ES EMERGENCY SPILLWAY RD ROOF DRAIN EX EXISTING RT RIGHT FES FLARED END SECTION SAN SANITARY SEWER FL FLOWLINE STA STATION GB GRADE BREAK SDMH STORM DRAIN MANHOLE GV GATE VALVE TB TOP THRUSTBLOCK TOPOFFOUNDATION HP HIGH POINT TYP TYPICAL FH FIRE HYDRANT UE UTILITY EASEMENT I.E. IRRIGATION EASEMENT VCP VITRIFIED CLAY PIPE INV INVERT VPC VERTICAL POINT OF CURVATURE IRR IRRIGATION VPI VERTICAL POINT OF INTERSECTION LF LINEAR VPT VERTICAL POINT OF TANGENCY FEET TOW TOP OF WALL LP LOW POINT BOW BOTTOM OF WALL FOr't' ir1S 281 North College Avenue Fort C."iine. CO 805" Phone: (970) 221-6605 FAN; 970 221 -6378 Ipi 70111f�t 1420 end Street Greeley. CO 80531 Phone: (970) 350-2126 FAN: (970) 350-2198 PJO As Constructed No Revisions; Revised: Void: GENERAL NOTES J. LOFTON ADC M455-074 15572 Sheet Number 5 c � � 11x' Row siocw.uc k'a-TL oi:Aix e1 _ 12't fi'k f%9'f t 2'k RIGxr 21'k 1' PARKWAv IUiN PUNTED MEDIWE AN BNFL NRx OIAVEL eN(E .A- , IRA I ______ _-) -------------------I _\_-__._______________- [ APwAt, vawRzr [. [4G SHIELDS STREET TYPICAL SECTION # 1 (APPROX. CL STA 39+ 12 TO CL STA 40+81) STA 40+81 TO STA 42+72 TRANSTTION TO SHIELDS STREETTYPICALSECTION #2 r POw vAmES 9x'k-100'f E% 0't E ARIES )0'f-e1'k 90EAA1t -Ly LOEwA K ., x-_--=PARKWAv^ BKETRAVEI �RIAVEL�V IIEs—^TAxEI��iNAVEI WE _ PARKwAv vARIES ao TO STA A%.es SHIELDS STREET TYPICAL SECTION #2 E. PAR VS ^"A" ONT Es 0'-e'i (APPROX. CL STA 42+72 TO CL STA 43+85) l i w VARIES 9t'Y - 100'f s SOEwA R- LOEwAIK .I_ uxiED-a{ x' k ARK%w A. —Es]_—L�TRAL£L I RyEAmEs —� �l—TRAxEL I-BxE R An1E5v — 2x i rwE x (sEcna Ee> [x cec I, w�xvvA Es ITI F58 [iii 22+&SIS rD�sr a`.e9 ATT—ED S.-LK Ex PARxwAv VARIES 0'-9'3 SHIELDS STREET TYPICAL SECTION #3 (APPROX. CL STA 43+8S TO CL STA 44+88) STA 44+88 TO STA 46+91 TRANSITION TO SHIELDS STREET TYPICAL SECTION #4 R —Es 1281-130'1 W !2' E iAWL �rR vEl vAA1E5 "M'1Au A ES _ "T, __ LEFT U 12� Lffr x 12' N WL- I xx��Sx .- 90E.A. w/J / _ I '-L—E x (sECnON *) CNG L:a cExEiE scc I— e PACTEO SUBP2ADE j 21PIWIENr sEc REW ITw>] (sEE 2) r E 2 (SECTION N) CMG (sEE NOTE 1) ivPE 2 (SECTION ne) CAG SHIELDS STREET TYPICAL SECTION #4 e. —PAC (APPROX. CL STA 46+91 TO CL STA 49+OS) STA 49+05 To STA 50+85 SHIELDS/HARMONY INTERSECTION TRANSITION TO SHIELDS STREET TYPICAL SECTION #5 —se• a -a �Jz't a-R— Rlar z' _ r _ z• tx' r r 1I— u' __r NRN—COKE�rRAVEL vAR SL —LEEi NRe� —LCEi NRu uE01AN i TRAVEI 0 xx-z sxvAWEs 2 (SE— WJ) CWG 22.5 CONCRETE SECTION (-I I T vAVEUExi SE[nOx (SEE xOTE x(sEE 10TE 1) TYPE 2 (SECTpN 18) OWG SHIELDS STREET TYPICAL SECTION #5 (APPROX. CL STA'50+85 TO CL STA 52+35) STA 52+35 To STA 56+56 TRANSITION TO SHIELDS STREET TYPICAL SECTION #6 NOTE: 1. THE 27• HMA PAVEMENT SECTION SHALL CONSIST OF THE FOLLOWING: 2" HMA GRADING S (100) (PG 64-28) 7" HMA GRADING SG (100) (PG 58-28)(2-3.5" LIFTS) 6" ABC (CLASS 5 OR 6) 12" FLY ASH 2, THE 22.5" CONCRETE SECTION SHALL CONSIST OF THE FOLLOWING: 10.5" PORTLAND CEMENT CONCRETE (CLASS P) 12" FLY ASH TREATED SUBGRADE 3. THE COMPACTED SUBGRADE NEEDED BENEATH PAVEMENTS CAN BE INORGANIC ON -SITE OR SIMILAR OFF -SITE SOILS WITH 100 PERCENT PASSNG THE 6-INCH SIEVE, PLACED IN 8-INCH MAXIMUM LOOSE LIFTS AT 2 PERCENT BELOW TO 2 PERCENT ABOVE OPTIMUM MOISTURE CONTENT AND COMPACTED TO AT LEAST 95 PERCENT OF STANDARD PROCTOR MAXIMUM DRY DENSITY (ASTM D698). -- cryof OT As Constructed Project No. Code GrectiDD Dale: 11i12iD7 I InUM,: JDL Fort Collins TYPICAL SECTIONS ) Last Modification Dale: 12 15 08 Inili0ls: JOL �^'f� ND ReyiGmns: AOC M455-074 Full PDIh: 281 North College Avenue 1420 2nd Street Greeley. CO 80631 Revised: Desi J, LOFTON 9^eft 15572 Drown File Nome: 111 601200FOR-TYPSEC.dW Fort Collins. CO 80522 Phone: (970) 22t-6605 phone: (970) 350-2126 FAX: (970) 350-2198 De(Oiler J. LOFTON ACDd Ver. 2007 Scole: T:20 Unils:ENCLI$H FA%: 970 221 -6378 Kw1 4 PJO Void: Sheet Subset: TYP SECTIONS Subset Sheet- 1 0( 1 SHEET NUMBER 6 m m� m= r m w m m= r m m m r= m SUMMARY OF APPROXIMATE QUANTITIES CONTRACT ITEM NO. CONTRACT ITEM UNIT ROADWAY PROJECTTOTALS PLAN ASCONST. PLAN ASCONST. 201 Clearing and Grubbing LS 1 1 202 Removal of Tree EA 96 96 202 Tree Trimming EA 10 10 202 Removal of Pipe LF 58 58 202 Remmel of End Section EA 3 3 202 lRemoval of Sidewalk SY 740 740 202 Removal of Concrete Gutter (10 foot Wide) LF 60 50 202 Removal of Curb and Gutter LF 1329 1329 202 Removal of Concrete Curb Ramp SY 36 36 202 Removal of Concrete Pavement SY 45 45 202 Removal of Asphalt Mat SY 9551 9551 203 Unclassified Excavation (Complete In Place) CY 3917 3917 203 Muck Excavation CY 200 200 203 Potholing With Surveying and Stationing of UIG Utilities LS 1 1 206 Structure Excavation CY 35 35 206 Structure Backfill CY 18 18 206 Filter Material (Class C) CY 10 t0 207 Topsoil CY 593.0 593.0 207 Stockpile Topsoil CY 1907 1907 207 Topsoil (Special) - Amended Onsite for Median and Parkway Areas CY 913 913 208 Wattles (25 R Sections) EA 5 5 208 Silt Fence LF 515 515 208 Construction Fence LF 900 900 208 Concrete Washout Structure EA 1 1 208 Stonn Drain Inlet Protection (Type 1) EA 3 3 208 Storm Drain Inlet Protection (Type 2) EA 2 2 208 Stom Drain Inlet Protection (Type 3) EA 3 3 208 Stabilized Construction Entrance EA 2 2 208 Erosion Control Supervisor HR 75 75 209 Water (Landscaping) - GAL 2700 2700 210 Reset Mailbox Structure EA 1 1 210 Reset Water Service EA 2 2 210 Reset Fence LF 721 721 210 Adjust Manhole EA 3 3 210 Modify Inlet EA 1 1 210 Adjust Vahe Box EA 8 8 212 Native Seeding ACRE 1 1 304 Aggregate Base Course (Class 6) (4" Depth) - Driveways and 2' Wide Shoulde TON 10 10 304 Aggregate Base Course (Class 6) (6" Depth) TON 2995 2995 307 Fly Ash TON 846 846 307 jProcessing Fly Ash Treated Subgrade (12" Depth) SY 1 0094 14094 403 Hot Mix Asphalt (Patching) (Asphalt) TON 55 55 403 Hot Mix Asphalt (Grading SG) (100) (PG 58-28) (7" Depth) TON 2981 2981 403 Hot Mix Asphalt (Grading S) (100) (PG 64-28) (2" Depth) TON 852 852 Computer File Informotion Index of Revisions Cityaf 1QT �,F&tColhns �-�—� 1420 2nd 5lreet 281 North Collage Avenue Craelwy. CO 80631 Fort Corona, CO 80522 Phone: (970) 350-V26 Phonr. (970) 221 -6605 FM: (970) 350-2198 FAx; 970 221-6378 tin 4 PJO As Constructed SUMMARY OF APPROXIMATE QUANTITIES Project No./Code Creation Dole: 12/24/07 Initials: JDL Last 1Jodification Date: 12 15 OB Initials: JDL No Revisions: Aoc M455-074 full Polh: Revised: Designer. J. LOFTON DrawingFile Nome: 104601200FOR-SAO.dW Void: Detailen J. LORON 15572 Sheet Number ] Acod Ver. 2007 Scale: N/A Units: ENGLISH Sheet Subset. SAO Subset Sheet:: 1 of 2 SUMMARY OF APPROXIMATE QUANTITIES CONTRACT ITEM NO. CONTRACTITEM . 'UNIT ROADWAY PROJECTTOTALS PLAN AS CONST. PLAN AS CONST. 412 Concrete Payment (6 Inch) Sy 14 14 412 Concrete Pavement (10.5 Inch) Sy 3304 3304 412 Concrete Pawnent (10.5 Inch) - Colored and Stamped Concrete CrosswalksSy 455 455 412 Concrete Paw:ment (10.5 Inch) - Fast Track (48 Hour) 1508 1508 412 Concrete Paw:ment (10.5 Inch) - Fast Track (24 Hour) Sy 150 150 412 Concrete Paw:ment (11 Inch) 45 45 506 Riprap (17) 94 94 514 Handrail LF 19 19 601 Concrete Class B (Wall) Cy 33 33 603 36 Inch Reinforced Concrete Pipe (Complete In Place) LF 44 44 603 29 x 45 Inch Reinforced Concrete Pipe Elyptical (Complete In Place) LF 27 27 603 36 Inch Reinforced Concrete End Section EA 1 1 604 Inlet Type R L 15 (10 Foot) EA 1 1 604 Manhole Slab Base (6 Foot) EA 2 2 605 4 Inch Non -Perforated Pipe Underdrain LF 176 176 605 41nch Perforated Pipe Underdrain LF 775 775 608 Concrete Sidewalk (6 Inch) Sy 1275 - 1275 608 Concrete Curb Ramp Sy 158 158 609 Curb and Gutter Type 2 (Section I-B) LF 2154 2154 609 Curb and Gutter Type 2 (Section II-8) LF 1910 1910 609 Gutter Type 2 (10 Foot) LF 60 60 610 Median Cower Material (Decorative) SF 1231 1231 613 2 Inch Electrical Conduit LF 300 300 613 4 Inch Electrical Conduit LF 300 300 613 Pull Box (Surface Mounted) EA 2 2 620 ISanitary Facility EA 2 2 626 IMobilization LS 1 1 FORCE ACCOUNT ITEMS 700 F/A Minor Contract Revisions F.A. 1 1 700 F/A Asphalt Pavement Incentive F.A. 1 1 700 F/A Concrete Pavement Incentive F.A. 1 1 700 F/A Fuel Cost Adjustment F.A. 1 1 700 F/A Asphalt Cement Cost Adjustment F.A. 1 1 700 F/A On the Job Trainee HR 320 320 700 F/A OJT Colorado Training Program F.A. 1 1 700 F/A Erosion Control I F.A. 1 1 I Vom user rue imormouon lnoex or rcevlslons JOT As Constructed SUMMARY OF Pro'ect No./Code Crmbon Date: 12/24/07 Initials: JOL CG_liyot Fort Collins Last Mcxldimtlon Dale: 12 15 08 Initials: JOL '`R-- — Na Revi;io s: APPROXIMATE QUANTITIES AOC M455-074 Full Path: 291 North College Avena! 1420 2nd 51ree1 Greeley, CO 00631 Revisor: Desi9aec J. LOFTON 15572 D—ing file Name: 104601200FOR-SAO.dW Fort Cclrms, CO 60522 Phone: (970) 350-2126 Detoler: J. LOFTON Acad Ver. 2007 Stale: N/A UniN: ENGLISH Phone: (970) 221-6605 FA%: 970 221 -6378 FAX: (970) 350-219e ae a PJO V6d: Sheet 5ubsel: SAO 50W Sheet2 or 2 Sheet Number B NOTE: 1. A 1.25" SWELL IN THE SUBGRADE FROM FLYASH WAS CALCULATED INTO THE EARTHWORK QUANTITIES. Computer File Information Index of Revisions c,tyur OT FortCollln5 '"�✓-�- 1420 2a4 Street 281 North College A522 Greeley. CO 806J1 fort Conine. Co 80522 Phone: 70)0) 0-219826 Pnone: (.)7 2 221 -6605 FA%; (970 J50-2198 FA%: 970 221 -6378 4) PJO As Constructed SUMMARY OF EARTHWORK QUANTITIES Project No./Code C—tion Doh: 12/24/07 IniNuls: JOL Lost NodiliCatiOa Doh: 12 15 OB Initials: JDL NO Review- AOC M455-074 Full Polh: RMSey: Desyner: J. LORON Delailer. J. LOFTON 15572 Orowin File Name: 1046ole: ACod Ver. 2007 $Cole: N/A Units: ENGLISH N/A Voi4' Sheet Subset: SEO Subset Sheet:: 1 0l 1 Sheet Number 9 SUMMARY OF EARTHWORK INDEX ITEM PROJECT TOTALS BOOK PAGE SHEET UNCLASSIFIED EXCAVATION (COMPLETE IN PLACEI CU. V0, SHIELDS STREET 7917 TOTAL FOR PAY QUANTITY 3917 FOR INFORMATION ONLY EMBANKMENT MATERIAL (NET) CU. YD. - SHIELDS STREET 1850 TOTAL 1850 COMPACTION lAASHTO 7991 (INFO ONLYI CU. VD. (MOISTURE 8 DENSITY CONTROL) EMBANKMENT (NET) iB50 BASES OF CUTS 8 FILLS 3481 TOTAL 6331 WETTING QUANTITIES (INFO ONLY) COMPACTION GALL (13,376 X40 GAL./CU. YO.) 213,240 TOTAL 213,240 ROADWAY QUANTITIES BALANCE (INFO ONLY CU. VD, UNCLASSIFIED EXCAVATION 39I7 (/!E VIGASSF�F%CAVAI%NJ OIWNTRY NQlA6IXGVATNG TIEAREA FOR 111E MMFABO% W TIE M3XAa$ ) EMBANKMENT !NET %FACTOR (1,2) 2Yp EXCESS EXCAVATION (TO BE DISPOSED BY THE CONTRACTOR) 1697 BALANCE TOTAL 7917 SUMMARY OF EARTHWORK INDIX ITEM PROJECTTOTALS BOOK •PAGE. SHEET TOPSOIL QUANTITIES ONFO ONLY) TOPSOIL STRIPPED: THIS IS EQUAL TO STOCKPILE TOPSOIL 1807 (ASSUMED DEPTH = 6 INCHES FROM E)aSTING ASPHALT TO PROJECT LIMITS) TOPSOIL' 693 - PLACE APPROXIMATELY 61NCHES DEEP FROM PROPOSED BACK OF WALK TO PROJECT LIMITS TOPSOIL !SPECIAL)- AMENDED ONSITE FOR MEDIAN AND PARKWAY AREAS PARKWAY AREA (BACK OF CURB TO FRONT OF WALK)- APPRO%31NCM DEPTH 109 MEDIAN PLANTER AREA-APPROX JB INCH DEPTH (DUE TO SLOPED SIDES) 804 TOTAL 913 TOPSOIL QUANTITIES BALANCE !INFO ONLY STOCKPILE TOPSOIL 1907 TOPSOIL 597 TOPSOIL (SPECIAL) -AMENDED ONSfTE FOR MEDIAN AND PARKWAY AREAS 913 TOTAL HAULED OFFSITE 401 TABULATION OF REMOVALS LOCATION REMOVALOF TREE TREETRIMMING REMOVALOFPIPE REMOVALOF ENDSECTION REMOVAL OF SIDEWALK REMOVAL OF CONCRETEGUTTER (10FOOTWIDE) REMOVALOF CURBAND GUTIER REMOVALOF CONCRETE CURB RAMP REMOVALOF CONCRETE PAVEMENT REMOVALOF ASPHALT MAT STATION TO STATION ITEM# 202 202 202 202 202 202 Z02 W2 202 202 UNIT EA EA LF EA SY LF U` SY SY SY SHIELDS 39-00.00 TO 44150.00 8 1 J39 308 —50.00 TO 51.75.Do 43 1 28 1 1 391 712 19 5,353 51r750DT058r81.58 45 8 30 2 10 60 817 17 45 3.800 PROJECT TOTALS 98 10 58 3 740 60 1329 38 45 9551 TABULATION OF RESET & ADJUSTM ENTS LOCATION RESET MAILBOX STRUCTURE RESET WATER SERVICE RESET FENCE ADJUST MANHOLE MODIFYINLET ADIUSTVALVE BOX STATION TO STATION ITEM# 210 1 210 210 210 210 210 UNIT EA I EA LF CA EA EA SHIELDS 39r0p,O0 T044r50.00 I 1 97 Nr5000 TO 51.75.00 1 624 1 1 6 51,75 DO TO 58.61.58 2 2 PROJECT TOTALS 1 2 721 3 1 8 Creation Dote: 12/24/07 Initials: JDL City of ',rOrt Collins �r�. a—m�a�LTminar 1420 2nd Street 281 No,h Gollaga Avenue Creeley. CO 80631 Fort Co10ns. CO 80522 Phone: (970) 350-2126 (970) 221 -6605 FAX;(970) 350-2198 FAX: 970 221-6}78 R ion 4 PJC ConstructIDet.il- ABULATION OF REMOVALS , & ADJUSTMENTS Project No. No./Cod AOC M455-074 Last Modification Dote: 12 15 OB Initials: JOL No Redsions:RESETS Full Path: Revised: igner: J. LOFTON )55%2 Omrin Fie Nome: 104601200FOR-TAB REM -RESET .dw VCr. 2007 Stale: N�A Units: ENGLIS I Void:Aced J. LORONPhone: el Suhsel: iAB Suhael $heal: r r r m m r m m m m m rM m m m m m m m m m m w m r m m m m m m ■r m m m m m TABULATION OF CURB, GUTTER, SIDEWALK, & MISCELLANEOUS CONCRETE LOCATION CONCRETE SIDEWALK(6") CONCRETE CURB RAMP' TRUNCATED DOMES" CURBAND GUTTER TYPE (SECTION I-6) CURBAND GLITTER TYPE (SECTION II-8) GUTTER TYPE (10'CROSSPAN) MEDIAN COVER MATERIAL (DECORATIVE) STATION TO STATION ITEM# 608 608 608 609 609 609 610 UNIT SY SY SF LF LF LF SF SHIELDS 39+00.00 TO 44+50.00 70 72 44+50.DO TO 51+75.00 863 141 272 1099 1282 1231 51+75.DO TO 58+61.58 342 17 20 1055 556 60 PROJECT TOTALS 1275 158 292 2154 1910 60 1231 .i .. is icy �4UAnil �i Cl. ..FOR INFO ONLY -TRUNCATED DOMES INCLUDED IN COST OF CONCRETE CURB RAMP TABULATION OF SURFACING QUANTITIES LOCATION AGGREGATE BASE COURSE (CLASS 6)(4"DEPTH) WIDE DRIVE SHOULDER SHOULDER AGGREGATE BASE COURSE (CLASS 6) (6"DEPTH) FLY ASH PROCESSING FLY ASH TREATED SUBGRADE(12" DEPTH) HOT MIX ASPHALT (PATCHING) (ASPHALT) HOT MIX ASPHALT (GRADING SG)(100) (PG 58-28)IT'DEPTH) CONCRETE PAVEMENT (6" DEPTH) CONCRETE PAVEMENT (10.5" DEPTH) CONCRETE PAVEMENT (10.5"OEPTH)COLORED AND STAMPED CONCRETE CROSSWALK CONCRETE PAVEMENT (10.5" DEPTH) FAST TRACK (48 HOUR) CONCRETE PAVEMENT (30.5" DEPTH) FAST TRACK(24 HOUR) CONCRETE PAVEMENT (11" DEPTH) STATION TO STATION ITEM# 304 309 307 307 403 403 412 412 412 412 412 412 UNIT TON TON TON SY TON TON SY SY SY SY SY SY SHIELDS 39,00.00 TO 44+50.00 3 204 37 610 227 p 44+50.00 TO 51+75.00 4 1336 528 8804 1247 14 2912 1 455 1 1500 150 45 51+75.00 TO 58+61.58 3 1455 281 4680 65 1507 391 0 PROJECT TOTALS 10 2995 846 14094 55 2981 14 3304 455 1508 150 45 fi Computer file Informotion Index of Revisions clty� �.Forl olhns `ws�' 251 Norlh College Avenue Fort Collin,. CO 80522 Phone: (970) 221-6605 -FA%: 970 221-6378 )pT ,•"ems„ �I 1420 2nd Street Creelay. CO 80631 Phone: (970) 350-2126 4A (970) 350-2198 m 4 PJO As Constructed TABULATION OF C&G ,SIDEWALK & SURFACING QUANTITIES Project No. Code / Cre4tion Date: IZ/2a/07 W6ols: JDL Last N4diliwtion Date: 12 15 OB Initi JDL Ng ReWsign,: AOC M455-074 Full Path: Rc wd: Designer: J. LOFTON 15572 Drawin File Name: 104601200FIR-TAB CONC & ASPH .dw Acad Ver. 2007 Scale: N/A Um(s: ENGLISH Yoid: Detai er:. J. LOFTON Sheet Subset: TAB Subset Sheet:: I of 1 Sheet Number (1) STATION AND OFFSET DISTANCES ARE TO THE CENTER OF THE STRUCTURE. (2) RIM ELEVATIONS AND OFFSETS SHALL BE VERIFIED PRIOR TO CONSTRUCTION. {3} ALL EXCAVATION, BEDDING, BACKFILL, COMPACTIONS, JOINT ENCASEMENTS AND OTHER INCIDENTAL ITEMS REQUIRED TO INSTALL INLETS, MANHOLES, PIPE, END SECTIONS AND RIPRAP SHALL BE INCLUDED IN THE COST OF THE ITEM. {4} THE STATION POINT FOR INLET TYPE R IN A SUMP CONDITION IS GIVEN TO THE MIDPOINT OF THE STRUCTURE: THE OFFSET IS GIVEN TO THE CURB FLOW LINE, AND THE RIM IS GIVEN TO THE TOP OF CURB. {5} PIPE LENGTHS ARE APPROXIMATE AND INCLUDE FES. THE STATION/OFFSET OF STRUCTURES THAT CONNECT PIPE SEGMENTS SHALL GOVERN. {6} ALL UTILITY LOCATION ON THESE PLANS ARE APPROXIMATE AND THE CONTRACTOR SHALL VERIFY THEIR LOCATIONS PRIOR TO THE BEGINNING OF CONSTRUCTION. Computer File Informotion Index of Revisions Cli'af ,Fort Cothns ��--�� 281 North College Avenue Fort Conlin, CO 80522 Phone: (970) 221-6605 )0T 1420 2nd Street Creeley. Co 80631 PM1one: (970) 350-2126 FAX: (970) 350-2198 As Constructed TABULATION OF STORM SYSTEM AND PIPE Pro'ect No./Code Crmfion Date: 12/24/07 Initials: JDL Lost ModifiWllon Date: 12 15 08 Initials: JDL No Revisions: AOC M455-074 Full Polh: Revised: Designer J. LOFTON ) 5572 Oraxin File 704601200FOR—TAB—STORMAd Name: Void: Detwiler: J. LOFiON Sheet Subset: TAB Subset Sheet:: I of 1 Acod Ver. 2007 Scole: N/A Units: ENGLISH FAX: 970) 221-6378 ion 4 NO Sheet Number t 2 TABULATION OF STORM DRAIN SYSTEM NOTE NO LOCATION INLET EACH MANHOLE(l) = _ W � � ELEVATIONS PIPE SEW ER LL Z i ¢ LL 0 f a _ 3 i a INVERT ELEVATIONS LOWER UPPER o � l7 ;C REINFORCED CONCRETE PIPE {3} TYPE R{4} L15 6' O EACH CL 111 H (PAY) H (PAY) LF {5} SHIELDS STREET 15' S' 10' LF -RIM {2} 'INVERT 29"x45" 36" EA EA EA EA E1 E2 E3 55+66.04, 78.72' RT 1 4.7 5087.0 5082.3 E4 55+62.70, 70.28' FIT i 4.7 5087.0 5082.3 E5 5082.25 5082.3 0.3 15 E6 SOg2.25 5062.3 0.4 12 E7 1 Ft 51+20.79, 109.35 LT 1 F2 S078.1 5078.4 0.6 44 F3 SO+gg.37, 75.00' LT 1 5.5 5083.E 5078.1 F4 F5 50+72.06, 61.98 LT 1 F6 50+71.68, 42.35 LT 1 (iii) Areas used for storage of construction materials, equipment, soils, or wastes (iv) Location of any dedicated asphalt or concrete batch plants (v) Location of work access routes during construction (vi) Location of borrow and waste (Vii) Location of temporary and/or permanent stabilization (9) The ECS shall amend the SWMP whenever there are: additions, deletions, or changing locations of BMPs. SWMP revisions shall be recorded immediately. Items shall be dated. and signed at time of occurrence: Specifically, amendments shall include the following: (i) A change in design, construction, operation, or maintenance of the site which would require the implementation of new or revised BMPs; or (ii) Changes when the SWMP proves to be ineffective in achieving the general objectives of controlling pollutants in stormwater discharges associated with construction activity.. (iii) Changes when BMPs are no longer necessary and are removed. B. Under Revision of Section 105 Conformity to the Contract of Superpave Performance Graded Binders: The format of the information needs to be adjusted for the following: Replace the TABLE OF PERFORMANCE GRADED BINDER LIMITS with the following table: Property Specification Compliance Limit for Price Reduction of 0% Rejection Limit, Price Reduction = 26% G�sin delta bffRTFO �;g Residue 220.M►n f� � _ '187VMinu R Slope (m-value) of the Creep Curve at Low Grade Temperature + 0.300 Min 0.295 Min < 0.266 10, C. Stdfne offthe PAVE' q^' t✓ 'n t��aw`r 4yc Fj�*' ram'. � j� .� .l-. �+k�++a. �"���� �� � • & a� �6�SY'�^nt 1`� ��"i�� �� J g �'3a �I'sr . �� � •�1�s�� o � ����-��''� 311 fVIaX �.� '>355����.� N•?1 ii_..F.F n.».. �J.7.K.+R�,:: v1 �., i'..F..Y�-�-yS, .!4<Si1;ni4.���ir.., Replace the formula with the following: PR = 25 • CL — test value CL - RL Where: PR = Price Reduction CL = Compliance Limit RL = Rejection Limit J4,k 'Win W,- z dmvs-4-,m;a1 of a trzining prWarn, the contra -,Dr or Zng=_.r ID?DeMr-.E-b to tru'lze trWrj-_es at lest -tan bwe p!.,we pre-o-eiiK mhk rate Zr lrF w-n pc-on:�ies! LTa an �o�' 6 prociam , -4s 49­raim_d. c- Helpers: _ieiP4f- _Wfi t - _- P _- M 't 7.-- C t D � &W r. . C n - a tie,` IT, M S .��Ccw- ci3sSrP_xj'nn %,* zps�v; �-_ amdw_fIr.,Q_,J on' Me apWmVE wa-ge- detemi lnzon of is appmwed pursuap-t m -me P�mo-=e W. "ort in S&c%66Ar2. -V.6mA'_r 1!6-',E'd _In a payncil at a helper %ZG*Z- r1:4, wtio Is W. a tvgw. undEria apprved 1-cAll- na�t 4. -agE rase on ov- _w Mara jf.P ton, sr�wl 4vnNe wzg--- ift-mr.1rrmn for ME Vassffl=on ar wo* am=per- ex. m M. 5. 4pprqntIm and Trslmm jProg&wworthr. M.S. DOT� p -- - APP�mflxzs am. tmn---s mmig ender a . preift_p, acid pqWramr. wjjcZ have b2--n cE-"K-d try tit-Semstari Off -X--:dlhg of 7ranapur,.ap on as pmm=ng E.EO b.cm.neclon wt-h fe&­-m- iam r)3t.. m e. & P139PO A U ANS, sectlorl IV. arm mfgfk1 t1mehmnI.), W-ame Twk and --m' rie-eE Ln1&;s1d Fit- raft wit be by me parmi-ar P­Dg.3 M-'E- The iiUa C� apm-451-1- es and j to boeor�q* jffaf&; j nbe lyrEar._*r than pe,mrifed UY #r-_ IerTMC-( ihARDi�6afar PrOgrim_. -5. Withholding: ) tte '-W-. E17,61 app'n J11s'pifant action q, fe-quest a, an roe- DbL v*ibnrW, cier came m be W=M, rAmn "Pe emumtor cf itu Oxwe a r any ny am-- Famera, comzm WV% the same P=E mtr?d9r, or afty. ot11-07 -, F` in, Oe,45�acon pmv�jfrvg !laid,jby tie same prime cqM�, as much or pre ampue-c pagm*=—m cc- aNan�eg asrrr.� 6-_.'C'CYrL6qs-ed nery. io.R*. Iab3rers and by dw contrador cii arty att,oc�c�x-#,e 1"kA'ar"notyrt of VagK r-_qLhmd,r,Y;t1O-, fr, me even: of taJl;1jre.:-643-,P,3,yanY. labaer or m-p-haM, •Inctutprig any a, axe, trainee, cf Paper, erii gpyed Cr -mm(,g un Vr= EffC"T e all or pan rif the >Ara3z .rcqjlred q46? " �mm-, tre.SH.AL q=mbTAn CCX>F may, zfte; wtr n nr,ace 0 , trie" O3cFx`3='c tale 'St.:h actwi- as may be wm-_ thk suspemon -6f any ;wtter-pzjms.-it 7. OwIIM9 iteWirentents: ND Conrilar or 5UbM-dM=. CGqJr-.dZng,TjX any FQ1t of ne _cmu= vAn wrim may requre.cr rr%tN-_VLe eFVo)Trwnt.of u=-4unen, or pTmee,lm Y4ar' .0"i(Rag a.D atrie-EE, and reloet desdilbk In pamgrapM /_ aril .15 abcve) shci re-axim Or p--*nft any lalm rei� me-CUN6, iilrhrr,36* or gu-k-d in anj %iriweek lnYnZh fie?ih_-J::5 eriiptoy1d.On ELV_I to wick , wai wc, IV; wil13 m., Vic . ft, 50reE, fr. excEsE V 40. Wqrs. Ineek n,,4 less ttzi cre,76vys-hatf trpei hhVher teas],,, rx..E- cr' Day'ror al: WAYS vrofted hi exces-a cr, -AO wa-5 Inox-t mite.mso-L 5. %q*IztlQfr 11_2Wr-)' Tor.-LAID90 Wages; UqL=ed Damages: In me evetat W a7y Wnila-fton of Tr* ciaLme W., (" In pa-agrapti 7 atieve, m coitrwtw and any w6=a =cr T4perwbf-_' ferim slim be IIZVC- tD re afr--.V--d enpioyi , for ftl6MW- v1pad %Wes. Im awbon, Rmh c Dwador am sLo=TjaH,.cx m:-jj rx- =4 to vie 11"te-1 SPip-C Mtn 0-,Z- case of. VrA *Yle Lmder mtract for me c9stnct cr C.C(mbia . or -a beftm)', to tmri Drtrct or to sluct, tLRyl Tar 11:01jajed CLITiags-s- Su= 044datej dair.-Aq-Q-Z Grw� be c4xrpqdM alth respect to each InCI".I&.iZd WWet, mechanic, W-atPr.w= ev4led In YWaknofthe clause se Tani In Parigrapi 7, in me wn. 0` SIO Tor earn =troclar day on W-lum &,= empaDyee_ was requLmd or ps-miLed to -Arfk in exx-w cy,, the $7.anclzm mat %sek of Ac hD= wrgm, mmL­,-. ct --te 7- m*r.rrA- wal pwlag . 9- Wftn.",dfng lor.ltripax %Vw,m *no Uoo;ajed 0cjragN.: TTr_= SHIA El -ail LEYx. nr op;%T,, aTion.or upbr, vxrlam reqtest of al)' a6M,-Twe.1 re-p-z-seentmue of U'P- DO'_ 11,111-'VC, Or cause to OE rW wy. mclrles, payaVe or. acmm; Of pe Mwntecl tyy U* cvtmter cc* sdjc�-rw=r. ulcer any swri .*ntra,: cr any VTw Fedral =.rmac! bVJ-i the tams- p4m.r_ rcr any oth_�r Fed�a)-assfzted cvmo ract wj_� to -.PE CL;cntW* VICA' Ha , 5 6ch i&4s as. may be cletemin P-d to be Er;sry trfy- !iaigfifee 'cr SIX-h Ocrc*x or sit, ',rrt3r W UrIP1313 VF&-Qes a r4i l4alved da� X Prmiled .11 the rAauze EeFlibm Jr. paragzpri 6 zw� k V. STATf1iNTS AND P.4YR-OLLS .V!e2we'm -all FE-isral-altJ Oxtsawtion caritf-j= ExoE-_MW SZOO and to an qL4a-_za I sui=6 I :j . w,-A, exp Txpfwz-=, ip cateo on raaaa-.s c4awlm. as IX-Zf rows w ra-i wi-ect7s, umLn a-c- I-- CompEance w1trw COjYA3W "WBOOMB (2_5 CFR 3): Tie GMtM= fP.Zjj =TOy r 1E411 - gt* Copemd RegUallom ce, tte Semary qT Laborvich are here.h'IncotTewated by rV&enc*_ R3"' .8 and- Psymfl Rewrda: rL Pvffas and mask- mnros re=rq V*reto *Aml:tee mairnalnec via r*'c6irm., alit earl Sut*mmanw durm me w4ni ce; ew" v,jojm, and pMd ear a PEOM t 3. Y.-ani Tr= ifie damOf &31mPL_dW-1-.1N1 ifie, OF&= Tw, at .1abmm meCikic--, aD watallmer, am gi� M. vmwngr at. - .. ine v.c- ne"twA. D. The pay= reoor= :5=1 the nan*j sWa4 64-MM WMbef -aW War�EW Cf, e�'Z WW'Ovays'em: lYs..oT new =rwx waves pay (baitiling tales -v OMUIDWAIE of c+w' is av4)ateq' zr W_ia noe itfirve bineft or C,mh eT1v.1S1h :WC-1 VE-�pK CIEScrted Iq Seam 1.1-bl,12P) OT VIA- CLXAE Bacon Arg); day and *Ary nurL.'e, Oc r"m wwkw;.dej1=on's m*aJ---; and amwal iAnespald. In --AIM for ,6;"rwmal cw*-&t 2. s, V* payml reamsVWII cwtaln a rrmat;on �Xj�=f)g _1eEj or Cc%--. n*t,* nor ntalhy 'Cj 'Yea as denied 6. macx;ment -A, sede-1-a"iy - ie! Law,.' pmLet to secbm Nr, Par -:z. Inds until O-W the i%%jes cr.., any. r or M&K'W1kU, Cie a ftt m" V �any � anticipated b r eas in Or FA7CTaM 30 mz 'emn 1J,OY,2X5) Cf ft* DOWS Ba6m AcL IM oo;-=,mr ana eaclh vibcaita= srw maintai'Teo= wnch gmi trixt.mPyre mrmtir ment tD xu�� such beien ii me, pm or program , , is; n riallr FeSPOTIN5.1ble, me: plan oT vm-.,.rh im bee OwrfnuniGated 1-1 W_ m Irte. taw -ern Or ineotunlm irreee,--o, arid..ifsaw =ar-'_paL&J or re ac W, c= limyred 11h p-mic-Ing teDE-EM Ca or-kb"fttr�'or,emt4o,,:-Wa �-- ap * �T Mises Lnar-- 4-prove jqgam Sul rTi, twin 'ATTIEn _nX ,cr , he, rEgW=W:, W apprentices and tmatmemeE, and mik--- and wage mes preserbed In tz* aD aid S+1^.eCO� rll auwr "I %,T,-UA emz ,Ar=ek InvAk-ka-w cwbad =rt IF ff:aC47ro-0, 15 #tSrSKALke&td-Mr1 enTleer a pa ml O�iwas ;may eav) C4!ts effloDyees. qw-ung Marl_-w-esr. and rta_�rs. aeav-_Itnec In Sze -Mon Nf, pwa- gmpfls 4 wd S. anti watcnniw- and guards eigaged cr, v*M cim-m tNe- V,-E� w_--Aly p_3ymj Fs-Iod). -1hc- etfxrME�d Gtiall'*et OU-1 a=r3l--Iy arA CMPIRVY ai Cr VE lffW=-M MILOR-d --a It* TrQrUnek unoer parz*graph 2b or this Dectian V, Tta inNrah.-Ti may. be submiftW in any form, desired. Optwai Fon W-N-347 Is aallaZle Tv this Pw?O5A_ and rway be pwawed ;w, ter. Supelmlenciew, OT Dmme= (FeaeM,MA nunber U.S. Gvrerrtmeft PrIntinq Offtce, Washhgbn, D.C. xu�m Th--- PrumE cwtr=-Qr Is resp&tsiue -mr the'sLimis- V)w (f copies M pal-rVis bry al sm-contmclDrE. �r �r �r r� rr +r r �■r rr r� r� r� rr rr rl� �r �r rr rl� 100 0 1ar zoo?'0 scn1.8: r- zar W Z _Z WESTBURY P.U.D. Z I PINEVIEW P.U.D. m PINEVIEW P.U.D. m 2ND FILING i 1 1 BROPHY I 1 i PHASE 11 W PHASE 1 cn U I I Q — - 39+00 45+00 so 0o ss+oo SHIELDS STREET 1106.79' N00'01'59"E 993.21' 60+00 U CL STA 39+00.00 CONTROL LINE=SECTION LINE W Z N 106789.78 POINT �j591 Z� E 189432.37 NW CORNER SECTION 2, T6N R69W I 1 THE WOODLANDS FOUND 3-1/4" ALUMINUM CAP CONDOMINIUMS 1" IN A MONUMENT 80X, I I P.U.D. Z Z STAMPED PLS 5028 m W N 107896.56 I I O j E 189438.14 I 1 w m FRONT RANGE I hd U. COMMUNITY COLLEGE CL STA 60+00.00 N 108889.77 E 189438.71 ......... ..... i Creation Dole 71/12/07 Im1iWs: JDL V "."w." ''rye Fort Collins OZ � As Constructed Project No. Code ) / Losl Modification Date: 12 15 08 Iniliah: �L.h SURVEY CONTROL PLAN JDL g4L,» No Revisslna: AQC M455-074 Fdl PothOIh: Oro.' F'de Nome: 104601200FOR-HCAw 281 North Co11e9e Avenue fort Co6ios. CO -B0522 1420 2rq Street r—e Y. CO 80631 Phone: (970) 350-2126 Revim : OniT— J. LOrTON 15572 Aced Ver. 2007 Stale: 1:200 Units: ENGLISH hone: (970) 221-6605 FA%: (970) 350-2198 Vo;d. Iktoder: J. LOP FM: 970 221-6378 4 PJO Sheet Subset: SURVEY CNiRL Subset $heeU: I o1 I Sheet Nember 13 FRCC n O C0 zz n� Om mm 0 m .HARMONY ROAD O = !\r m z :D°O0 C30 Z vz C� 3z Z cn v Z vi m WAKEROBIN LANE- ' 111 I In I ul I � � I I �WESTBURY m N z -1 ° c I z I I -v COLLINS 0 0 ' In O 1 I 1 I n '0 z m � C b + u $ ri IT, = O n o NiI 0 ym N I 8 ' 1 ' � n I I I I I I� II (II LANE r r m m r m m m m m m m m m MGNIn ^+'r^ ror BOREHOLE LOG BORE111%E F•,•N.RMC';�.en.,,F, BOREHOLE LOG 9011EIK%P PROJECT: HARMONY ROAD PAGE: 2 OF 2 No. PROJECT: HARMONY ROAp 2 OF 2 uo MFG-14 PROJECT NO.: 18— GATE neGe MFG-7 PAGE N0. PROJECTlens DATE 025D6 Pn0 0[CO'. WAF4 602.DESCRIPTpN IRIB 0[COV, GW»IC 90Rp RPTION MVRl m ee1Pv90 PrA e'I Sw YpGl9���, n a 2 Bvd s e T �10 1t 0 I 2 B 0 10 11 IG 'i ASPHALT (0 TO 8.8-) w qq d° I� ASPHALT (0 TO B.d-) BASE COURSE (6.8-TO APPROX. 15-) _-_-- -— --_ —_ — - BASECOURSE(8.4-TO APPROX. 70.8•) ---_ == —_—_ _= -- 7 - SILTY CLAY (APPROX. 1.25 TO E.O.&) MOIST, VERY OARX GRAYISH BROVM I— 30L VERY STIFF. APPROX-- COLORCHNJGETOREDDWIPONT!(Miy<),iR SAN0. E.O.B.•10A SILTY CLAY (APPRO%. 0.9' TO E,O.B.) NA T. DARK YEILOVnS BRONN( I BYR"L VERY$T6F. APPROX.A.S'• COLOR CHANGE TO REDDEN BROWN(SYN 4JI. E.0.8.•10A MSG, In, •w r. BOREHOLE LOO ORIS O E NO, MFO-15 PROJECT: HARMONY ROAD PAGE 2 OF 2 PROJECT NO.: 10/eW DAM g25� Pn R—E 901E OEBCRIP1pN wNN YVk NP ryw017_ ' o t 2 B t0 ASPHALT 0TO 5.4 i'dL Y BASE COURSE (5.4- TO APPROX 17.0-) O m ~8 --- = c SILTY CLAY (APPROX. 0.9S TO E.O.B.) MOIST. VERY DARN BP—(IOYR-), STIFF,V1 SILTY SAND LENSES. APPROX. 2.S TO J.V - SILTY IENSES. APPROX.0.S • W000 FMGMENT ETJCWMFRED. APPROX. 0-VERY MmST, COLOR CHANGE TO LMM BRONNLSH YELLOYB (10YR W). E.02. • Me '—- i -_ �i Py Y...... . .... Computer File InformoI ion Index of Revisions atY� ��tfl 281 Noon Cone AwRw 9e Fort Canine, CO 80522 Phone: 1970) 221-6605 FAX: 970 221 -6378 pr 8r�r�As1 Craps 2,d0t,eet I.Y. Phone: (970) 350-2126 FAX: (970) 350-2198 R 4 PJG As Constructed EXPLORATORY BORING LOGS Project No./Code creOto „ D Dote: i,2io7 ITlilmh: JDL Lost IIGdBkotbn Date: 12 1s Da InlUols: JDL No Revieons: AOC M455-074 Full POW \\XXXXX\XXXXX Revised: Dn' J. LOFTON '' Oetoiler: J. LOFTON - Drawl File Nome: 104601200FOR-BORING.dw Void: 15572 Shttt Number 15 ACGd Yet 2007 Scale: 1:200 Units: ENGLISH Sheel Sub5e1: EX RORING $ubsel Sheet: 2 of 2 i I WESTBURY P.U.D. 2ND FILING N l F COLLINS 3 m 51� S s s s S - % I (A—=-- i TRACT D=� _—--------_---_ EX TREES TO BE REMOVED (COLLINS)( >O IQ WE & DggE��)� ,, TRACT E i I RESET Ex WATER SERVICE TELE 11 Q i WE & DE) ADJUST Ex BOXES CATCIH LINE EX Pow ti (BY OTHERS)(SEE NOTE 7) (TYP), 11 41� /.•I�\,,'• ..... ., RESET -- _ x ENC_ E F E (27 LF) 0 ll o", O U SHIELDS CL= REMOVE(91 ) - W _ _ I Ex SECTION LINE (TYP) Z) RESET Ex FENCE (135 LF) z, 38+00 = F 40+00 41+00 42+00 43+00 - . Laa+Oo;w'^" J O _.,:,-- •-.., SAWCUT LINE U U — — — _ —SHIELDS STREET —EX R°wvl (CL STA 43+71 9) EX EDGEOF V I I a� � I B o FRONT RANGE I 9 EX A- lE Fi COMMUNITY COLLEGE EX 20'DE h uE z 1. CONTRACTOR SMALL COORDINATE MTN PROPERTY OWNER FOR RELOCATIONS OF FENCES, GATES. POSTS. MAILBOXES AND PRIVATE ITEMS IN CONSTRUCTION O OMITS i 6 2. ALL EXIST. ROAD SIGNS "THIN THE PROPOSED ROW SHALL BE REMOVED BY THE CITY OF FORT COINS UNLESS OTHERWISE NOTED. ti'^'�a�y+'•,} LL EXIST. ASPHALT REMOVAL 3. ALL EXISTING TREES TO REMAIN SHALL BE PROTECTED N PLACE. PROTECTION FENCE SHALL BE INSTALLED AT ME DRIPUNE.. 4. CATCH LINE' DENOTES TOE OF FILL OR TOP OF CUT. I I 5. NOTED ELECTRIC REMOVALS RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY PVREA. CONTACT PVREA TO COORINATE RELOCATION OR ADJUSTMENT. PHONE: 229-5311. EXIST. CONCRETE SIDEWALK REMOVAL 6. NOTED ELECTRIC RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY CITY OF FORT COLLINS LIGHT k POWER. CONTACT CITY OF FORT COLLINS LIGHT & POWER TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: (970) 221-6700 _ 7. NOTED TELEPHONE h FIBER RELOCATIONS AND ADJUSTMENTS SMALL BE PERFORMED BY OWEST. CONTACT OWEST TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: (970) 377-6451 B. SHALLOW UTILITY CROSSINGS SHALL BE FLOWYILLEO TO A DEPTH DETERMINED IN ME FIELD. x 9. UMITS OF STREET CUT ARE APPROXIMATE. FINAL UNITS ARE TO BE DETERMINED N THE FIELD BY THE CITY OF FORT COLLINS CONSTRUCTION MANAGER. ALL REPAIRS TO BE IN ACCORDANCE WTH CITY STREET REPAIR STANDARDS. �. 10. ANY LANDSCAPING (LE. -SHRUBS, SAPLINGS, ETC.) NOT SPECIFIED ON PLANS TO BE REMOVED AND WITHIN ME LIMITS OF CONSTRUCTION SHALL BE REMOVED UNDER CLEAR d GRUB. Computer File Informotion Index of Revisions cltyar 10T As Constructed SHIELDS, REMOVAL PLAN Project No./Code Creation Dote: 11/12/07 Initials: JDL Fort Collins Lost Modification Dote: 12 1s 06 Initials: JDL - No Rerisions: STA 39+00.00 TO STA 44+50.00 AQC M455-074 iMl Path: \\%%X%%\XXXXX 281 Noon Co leg& A.enue T420 2n4 Street Greeley. CO 80631 Revised: Des;g— J. LOFTON 15572 Dro.i file Name: 104601200FOR-DEMO Shields .dw Fort Collins, CO 80522 Phone: (970) 350-2126 DelaikC J. LOFiON Arad Ver. 2007 Scale: 1:50 Units:ENGLISH Phone: (970) 221-8605 FAX: 970 221-6J78 FAX: (97D) 350-2198 .Rn 4 PJO Void: Sheet Subset: DEMO Subset Sheet:: I of 3 Sheet Number 16 s EXIST. ASPHALT REMOVAL 25 O 25 P N I , EXIST. CONCRETE SIDEWALK REMOVAL l JBROPHY L_ j %rt , i t IN eij T — _ (� no LIMITS OF CONSTRUCTION ° 3 O —I L i a `y (SEE CITY OF FORT COLLINS U r W. HARMONY ROAD IMPROVEMENT 2 I I PLANS FOR CONTINUATION) EX TREES TO BE REMOVED (COLLINS)(6) EX TREES TO BE I ( TC EX DE d' UE X REMOVED (BROPHY)(28) I I yr REMOVE EX CONCRETE DRIVEWAY (58 SF) I A I i p RESET Ex WATER SERVICE f (7 CATCH LINE (TYP) ( / DEL& UE REMOVEEX GRAVEL DRI1%EWAY\(S59 SF) r^ o , ��, ) `? w - i ...�� � ,BECIN E% C&C / PROPOSED ROW ``* I ` AND SW REMOVAL m / IGRAVEL DRIVEWAY I ( P J , `tii f{4 . CL STA 50+66.11, 40.1' LT RESET EX POWER POLE T & E% TELE BOX (BY OTHERS) (936 SF) i RESET EX FENCE 4•I 1t+; (SEE NOTES 5 & 7) / (535 LF) ">` OJ. C ,.p, W x ' _ RESET EX MAILBOX STRUCTURE— E 7 Z �@ —(SEE NOTES 1 & it — —x -.."-. FA. y �svi_P rfLJ ,y. J�,fd .r-,,..,-,.,.i;.�"_;-.rn�,:.:,.}.-..a..^,:.fl ,..r :�._ :a..Au.., ri._.'� . mot_ E-7 �i -u*t.. s - < J SECTION LINE _ — G T a — �d--CATCH LINE (TYP) -- USE �_T BEGIN EX SW REMOVAL W V! W CL STA 45+22.52. 47.3' RT EX TREES TO BE REMOVED (FRCC)(9) YBEGIN EX C&G REMOVAL REMOVE EX POWER POLE CL STA 44+88.79, 34.7' RT (BY OTHERS)(SEE NOTE 5) t, CONTRACTOR SHALL COORDINATE NTH PROPERTY OWNER FOR RELOCATIONS OF FENCES, GATES. POSTS. MAILBOXES AND PRIVATE ITEMS IN CONSTRUCTION LIMITS. 2. ALL EXIST. ROAD SIGNS WITHIN THE PROPOSED ROW SHALL BE REMOVED BY THE CITY OF FORT COLLINS UNLESS OTHERWISE NOTED. 3. ALL EXISTING TREES TO REMAIN SHALL BE PROTECTED IN PLACE. PROTECTION FENCE SHALL BE INSTALLED AT THE ORIPUNE.. 4. 'CATCH LINE' DENOTES TOE OF FILL OR TOP OF CUT. 5. NOTED ELECTRIC REMOVALS. RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY PVREA. CONTACT PVREA TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: 229-5311, 6. NOTED ELECTRIC RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY CITY OF FORT COLLINS UGHT & POWER. CONTACT CITY OF FORT COLLINS LIGHT III POWER TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: (970) 221-6700 7. NOTED TELEPHONE & FIBER RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY OWEST. CONTACT OMEST 70 COORDINATE RELOCATION OR ADAISTMENT. PHONE: (970) 377-6451 8. SHALLOW UTILITY CROSSINGS SHALL BE FLOWFILLEO TO A DEPTH DETERMINED IN THE FIELD, 9. UNITS OF STREET CUT ARE APPROXIMATE. FINAL UNITS ARE TO BE DETERMINED IN THE FIELD BY THE CITY OF FORT COLLINS CONSTRUCTION MANAGER. ALL REPAIRS TO BE IN ACCORDANCE WITH CITY STREET REPAIR STANDARDS. SAWCUT LINE SHALL BE CONSIDERED INCIDENTAL TO ASPHALT REMOVAL WORX. 10. ANY LANDSCAPING (I.E.-SHRUBS. SAPLINGS. ETC.) NOT SPECIFIED ON PLANS TO BE REMOVED AND WINN THE LIMITS OF CONSTRUCTION SHALL BE REMOVED UNDER CLEAR It GRUB. 11. CONTRACTOR TO COORDINATE NTH US POST OFFICE FOR TEMPORARY MAILBOX LOCATIONS FOR USE DURING CONSTRUcnON. FOR INTERSECTION REMOVALS HARMONY/SHIELDSINTERSECI REMOVAL PLAN kTD EX CI&G REMIOVAL IM(T/, I*� NCL STA 49+4471, RTL"L.1 r o s C T'iSiPSlt.y.ICL.f , ^� :'END EX S �y$W REMOVAL >'CL STA 49+76 �~ Tg BEGIN EX C&G t y I` REM W- — 1Y___._ AND SW REMOVAL p RE OVf CL_ STA 50+36.79, 83 6 FIT ,y I LIMITS OF CONSTRUCTION FRONT -RANGE (SEE CITY OF FORT COLLINS COMMUNITY W. HARMONY ROAD IMPROVEMENT COLLEGE PLANS FOR CONTINUATION) EX C&G SW REMOVAL �e TA 50+84.8, 29.8' RT , !r iOVEIEX CONC CURB RAM IVE EX SW (590 SF) a°4 ��3 ii EX C&G (92 LQV �/ I Y Creation Dote: 11/12/07 Initials: JDL City of Fort Collins OT As Constructed SHIELDS REMOVAL PLAN Project No./Code Last Modification Dote: 12 15 08 Initiate: JDL ___ No Revisions: STA 44+50.00 TO STA 51+75.00 AOC M455-074 Fall Path: \\XXXXX\XXXXX 281 Nora, College Aver.. Fort Collins. CO 80522 u20 2nd Sbrol• Greeter. CO 80631 PNoru: (970) 350-2126 Revised:- Designer: J. LOFTON 15572 D—i File Nome: 1046012OOFOR-DEMO Shields .dw Aco6 Ver, 2007 Stole: 1:50 Units: ENGLISH Plrone: 111 221-6605 FAX: 970 221-6378 1.: (970) 350-2198 Void: Detaiter. J. LOFION 4 PJD Sheet Subset: DEMO SUMeI Sheet: 2 0l 3 6hec1 Number 17 PINEVIEW P.U.D. PHASE 11 EX 3I OE dE 1IF' CATCH LINE (TYP) -- BEGIN E% C&G REL CL STA 55+75.69. 77 i---__ END EE%�C& i I _ SIDEWALK REMO' EX TREES TO BE REMOVED CL STA 55+75.69, 77.7' OR RESET (PINEVIEW)(45) c� PROPOSED ROW 4f REMOVE PORTION EX 36- STORM (2 — (30 LF TOTAL -- DJ k _ rREMOVE EX SW (2900 SF)I it —EX ROW SECTION LINE ADJUST EX WATER WATER VAL THE WOODLANDS CONDOMINIUMS P.U.D. I. CONTRACTOR SHALL COORDINATE WITH. PROPERTY OWNER FOR RELOCATIONS OF FENCES. GATES. POSTS. MAILBOXES AND PRIVATE ITEMS IN CONSTRUCTION LIMITS, 2. ALL EXIST. ROAD SIGNS WITHIN THE PROPOSED ROW SHALL BE REMOVED BY THE CITY OF FORT COLONS UNLESS OTHERNSE NOTED. 3. ALL EXISTING TREES 70 REMAIN SHALL BE PROTECTED IN PLACE, PROTECTION FENCE SHALL BE INSTALLED AT THE DRIPUNE.. I 4. 'CATCH UNE' DENOTES TOE Or FILL OR TOP OF CUT. 5. NOTED ELECTRIC REMOVALS, RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY PVREA. CONTACT PVREA TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: 229-5311. 6. NOTED ELECTRIC RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY OTY OF FORT COLLINS LIGHT & POWER. CONTACT CITY OF FORT COLLINS LIGHT & POWER TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: (970) 221-6700 7. NOTED TELEPHONE & FIBER RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY OWEST. CONTACT OWEST TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: (970) 377-6451 B. SHALLOW UTILITY CROSSINGS SHALL BE FLOWFILLED TO A DEPTH DETERMINED IN THE FIELD. 9. LIMITS OF STREET CUT ARE APPROXIMATE. FINAL LIMITS ARE TO BE DETERMINED IN THE FIELD BY THE CITY OF FORT COLONS CONSTRUCTION MANAGER, ALL REPAIRS TO BE IN ACCORDANCE ON CITY STREET REPAIR STANDARDS, SAWCUT_LINE SHALL BE CONSIDERED INCIDENTAL TO ASPHALT REMOVAL WORK. 10' ANY LANDSCAPING (I.E.-SHRUBS. SAPLINGS. ETC.) NOT SPECIFIED ON PLANS TO BE REMOVED AND WITHIN THE LIMITS OF CONSTRUCTION SHALL BE REMOVED UNDER CLEAR & GRUB. Computer File Informotion Index of Revisions aryar Cr"bon Dote: 11/12/07 Iniliols: JDL Fort Collins Lost Modification Date: 12 IS 08 Init'wh: JDL "•�_ Z - I1. I f � Z I 'I \ PINEVIEW P.U.D. W 5 II PHASE 1 .I � a .II N� aI END EX C&G REMOVAL CL STA 56+16.14, 59.7' LT I' I BEGIN EX C&G i SIDEWALK REMOVAL zs o 2s _I CL STA 56+34.30, 68.4' LT ) � scALE: REMOVE EX CONC CURB RAMP I • - so• ADJUST EX SAN MH END EX SIDEWALK REMOVAL `T �-- ... L RESET. EX ELEC BOX CL STA 57+40.45, 45.6' LT .. (BY OTHERS) END EX C&G REMOVAL CL STA g�-(SEE NOTE 6) 57+61.58, 40.0' L7 REMOVE EX C&G (147 LF) a 'REMOVE EX C&G (43 LF)(.,' REMOVE EX SW Q (786 SF) O U NREMOVE E% CONC ,,,. ..A PAVEMENT (45 SY)3 R'y 57+00 SB+00 _...: 7._. _. CIS+00.3 fir) f yi�F >#X T : SAWCUT LINE t}.°e ') (CL STA 56+89.1) _ # _J Z SJ— _ _ — — — W — — — — — w— — E I OW Ix I � EXIST. ASPHALT REMOVAL dZ WX.J I ... a I� I I I EXIST. CONCRETE SIDEWALK REMOVAL FIXI Poth: \\XXXXX\XXXXX 281 Non' Conege AYenua G ley. CO Lr 80631 Oro .in File Nome: 104601200FOR-DEMO Shields .dw Fort Collins, CO 80522 Phone: (970) 350-2126 Plane: (970) 221-6605 FAX: (970) 350-2198 Aced Ver. 2007 Scole: 1:50 Units:ENGLISH FAX: 970 221 -6J78 R 4 PJG As Constructed SHIELDS REMOVAL PLAN Project No./Co o RiV4m s: STA 51 +75.00 TO STA 58+61.58 AOC M455-074 nrsed: Designer: J. LOFTON 15572 Deloiler, J. LOFTON old. Steel Subset: DEMO 1 Subset Sheet:: 3 of 3 Sheet Number 18 I m m m m m m m m m m m r m m m m m m m LIMITS OF CONSTRUCTION (SEE CITY OF FORT COLLINS W. HARMONY ROAD \\ IMPROVEMENT PLANS FOR CONTINUATION) — I `J >Y ]I I� REMOVE E% ASPHALT MAT PINEVIEW P.U.D BROPHY SIDEWALK (887 SF) PHASE 11 REMOVE EX TIMBER I-x%F �� -1I�. RESET EX FRONT RANGE COMMUNITY COLLEGE ROAD- r1h, IS O 15 30 SCALE: 1•'" 30 g Y RETAINING WALL & SIGN � Q T A. E I ,y CABLE BOx — — NOTES: (SEE NOTE 1) Ib� ArcI� (BY OTHERS) 1. CONTRACTOR SHALL COORDINATE WITH PROPERTY OWNER FOR RELOCATIONS OF w i (SEE NOTE 8) FENCES, GATES, POSTS. MAILBOXES, SIGNS, WALLS AND PRIVATE ITEMS IN REMOVE EX SIGNAL I X f' CONSTRUCTION LIMITS. REMOVE E% 36" x (BY OTHERS)(SEE NOTE 9)" aye.- v ,M I STORM PIPE (28 LF) 2. ALL EXIST. ROAD SIGNS WITHIN THE PROPOSED ROW SHALL BE REMOVED BY THE \ \ I I REMOVE E% �a I+. �v' � CITY OF FORT COLLINS UNLESS OTHERWISE NOTED. POWER PO,E & GUY WIRES EX STORM SEWER I (BY OTHERS)(SEE NOTE 5)'+. +*�l& MH TO REMAIN 3. ALL EXISTING TREES TO REMAIN SHALL BE PROTECTED IN PLACE, PROTECTION FENCE SHALL BE INSTALLED AT THE �. ADJUST MH TO GRADE ORIPUNE.. RESET EX ELEC CABINET ttt• �,fn y$l�fi) 4 � � r (BY OTHERS)(SEE NOTE JI aK �' � B`T FO FO �a.."CATCH LINE" DENOTES TOE OF PILL OR TOP OF CUT. 5. NOTED ELECTRIC RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY PVREA. — X ` Q * `A 1 CONTACT PVREA TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: 229-5311. `y gREMOVE EX INLET 1 ,},h 's".•. �" d.h SEE NOTE 13 4"ti '+` rrt ' 6. NOTED ELECTRIC RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY CITY. OF ( FORT COLLINS LIGHT W POWER. CONTACT CITY OF FORT COLLINS LIGHT & POWER TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: 970 22/-6700 'EMOVE EX SIGNAL POLEp==". k ^7 �*s}y+ ADJUST EX WATER VAL''11 n,•u ..' A� TO REMAIN z3'y-na4+`f•'7"' t''W'1rr"tE1,»s ( ) Y OTHERS)(SEE NOTE 9)+( :8,57 Li "'m "#'ns'L"i)' . s3 ,y :C7`ri 7. NOTED TELEPHONE &FIBER RELOCATIONS AND ADJUSTMENTS SHALL 8E PERFORMED BY OWEST. CONTACT OWEST TO COORDINATERELOCATIONOR ADJUSTMENT. PHONE: 970 '••-. W"�i.=r.i�k}+ _i3,J .:r 5.'r agyiA'x"T"'k"��� %,'`"w.''� w... I`T'+.st`1.sY,.�"-'s kk,'r.,4y. Ex SE�.�.,.rcTONLIN.E (T�') 377-64sT - ( ) N•. J7�b^ a W s5 ° ''^•' W)ar" a 'I.a�i"::�.h. �.=.y� o a "�ir1s &Fk C1ci +; W1 :3 :`I "'k,�4i`65`1�"aT d O -� ''-.ct50+00�`{.ADJUST EX WATER VALVE';,'1x �W;51+00 `P u"�,y"L' ^i+'T•',e„f �:'"' S. NOTED CABLE k FIBER RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY a1 :tsnz, cC 6,; Y(h xr"�Rria"�'4 e,' k'Bjc`$Y COMCA5T. CONTACT CONCAST TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: (970) 567-0245 .,$iSrE. i..,x' `Y'u b 1 r. •t z L .. ''A ✓: i STREET y #a a �k T " Ga 9 STIR PING REMOVAL &SIGNAL RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED R°"r7 -� 2 d +� t s E ""� P ADJUST EX STORM MH),�p(+', -). s,,('y•�'fi BY CITY OF FORT COLLINS TRAFFIC ENGINEERING. CONTACT CITY OF FORT COLLINS d &'s7 a t w § Vr �AOJus ex wn v'z�z;�Ny�.�� ' "�t?�" TRAFFIC ENGINEERING TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: (970) REMOVE EX POWER POLE'�`Y-`'-�" REMOVE EX SIGNAL POLE 7v" �..ii'�'r 221-6630 �7 J '+� RESET EX ELEC')' y `u ALVAGE EX WEATHER STATIC, c—�J(8Y OTHERS)(SEE NOTE 5) y F; S Z^ T' BY OTHERS SEE NOTE 6 1:., 4 '"1(BY OTHERS)(SEE NOTE 9) +' F(— 10, SHALLOW UTILITY CROSSINGS SHALL BE FLOWFILLED TO A DEPTH DETERMINED IN THE ( )( ) 1 `r.<. +-a-:.~s.'.---.4'=-s'— f"�Iw c ;•`--.'��i( FIELD. REMOVE EX POWER POLE & EGUY WIRES $')`3✓/ _g —o 11. LIMITS OF STREET CUT ARE APPROXIMATE. FINAL LIMITS ARE TO BE DETERMINED IN \ (BYOTHERS)AL 1 =z'.) (BY OTHERS)(SEE NOTE 5) _ _ THE FIELD BY THE CITY OF FORT COLLINS CONSTRUCTION MANAGER. ALL REPAIRS TO BE (SEE NOTE 7) w2J * ,)ei--.,^E+1•" IN ACCORDANCE WITH CITY STREET REPAIR STANDARDS. .m>yv. Yip r r.S,sl " EX TRAFFIC BOXES TO REMAIN —OHE ET— H "REM VE EX SIGNAL PROTECT IN PLACE — 12. THE ABANDONMENT, REMOVAL AND/OR RELACATION OF THE FCLWD WATER SYSTEM IS POLE & TRAFFIC BOX I EX HYDRANT TO REMAIN TO BE PERFORMED BY OTHERS. CONTACT TERRY FARRILL. PHONE: (970) 226-3104 TC o')(BYOTHERS)(SEE NOTE 9) I PROTECT IN PLACE �`) _ REMOVE EX CABLE BOX 13. REMOVE EXISTING TYPE R INLET. REMOVE THROAT INLET AND POUR SOLID FLAT a�.,tw"`;'I (Br OTHERS)(SEE NOTE 8) TOP WITH STANDARD ACCESS MANHOLE RAISED TO FINISHED GRADE. ADJUST:EX CABLE BOX dEX ELEC VAULT TO REMAIN (BY OTHERS)(SEE NOTE 8) I�- PROTECT IN PLACERESET OTHEEX RS)(SEE BOX Af)JUSTE% TELE PEDESTAL I ADJUST MH TO GRADE (BY OTHERS)(SEE NOTE 8) (BY OTHERS)(SEE NOTE 7) ADJUST EX WATER VALVE +±Yy�y, ) 1sEX EE!C INULT T REMAIN . Tnan;?..:9C.itF F LIMITS OF CONSTRUCTION s THE WOODLANDS (SEE CITY OF FORT COLLINS W. HARMONY ROAD CONDOMINIUMS P.U.D.. IMPROVEMENT PLANS FOR CONTINUATION) Computer File Information Index of Revisions Ereation Dole: 11/12/07 Iniliols: JDL clyor Collins )pj As Constructed HARMONY/SHIELDS INTERSECTION Project No./Code Lost Ma fieioo Dote: 12 15 08 Iniliols: JDL _Fort ' '��r�- No Re.nbns: REMOVAL PLAN AOC M455-074 FNI Polh: \\XXX%X\Xxxxx 281 North College A. ue Fort Collins, CO 1420 2nd Street Greeley, CO - 80631 ReYised: Designer: J. LOFiON 15572 Fit Name: 104601200FOR-DEMO-INT,dw 80522 Phone: (970) 221-6605 Phone: (970) 350-2126 FAX Oelailer: J. LOFTON E Acad Ver. 2007 Scale: 1:30 Unils:ENGLISN FAX: 970 221-6378 (970) 350-2198 R ion 4 PJG Void; Sheet Subset: DEMO-INT I Subset Sheet:: 1 of I Sheet Number 19 1 SCALE:I = �. LLWESTBURY P.U.D. 2ND FILING L SEE DRIVEWAY DETAIL "A" a ® (SEE SHEET 23) COLLINS W S 1' S S 5 5 S BEGIN PROPOSED®� TRACT D_ _ _ _ __ TYPE 2 (SECTION IIB)EXI C&G _ — —. — —_ — — — — — - MATCH EXISTING WE & DE) — — — — — TRACT E PT LFL STA 43+77.13- ' CL STA 43+78.36, 35,17' LT I (UE & DE) EL-5084.87 I' EX ROW BEGIN PROPOSED SW I`I CH b _ _ MA XISTING _ CL STA 43+55.6, 47 9' LT ��� UE — _ // ./ — — —1—_ ___ _ Oi �.� 11 Z - — — — y _ —.— _ —7- �� EX C&G — — a2+00 — �_ — — — _ — — NN031335 T �Wj �.I" �— 43+00 �vu.-.yt "� z 3 J SHIELDS STREET 3a 6499�,p t d STA F O _ 4PC LF i*42 1 - J a EL SOBS 41+00 42+00 43+00- tual44 +oo),,.sa:-,.,... U H_* JZ m SHIELDS CL= / i' 7x.'zfi.+�.".'_ Q SECTION LINE ^O SAWCUT LINE (TYP.)J �'�4'Y y`xa'`"4r'£,:n y U EX C& �E% ROW 40+00 — — — — a1 +00= _ — 42+00 — 43+00_ — '—''4a pp �. — _ — _ —-�----a — I U I m of T� Z I I I � I ' EX 20' Of & OE Z FRONT RANGE iFLOWLINE CURVE TABLE W COMMUNITY COLLEGE CURVE I LENGTH I RADIUS DELTA CHORD I LENGTH V FL31 32.66 1055.00 1'46'25" N04'06'47"W 32.66 ®�/� / I ' c,g ' w sx.w ri PROPOSED FULL DEPTH ASPHALT PAVEMENT �g 4 1..Om mer rue Iniormotlon Creation Date: I I/12/07 Initials: JDL InoeX OI Revisions Cllyo{ fOT FortCOwnS t`f1 1420 Ted Street T81 North College Avenue Greeley CO 80631 Forl Gol"'. CO W5TT Phone: (970) 350-TIT6 Pnone: 70) 2 1-637805 FAXRegi (970) 350-2198 FAX, 970 2Tt-8378 R 4 PA; As Constructed i SHIELDS PLAN SHEET STA 39+00.00 TO STA 44+50.00 Project No./Code Lost uodi6cotion Date: 12 15 08 Initiols: JDL No Revisions: AN M455-074 Full Poth: Revised: Designer: J. LOFTON - 15572 Drori File Nome: 104601200FOR-Plan Shields .dw Oetailer. J. LOFiON Void: Sheet Number 20 Acad Ver. 2007 Salle: 7;50 Units: ENGUSH Sheet Subset: PLAN I Subset Sheet:: 1 0l 8 FLOWLINE CURVE TABLE CURVE LENGTH RADIUS DELTA CHORD LENGTH - FL20 39.25 25.00 89.56'48" N45'00'23"E 35.34 FL21 39.25 25.00 89.57'20" S44'56'41"E 35.34 FL22 FL23 39.41 39.17 25.00 25.00 90'19'08" 89.46'44" N44'51'38"w S45'11'l8"W 35.45 35.29 FL32 7.61 100.00 4'21'41" N01'20'02"E 7.61 fL33 101.27 1095.00 5*17'56" -S02'21'02"E 101.23 END PROPOSED BEGIN PROPOSED TYPE 2 (SECTION 118) C&G & SIDEWALK CL STA 50+40.68. 119.26' LT EL=5084.58 -N89'58'47"E 19.28' FRONT RANGE SD MH 4'0 �nvn I a �r w va I rcu� I ItJry uE UE W / (SEE BEGIN :OMMUNITY COLLEGE (SEE Now tj CITYOF FOR COLLINS .PROPOSED VV HARMONY ROAD IMPROVEMENT TYPE'2 (SECTION IIB C&G 18\\0Re-1 - END PROPOSED TYPE 2 (SECTION IIB) C&( PLANS FOR CONTINUATION) ELL STA=5082 22 55.74, PROPOSED FULL DEPTH ASPHALT PAVEMENT CL STA 49+50.13, 83.89' RT EL-5082.53 THE WOODLANDS CONDOMINIUMS PUD • PROPOSED CONCRETE PAVEMENT 1 STORM PIPE, INLETS & MH'S SHOWN ARE FOR INFORMATION ONLY INSTALLATION OF ITEMS SHALL BE DONE BY OTHERS IN ACCORDANCE WITH THE "W. HARMONY ROAD IMPROVEMENT PLANS".PEDESTRIAN RAMP DESIGNATION 2. FCLWD WATERLINE IS SHOWN FOR INFORMATION ONLY INSTALLATION SHALL BE DONE "W. Ell, (SEE SHEET 24) BY OTHERS IN ACCORDANCE WITH THE HARMONY ROAD IMPROVEMENT PLANS". Computer File Information Index of Revisions Creation Dote: 11/12/07 Initials: JDL ity�f Fort Collins r0i As Constructed SHIELDS PLAN SHEET Project No./Code Lost Modification Dole. 12 15 08 Initials: JDL ^ ���: No Revisions: STA 44+50.00 TO STA 51+75.00 AOC M455-074 FWl Polls: 281 North College avenue Fort Collins, 1420 Zed Street Greeley, CO 80631 Revised: Desig— J. LORON 15572 Droei File None: 104601200FOR-Plan Shields .dw CO 80522 Phone: (970) 221-6605 Phone: (970) 350-2126 Deloiler. J. LOFTON Aced Ver. 2007 Scale: 1:50 Units: ENGLISH I M 970 221-6378. rM: (970) 350-2198 Region 4 PJC Void: - Sheet Subset: PLAN I Subset SbeeL: 2 of 8 Sheet Number 21 PINEVIEW P.U.D. PHASE 11 =PC LFL STA 52+31,12 PROPOSED FULL DEPTH ASPHALT PAVEMENT PROPOSED CONCRETE PAVEMENT 0 PEDESTRIAN RAMP DESIGNATION (SEE SHEET-24) -15'EX DE & UE CltYor Initiols: JDL ort Collins ............�' 281 North College Are— Fort Collins• CO 80522 Phone "") 221-6605 .: 970 221-6378 Iniliols: JDL hields).d,q Units: ENGLISH 75 50 5CALL50' PCR MATCH EX EL-5087.27 -FL INT STA 5R+1541 if PINEVIEW P.U.D. PHASE I BEGIN PROPOSED SW MATCH EXISTING CL STA 57+40�4. 45.5' RT _ ENO PROPOSED LT TRACT A TYPE 2 (SECTION 118) C&G WE & DE) MATCH EXISTING 5 PT LFL STA 57+63.26= CL STA 57+61.58. 40.00' LT EL=5088.30 _ �58+00 _—o=- 59+00 LL H OU TYP.) 0 .� � 59+00 I S CL= 0 58+00 0 I N N LINE J Z W W O— W FLOWLINE CURVE TABLE CURVE LENGTH I RADIUS I DELTA I CHORD I LENGTH FL'34 7'52 100.00 4'18'26" S02'11'12"W 7.52 FL35 75.92 1093.00 3'S8'46" S02'32'36' W 75.90 FL36 39.67 25.00 90'54'35" N40'55'18"W 35.63 FL37 35.57 25.00 81'31'S0" N45'17'54"E 32.65 FL38 83.02 1057.00 4'30'00" NOZ'16'S9"E 83.00 'u )pr MR As. Constructed SHIELDS PLAN SHEET STA 51 +75.00 TO STA 58+61.58 'Project No./Code No Rerisioro; ADC M455-074 " Ar80631 )) 350-2126 350-2198 PJO Revised: Designer: J. LOF10N 15572 Oetoiler. J. LOFiON Void: Sheet Number 22 Sheet Subset: PLAN Subset Sheet: 3 of 8 r m m r m m m m m m m m m m m m m m m 1 1 �I u J I d. EaJi payrof E*.1 mrYed sna'i be accornpatged ref a 3-.atemL-t Or comp4mice'- signed L`y V>-, Garrt� Of El e- a x or ni.Tw agent w»3 pays or s.rpKvtseE the ;pamie-n cr he persons employed under tti,Q corrr3z, and E,aa oem-Y vle- -mm- ir,g: - {4) Gnat ma paym ror lE payrol penod ccntalr, r** trtonnE,.ta,2 rr-,quirt to be rr,3r=rad under Parap;,-0,n 2D V INE C---A.n I., and 'rix. such 1 ormatlon Is W, PCt and �atplEtC-; 42� 7.a. S". 11303rE or T,ec tiali. Jlrr: ?.Kring eam ha-1W., cnd tRanee) erV. eyed on are =raaF airtriq 7r 7ayn'o pettd zs t-een :rvl'd thl- *Wl vv--Wy v*ps earned, 'WVAMA reb3t elt - areaf or mare; tp; and taut rij clawcams nave bE-1 made ether di-ev.tr or a-vdlrectty from the- cull, wages eamEd, ot7cV-0r, perryUSIVE dNuv:lax; as &V fisGi h the Requla om, 23 CFR 3; 43fViaEawlaxrerorme-canic.has Deeripadncr.less s1 try app kaNe vtage rate arvd Virme teler,ts or rash v7 1e11 fof th'- Wsairwahon Or mr;4e1 permxned, as srpewetl.in tn= arpll at .e v.'3- z&.--N nlnarvn inceipD atiea trra tlE cOr,tra#_ e. TL►e •,r ekty set-tisslon of a propeZy."ectr;a�g aert it — r SE5 loath or, the t1 :vfae bide of Oprima Fan Yri-3-7 atlas saWy Me r'eC{.Am---hr-'rt lOF submisskin or ME '.=emer, of rlpctara3e' egt(red tff paagrapn 2d co ttis Cectim v. '. i ne rasm-a kan cw arty chi tie aDaee cer`xrcloas mar si.q--d ,tie cwaa= to cm of crminat proseCllon ind- iF' U.S_G_ 1DJ1 and 31 US. —a 231E g: Thz- contranor.or. suGmrdamr sti-ai make the moms rE[}ilmm unosr Paagraph'2b CY INS Se,:Wl V a}7L3'i? i r bspc.3- on, ccp)e)g, Or tmwsatp 4n by aL. hojzed FEpOeSent311VES Or ale s-tA ms FH1'lA, or me Do and sul perrbn Etch We- sentaa.'2s to Irpsole'ht a plo Eea dCalncr'wowng rax n on the pD. 0 the corIvaxx or, sLbc",:ractor tails to uibmF ehe [egtdred TeCOMS or 40 ".E riie°n af=hie' � E. the FWiA, Me - or D if all r'`ay, after w t-; na&,E tD tine conv ,..Y spymor, 3pptlea-ft, or-3;'iw. tale sUch aCBME as may tie nemssa yed CdL't6e �?tE swe-Ism.. hit arty 'Alfffer payment, acprx.3e; Cf guar3mes Of Ards. Furshermcm, Tda lim fo stib% One regufed records upon Wiest or b maKe E= iemrds av'alWe may to grxnas V. d ry:rEr,1 ac= pimmarr: to 29 CPR 5.12. %A. RECORD OF MATERIALS, SUPPLIES, AND LA&DR 1_ On a9 Federal -ail rontrads on try tNatonat. Highway f.C-m, exow, rme 'wnion ,pfaME sCiety far ale Elsta IZ-On Of pVecave de' oes al railroad grace iXOR5 np, mose t~gc4l arc oonStr]XV-r t On -a force account or direct lava ,roars, hlyrrsa3• beR frt=10n whtaa=. and carnr lbr ti%M:1 1 U.-- trctai Tina` conEftwon 1xt v and !trrtdge is lei man f1,4fi3,0W {23 CFR E35-1 the cantraz' Ei13It 3. Become IG3f'lilar vAthi the list dY Epm-c A: mZ'ait;�is arlI sgK.des owtahed to form Fl VA-,!'r,' ;a a,Lmnerd or h93teirlals and Lab3r Memo ity Ccr,tra of titatrA7j {.DnstrucLia-I IrT►ztAja .Federal Funds,' prior to Ens comIm=r-,ement of vmrk u-tdr?f tt15 c3,ntr�t. 5. marnmin a rr oDm W. arse =ai cnsi of al dr3ismus a'id &U,7p0E-G ptu d Zr arrf InCaW.ed in the- AM aril also or ZIP q'3nfr.S25 Or Vme specM.- maier= and suppileE Uwed on Form FHWA.-47, act-. In ur? urm swA-n or, Form, FHWA-47_ c. rtrrr#s7, upon tn: cotrpielimn of,tee contract, to the SK& reW-iM engInEeir On FUM FkAIA-47 WS- iel Alth !tie Rita regt':red tl paraa-aph 11) relVie to rrlxlegali and supples, a trial labor Sur)rnaq Cr all orrraz, Lori lydb ating :he ,:,tal il`wirs worued and the mra! a-nourrt -ea-nex 2. Al Me pelme- ;^miaztWs oGdon, ether a Etrtgie report 07-1P--nr,g cif C--)ntM WO or EeparZte repo-s 5or ,tie M1traZltx and .cr eam sWcorvwt emi tre s m. rte7. 1,91E SUBLETTING OR A3SIG1494G THE CONTRACT 1_ Tyr?-m-mra.^.to E,aa. re.Tocri wm its ow.r, :rwt!moon 00f WW— Wt k am.mlUrrg ri rv31 less 1r--n W pertinent (cfa greaier perDeriiage'1' S;°.KME-d e3a_rAiere n 7.tte Connictl Of tii- `NW oflanal CU=Ct prC??. e2JGiU213 MY' S?:d3tty lt3trY desltl1aed by :hF ate. p--V3q, •,:=Erns relay -);- p3r::rned Dy sut7:of = and Ile amorin3 CC ary vin .sp:�a=alty tte-ns }"e5fomi c-d May DE dEt#1"ted A- T, tnE ta.;1 or,anal Cans'-- pyre betfF_e comprtno he anx-oitt or Axk regrdr- m, to perasrnea r)• the wfma=fs N%m CRJ.'3'it73don ;23 CFR EW a_ '." won Orgarim7w- Stlasl tE construed -3 trlc> xie only w,D:1Se,3 emplrrfed aid; .pad tfrecVy by sale prime omt7actor and e;,ipment cNvned a reri ea oy the pnrrL-,=-, ..tom, wsth or %mt� r3%ES aErrE. sL'C i tesTdt dorms rdJt Era-uyE elr6lioye or ECFripMerrt Gr a su3C 4rdclx, assignee, or au --a cr the Fhrr,e c;rwrr. . r,. 'sp+al:y mETE' shall De:mnssD r?d to t� ilnitr y to vi tiho: regmres NgMy SpEClali?r?^u KwAledge, abAIN--as, rr egjlprnz--it not ofetranty ammWe to Late E E a cwvac tng orgai=crz q ,,,rid and t341e. ft d W bid on -.r-- teas a Yw-e anti In general are iD be lirrE�-ad to minor =.nxnems of the c orttra 2. The Contract arnamt u00n Wich Sift regXrer'ee m se: frrth Inpar*aph 3 Ol Sec��W #Al It goofrputea Males Me cost Gr M Eral and mafxrfa+:.mad p'fDOJUtb WUh are tD be purMa ed or proctUmel by the coMracto€ Lnaer I►e contract prvAsrvts. 3_ The contractor "I Sun;Etih (a) -a mope -:m strpe-taannu t . or SjpC-visor w1w is ernpiovea 'Dy thre frit, has Am a?ihartty to drrEC fc'rorrtan--- G: Me w'r In vlth 8t* owmaet requirements, a 3 is In t xy_ or all fonstmation, cple-rai: S�rdless of vAID:peo mrs the dwk) and(D) swh ctner ce its ran rrga�itzab=' resources rsc��nsicus, marapffier'4 arcs etKtnEErtng:be �Yaes7 as tip !§i r4. ng OMCIF deW nines 1= necess- - w assure the perttcrr;,ance V :tom om a-.- 4_ Na _D=on or Me contract sW be stNs, , aSdgneJ or otlwrMse i1simed of e%zW,. 0th the w=tlen consent or =-Ie ,`-HA. =*Wing ate, .x 301WZed represerr=ve, all slch M-tsem wiwti gl,ren allotl not to mr,*-z led tD relleve the cor,��r or arrp• �ta€itt} rtt 1*1431tnient she s xiir Wrtwen r nt wiE. Ere' Wwsi --r:y after Ere SCiA has assured = ease SIPJCO X—d--' is ew$ien ea in vmbng and mat tt canta rs-ai Err pfvAsbas and requlrerr+errts V ttieprme conizarm 'Nils SAFETY: ACCIDENT PiREVEtfFKNJ 1_ In me p-er%arna ce or M. corttr3sct t,pe contra-mr shale c rnpq with m appiec3Ne Feuer eta e, and local taws gveming Safely, teats and sanW.,on rn CF,:i w). T'he eor► r=x Erw pm F �t sa eguan3s, safe-j device wo psutecse egpfrrent and take cry Dl needed actions as t OFeurlr,?s, or as d'mm G:iA cxtGactna v.7t^.er rroy determe-, b be mwmaoty rv>� hD protein V* W. = tieatth Df ernplo es on the lots and the SatEty at the ptDxt.: and to pt-u'eot prope-ty in connem-on what :tie perrmwpa a of the wort covered tJy the c rTbact- 2. it h a cond,_on or thi's corwaz, anti srrai oe ,T,aae a Cond on of each stJo contuact, ►4nim the conva:mr erfErs Into purstm-lt to vas rccwzict, that to contractor and arTy sat n�ac r SSMI not pemst any enpWyee, 'ti PaeMffrtaFAE cc the c3ntam, to WCCK in �,xrwnangs cr trl,$-- corei=shs vft-d-i XP- t.nsart't3ry, n='10)ue Or Martg-arom iD NFai er r►33ith cr sateiy, as dam ried under r dra:nw�J7n E7tet1 any beats standards t75 CFR IS20) pft7rYJ}yaC by q1E riEGi2br7' or 13x% Ct 3;tid3f� wt:_1 &n 17D7 .of Vie OX3 7 Ct Work : rows and Wety Malda � Azt (40 U.S.C. 3M). 3. Fur�,lath tD CFR 1s125.3, it is a CdfrJni3n cE=rts Contract ftm ale 3exetarj or Lator x autt z?d repfeserr=v 1ti-erea, shall hao:.ritnt st e.&Y to any stt_ or con a pe?torm ce to ins.pea. or irfoepgate th►- Trade; ce, owVm --- writ rv-- cccrmrx- 113n Safety and tea, h StMda-&. and to Cary Drat tar- dal eS Of :he t ®® ® M M' m® ® M ® M ® M M M M M M M FUTURE DRIVEWAY � PROPOSED GONG � °EX DRIVEWAY EDGE OF EX GRAVEL _PAV PAVEMENT (DRIVEWAY) 5085.6t EX 5085.4t EX ° RELOCATED MAILBOX 5087.5t EX �--� R=30' 508537 1 _J5. 5085.97 48 PROPOSED ABC (CLASS 6 (8" DEPTH)5085.65 5087,3t EX - I ROWI 5085.45086.24 5,085 R ROW 5086.10..5't . 5086.24 5086.02 R=30' 6' �_ ° 6 • ROW 5086.66 5086.26 8' r 50g5.82 FL ° R=3' 5085.19 FL 5085.59 FL 5086.09 TBC 5086.32 TBC I 5084.99 FL 5085.69 TBC 5085.64 FL/TBC torn 5085.77 FL/TBC D r 5086.00 FL r 5085.60 FL 5085.10 TBC 5085.49 TBC N -i 5085.14 FL/TBC I< 5086.50 TBC rn 5085.04 FL/TBC D I� m 5085.91 FL/TBC --v DI� 5085.69 FL/TBC A A + _ 90 A m } 00 O m + o = I o A O u - J m p 'M— rrnn DRIVEWAY DETAIL "A" DRIVEWAY DETAIL "B" DRIVEWAY.DETAIL "C" 1 rr=tor 1 "=20r 1'.=20' to oo zo SCALE: I"= 20' f Computer File Informotion Index of Revisions Creation Date: 11/12/07 Initiah: JDL c,�ar OT _ As Constructed SHIELDS PLAN SHEET Project No./Code Lost Modiliwtion Dole: 12 I5 08 Initials: JCL �F6r1Collins �+�f� ' No Nevi:ons: DRIVEWAY DETAILS AOC M455-074 Full Pam: 281 Norm College A.— Fort Collins, CO 80522 1420 z Greeley, CO 80631 Phone: (970) 350-2126 Revised: Designer: J. LOFTON 15572 Droei File Nome: 104601200FOR—Plan Shields .dw Acod Ver. 2007 Scale: 1:50 Uni1s:ENGLISH Phone: (970) 221-6605 FAX: 970 22t-6378 FAX: (970 R 4) _ 350-2198 PJG Void' Detoiler: J. LOFTON 4 of 8 Sheet Number 23 Sheet SVOseL PLAN I Subset Sheet: LIP OF FLC TOP_ BACK OF CURB PAN 0 ) 3� au 74, w. 0 I 6" VERT. CURB E: r-EDESTRIAN RAMP COLOR SHALL BE DAVIS TILE RED. LIP OF PAN FLOWLINE TOP BACK OF CURB d �\04' a d 1 1' 6" VERT. CURB 0 2'--1 [.,14 8 SIDEWALK _ a 4 - PAN OF CURB I d _1^-1p 1 I ti Computer File Information Index of Revisions rL-� _"lJrta1r°F r"Collins �V�'-�-�`- 281 Norin College A..n.e Forl Calina. CO 80522 Phone: (9]O) 221 -6605 FA%: 970 221 -fi378 IOT 1420 end street G... I., CO 80631 Phone: (970) 350-2126 FA%: (970) 350-2198 ion 4 PJO As Constructed SHIELDS PLAN SHEET PEDESTRIAN RAMP DETAILS Project No./Code Creation Date: 11/12/07 Initiols: JDL No Revisions: AOC M455-074 Lost Modification Date: 12 1s 08 Initipls: JDL Pon Patn: Revised: DesignH: J. LOFiON 15572 O..in File Nome: 104601200FOR-Plan Shields .dw Detailec J. LOFTON ypid: Sheet Number 24 Aced Ver. 2007 $colt: NT$ Units: ENGUSN Sheet SOSO: PLAN Subset Sheet: s Of 8 CLASS A BEDDING CLASS B BEDDING rRExCx R'o. AS SRECREu LONER LART Of W­ RA_ YORE 'R,.. W. ps SPE.— LOVER LRRT Of ­ ­ 1— — GORE ..SM� MACU DExSELY .A,Eau v.E can R1, CLASS C BEDDING ROCK EXCAVATION -CH ­ AS SPECRIED1 TRE.. R of Ir lORER MExLx wOM AS SAEanEo LoRER-11. OPC AAA7 I .E— R= OR CERA MATE.. . UNSTABLE SUBGRADE SUBDRAIN DETAIL IICNCN ARo. AS 59ECTCo1 IRExGx wmM AS _­Eo 1EACR —1 o' 'RE.. S, w- CEARA— DER-1 —AC- u.— m—o A- A nLTER qq A RER—ATED OR pOtR MARE. LAREE 1—. ...E. c­. E.. (I RE-) -E­ -.S SxAIL W AS SPEOFQ _ ., NE SiOR4 I.A. LLxSRNtnp S,—.o,. SEES. 1. W-.o 4 R115• IER GRADA—S, STORMWATER BEDDING REQUIREMENTS CITY OF Forr COLLIN. STORMWATER APPROVED' DETAIL 'A": 1/12/w DR,sn, en, UTILITIES CONSTRUCTION DETAILS I D I w VIM13-11— X %: 0,nb Tnansedon Lonfl, " I Y-Pwkw W4tnhTypo IAPEAm yt W - D­oy Wd (Soo Dr—ino 7071 t -. C—onas ThkM­. minA­n er TmR �- Wth �w sk� lk , - TYP8 WLhAUad*dS1de­k y PelerbaMNvmbr -in-- PERSPECTIVE �VAom m. 1A Ru yy obwMk 112 — l It-o T--- — XAB ._ j TYPE I X-2 n�­ X­ TYPE 11 SECTION B-6 NOM 1. c— A SECTION A -A STANDARD DRIVEWAY APPROACH (TYPES I & 11) IARTMER COUNTY CONSTRCCTION I REVISION NO: 2 1 0 ORGAN ANEA DRAWINGS STANDARD DETAILS FOR RAISED MEDIAN CEOMETRY MERO�IT Icom-RucrioNLREVISION'NO: I d DRAWING' G ..' DRAWING STREE" STANDARDS DATE: 04/01/07 0I) Creation Date: 11/12/07 hfitift JOL F--Pibolllns 'u, C., n- "0" NoZ5122 Co COC P.,.: mn,. (970) 221-6605 FAX: (9701 66*&0ij 1.20 2.d $t,.t co Phone: (970 80631 ) 350-2126 FAX: (970) 350-21ge Region 4 Pic As Constructed SHIELDS PLAN SHEET DETAILS Project No./Code Last Modifilotion Dale: 12/15/08 IniWIS: JDL No Revisions: AOC M455-074 Full Poth: Revised: Deskner: J. LOFT Det. iter. J. LOF 15572 F t Nome: 104601200FOR-Plan(Shields ).d.q ;D;Ei2Vj er. 2607 Scot.: 1:50 Units, ENGLISH Void: Sheet Subset: PLAN Subset Sheet:: 6 of 8 Sheet Number 25 . LT AeB>ll m., d,AWOew A l'.C,� ffM9W Wr omar PLAN NEW Mr seCnoN TIONyna A - A mlRa A NOTES, . r. ND JOIn'16 AREALLTYED WTNE FLOWLWE. B,I Nf WIDE QIRI OR'OUMMT JDWi'ANY DEIOOL[O ND aosER man a WOES ERDM FLAW IUE As e,IDWFY. e. MwrvM conwEtE mpwEse LS eulae0. D JOWy PATTERN Tp BF. AOOgOPA TTl e11ET19ECTlp1 OIfRER OErA1: OR A40E'IFRMY�BY TIE lODa1 ENTRY. A. WOOD BOAT FW454 L9 RE011A?D(NF.RIHF. BIOPED 9tAFaLE pF RAMRIWp RA(E9. 0. A6Np, WOE CURB M1MYDE W,IINEp ATTNE BACK OFl1E RaAE A661pWTl EFEOURED.E CVt4y l6 USED R 61MLL nNtCN TIE' CURB AND OUt1ER BiYLE OF PAWL'EfIfCWB,4DOUtTER. 6 MM.Il1M RAMP WOM SHALL BE PoIIR FEET, ORmE SAME A6 mE WOE6i aDJACEM BOEWILLK WNICIt6VER50RFAlER, UP )DAMAXMUM WDTH CFBFEET. A TIERN.R LANOTq MAYBEPOURED MONOCWRHTIENMAGEMTRANSllgrta PRDNDED TWT AN APPROVED 91W0:-0N POMEM BE U9®TO COLORLOR TIE LMORN, AREA 4. T- TICNNE99 (A9 9R(LEED W PIAYb OR LOLL ENRl1' ENOWEEiO. PEDESTRIAN RAMP DETAIL (For New Const. & AlterationCCON LARDdER. COUNTY STRUCTIONRE11810N NO: I ➢RAIITN URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01/07 1606 19.15: ! Rodiliculion Dole: 12/15/08 IniWI,: JDL FWI Po,h: DrOtinp File Marne: 104601200FOR-Plon(Shields).dwp Acad Ver. 2007 SCDIe: 1:50 Units: ENISH C MM. Ful ReM Nee a' Mn. r014^'WMvkoe L- n 9E0710N A -A TlMpeba Dv,w Wmina DeNc,m rooa _ A Mh, <' A 000 4 84o Bor p Ayrl Meb Aprub sbwwa wan rro meoTR b wm, ieP.,lma�m v ob wee, �oeovomm Holes'. � ,. No abnn�r'W9 elVtlldrl Vea{f� 2a�PeaWvnbbre4pp erect eriWlM R iM wet ,. wwen�F blrw 1p vtn rvrp M1Re'Lge Me. MEDIAN ISLANDS & PEDESTRIAN REFUGE AREA LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRANINGS STREET STANDARDS DATE: 04/UI/07 1608 cur ar Fort Collins 281 North Colk9e Avenue Fort Comm. CO 80522 PnoAa: (970) 221-6605 FAX: (970) 221-6378 Greeley. CO 80631 Phone: (970) 350-2126 FAX: (970) 350-2198 R4oion 4 PJG 7� SA'NED JOINT SEAL AT --® ,DNdn,dxu aoWr, T/J CONSTRUCTION JOINT TWW6VCR6E T. T/° NAt dY �ti NfE i PF n"' Sp E;A COUR:E i ... .,. 11,iN OAZ C > ,,�I.CICP CO—X. PA,,-,, COLCR URICY..0 \ "DA'^5 C. CE RED— 1 1 BROpu :AIIFA�[ V4v.> {;(;:{NI REO TYPICAL CROSSWALK DETAIL R.Td ENHANCED CONCRETE CROSSWALK (CONSTRUCTION DETAIL) IARIHER COUNTY CONSTF -.11 REVISION NO: DRAWING URBAN AREA MT I'l G3 STREET STANDARDS DR4DATE: I1/OB/UU 1G12 As Constructed SHIELDS PLAN SHEET , Revisions: I DETAILS i�. ...... ..... Project No./Code ACC M455-074 15572 i1 S Sheet Numbe 26 m m m m m m m m. m m m r m m m err m m m m ® m ® ® m ® m m ®. _ ® ® ® m m m m m MEDIAN WIDTH VARIES F- SEE NOTE MEDIAN C&G �o--q TYPE 2 (SECTION IB) (TYP) I I d I; COOT CLASS A, FILER MAT \RIAL CDOT CLASS 1 COMPACTED STRUCTURAL BACKFILL TO NOTE 2' DEPTH BELOW GEOTEXTILE. SUBGRAOE MUST BE 1. MEDIAN FILL SHALL BE LEFT 3" BELOW TOP BACK OF SCARIFIED AND RECOMPACTED TO 95% OF STANDARD CURB TO ACCOMODATE FUTURE LANDSCAPING & MULCH. PROCTOR FOR ONSITE MATERIAL TO 2' DEPTH BELOW STRUCTURAL BACKFILL. TYPICAL LANDSCAPED MEDIAN SECTION NITS MEDIAN WIDTH VARIES HARDSCAPED MEDIAN MATERIAL (SEE NOTE 1) 2% 27 MEDIAN C&G r - _ o A- I I ` TYPE 2 (SECTION IB) (TYP) CREW CAP CLEANOUT FOR LANDSCAPE AREAS ® an orLowNs SEWER CONSTRUCTION wa. DETAIL w. Moo. DETAILS — 09 — 81, - NOTE: 1. HARDSCAPED MEDIAN COVER SHALL BE 4" COLORED CONCRETE (SAN DIEGO BUFF) WITH EXPOSED 3/8" AGGREGATE. TYPICAL HARDSCAPED MEDIAN SECTION NITS.,......... o,. ,..... a.. Computer File Information Index of Revisions Creolion Dole: 11/12/07 Initials: JDL olrar ortins Apr As Constructed SHIELDS PLAN SHEET Project No./Code ,.FColt Last Modilkotion Dote: 12 15 08 IWtio,s: JDL -J"� .pa y No RevisioM: DETAILS AOC M455-074 FWI Path: 281 —th CWlege A—e Drawing File Nome: 104601200F0R-Plan Shields .d• forl Ceuim. CO 80522 1420 2nd Street G-1 , CO W63I Phone'. (970) 350-2126 Revised: Dig— J. LOFTON 15572 Aced ver. 2007 Scale: 1:50 UNIv ENGLISH Pnana: (9]0) 221-6605 FAX: (970) 350-2198 Void: Oetailec J. LOFTON I- rAz: 970 22t-6578 ion 4 Pic Sheet Suhsel: PLAN Su6sel SIXxI:: 8 of 8 S1uet Number 27 t 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 S3 o N� To N �o 0 n m � � o a = o 0 m n I I o O I I II I I� III I I I I I I II myAovN0 I I I II I + o+OoC0AoA+, I1I II Io. I ENO \I �II � NON Z Z J = J tea+ G a .16 on LEFT FLOWLINE PROFILE W J I IV — a RIGHT FLOWLINE PROFILE 25 o 25 60 —LE I AL xAEE�.=� �oAL SCALE', I"= 5' '-'-,' a -•-•"� a.e�e Computer File Informotion Index of Revisions Creation pole: 11/12/07 Initials: JDL oyar pr Fort Collins As Constructed SHIELDS PROFILE SHEET Project No. Code Lost uodificotion Date: 12 15 08 Initials: JDL ,f�, alms No Revisions: STA 44+75.00 TO STA 51+75.00 AOC M455-074 roll Path: Orori File Nome; 104601200FOR-Profile Shields .dw 1420 2nd Btreel 281 No.th Coney. A—— Creelq, CO 80631 Revised: rort Collins, CO 80522 Phone'. (970) 350-2126 Designer: J. LOFTON ) 5572 Acod Vv. 2007 Stak: H-1:50 V-1:5 Units:ENGL15H Phone: (970) 221-6605 r�x: (970) 350-2198 FAX: 970 221-6378 4 PA; Vim' Detoiler. Sheet J. LOFTON Subul: PROFILE SlaDsel $heel:: 2 of 3 Sheet Number 29 180' VC o m HP EL= 086.65 m n HP STA= 6+24.48 � A e o VPI STA 46+50 + m n � tI N Q � VPI EL= A.D.= 087.12 2.31 < o o N m - � < o N in n 5090 g w > K=7 .03 w > + rn o m o+ m 5090 / EXISTING GROUND N vl � HARMONY/SHIELDS II N w a w `� � a INTERSECTION N a 5085 a � Boas / -Tspg 0.647. PROPOSED fL GRADE a 15' TYPE R INLET 15' TYPE R INLET 5080 � o " -'-~�- Wa 5080 rya Ti b� o m yN N hN MN �do �umoi N� wto hN ,np hN hvmoi 45+00 46+00 47+00 48+00 49+00 50+00 51+00 Tao' vc o ^ HP L=5086.64 + a HP S A=46+31.80 o tN o 0o a o a m VPI TA=46+60 + c vi x� win '� II o N VPI L=5086.97 n v m + o m a ,� in ry + m N N ^ M „al °^° c3 a N 5090 N w u N o m 10 0 o w vi �i ¢R W L3 c3 K-112.76 EXISTING � ¢ w I~q 9 n =+ � 5090 x j g GROUND N �'� !� > > ¢ 11 a HARMONY/SHIELDS v+ W INTERSECTION soar ----- PROPOSED FL GRADE SOBS 1.49� 1073�- - - _ 0 1 7� — .. W �m o 5080 u u a ,rot � ... w � �' I 5080 bo pn ^¢� po be ^e ^. ♦"t ^ma Ory nmo ern r.ry ryq t 7' 23' ad t4' 25' a h 6m 6m 0 ul hv> $m $O o p h hN 6m h O� N h b� $m MN bmn h� p hrj mha h V hN h0 m ytp Ut .mt„ b ht 45+00 46+00 47+00 48+00 49+00 �n m � 50+00 6 �� m 51+00 LE W Z J U !Q G LEFT FLOWLINE PROFILE 25 O 25 50 ' ALE V - 5L r SCALE: I"� 50' VE—Al- SCA,— Computer File Informotion Index of Revisions crcyo{ ►�ortCollins —��' 281 North College Avenue Fort Collins. CO 80522 Pnorw: (970) 221-6603 oT aralerr�tci�as' 1420 2nd Street Creeley. CO 80631 Phone: (970) 350-2126 FA%: (970) 350-2198 As Constructed SHIELDS PROFILE SHEET STA 51+75.00 TO STA 58+61.58 Project No./Code Creation Dole: 11/12/07 Initial,: JOL Lost Yodirzolion Dote: 12 15 08 WWI.: JOL No Revisions: AOC M455-074 Full Path: Revised: Designer: J. LOFTON Deloiler: J. LOFTON ) 5572 Oroei File home: 104601 200FOR-ProfileShields .dw Sheet Subset: PROFILE Subset Sheet:: 3 of 3 Acod Ver. 2007 SwIe: H-1:50 V- 1:5 Units: ENGLISH .FA%: 970 221 -6378 R one PJC Void; $het! Number 30 e n o m m n N x n n o0 + m WAKEROBIN n + e o x+In LANE a l a u u 5090 . a a a L1.07R1— — u - _--- t:-15Rr-- PROPOSED FL GRADE / — � — —rt� Z% L — SOBS i / EXISTING GROUND � 5080 o W o. ti h h h afN h� �o V�o�o vi �o �o � �o ^� �o �la � o ut N N ul N but hN hN ulN � hN hO h� ul Vl n 52+00 53+00 54+00 55+00 56+00 57+00 58+00 59 S 4` I_J LIMITS OF CONSTRUCTION BEGIN C&G END C&G X y CL STA 49+97.13• 119.18' LT CL STA 50+04.13, 119.22' L q (SEE CITYOF FORT COLLINS EL=5085.19 EL=5085.23 I W. HARMONY ROAD IMPROVEMENT i+ PLANS FOR CONTINUATION) M 3 M�22 •. 11" a9t BROPHY ' pc=CL A 48+94.28, I I PC LFL STA 49+13.53=. - CL STA 49+12 90 33.00' L7 L C E =508 .00 MFL29 ` - .50'L=5 8 EL 508 . c M�L27 5 - ) T I I I EL=5084.18 i PC LFL STA 45+65 02 • - -. r4" SOLID UD '• CC EL=5084,93 •MFL 8 PCC EL= I, 1. 084. 4 • EL=508727 '� _ :`, ...: - TYPE . ' -• 2 (SECT10N101 C&G PC LFL STA 46+80.29 PT LFL STA 47+7860 4 PERF CROSSING t 6 MFL39. ° 4`�, Z MFL4} I UD COI . EL-5087.36 EL-5086.12 uD 6o LF 4"'PERF CROSSING 4 CROSSING UD INV= ,j CROSSING 1 CROSSING 3 .PCC LFL STA 49+29.15 •EL-5084.12 O •o�t.4 d :C LFL TA 45+57.70= UD 100 LF 80.00 5 ML41 ., I. i zs - RFL STA 45+54.61 EL=5087.47v 4" PERF UD CO 2 fl4 UO 100 LF ML40 _ - - - - - - - - - ... E MFL40 B 1 LN O�AEE ii o 1 - -i MFL44A - - - - - - UD CO 3 ML37,,ML36. PC RFL STA -UD CO 4 'PT EL-5084.04 PCC RFL TA 49+30.3 ' • aI ° 45+00 w _ ML38- CROSSING 2 o PC RFL STA 46+85.02 46+99.88 RF STA 49+14.69 FL5088.18 pl RFL STA 48F41+2 EL=5084.49 FL415084.1 w T I GB RFL STA 45+59.66 46+00 EL=5088.15. 47+00 EL=15086.da;, • SHIELDS CL- " 0+00 " EL=5087.61 PC RFL STA 45+72.24 •SECTION LINE' MEDIAN COVER 49+00 :t MFL448 t =CL STA 45+72.15. 2.86' LT c •' � MATERIAL (DECORATIVE' ' EL=5087.55 _ ° = (SEE SHEET 26)T _ - _ - -SHIELDS STREET =� _ �L - 1 PCC EL=5083.5 c --' •' w MFL C C El_3. S , - STA 50+70.21 , + I�c-D I. .. .. T._. ._.. .. .r _ ._.. BCD- 16.00' RT, =SOB3,3� F FC EFL35EL= 50 3 _ 6 (( w O w FRONT RANGE LIMITS OF CONSTRUCTION (SEE CITYOF FORT COLLINS COMMUNITY COLLEGE BEGIN tat N W. HARMONY ROAD IMPROVEMENT CL STA 49+86.13. 83.75' RT CL STA 49+93.1}, 83.72' RT PLANS FOR CONTINUATION' EL=5083.15 EL=5083.05 MEDIAN LINE TABLE LINE I LENGTH I BEARING ML22 1 13.50 1 S89'58'47"W ML231 13.50 1 N89'58'47E A 1_28 13.52 589'55'20"E I, 13.52 N89'S5'20"W ML36 73.49 'N00'17'S6 E ML}7. 141.}} N00'S0'49"W M08 118.58 N09'21.31"W ML40 115.27 SOS'00'00"E ML41 134.93 SOO'17'S6"W MEDIAN CURVE TABLE CURVE I LENGTH I RADIUS DELTA CHORD LENGTH MFL27 15.61 65.00 19'52'43' N80'32'48"W 15.53 MFL28 2.46 1.00 141'10'27" NOO.01.13"W 1,89 MFL29 15.61 45.00 19.52'43" N80'30'22"E 15.53 MFL33 15.61 45.00 19'5249" S80-26'59"E 15.54 MFL34 1 2.46 1 1.00 141'10'27" S00'04'40"W 1.89 MFL35 15.61 45.00 19'52'43- S80'36'15"W 15.53 MFL39 15.62 45.00 19.53'11" S09-46'28"W 15.54 MFL40 2.46 1.00 141'09'45" N89-42'04"W 1.89 MFL41 15.62 45.00 -19'S3'04" N09'10'39"W 15.54 MFL42 14.86 100.00 e'30'42" SOS'O6'10"E 14.84 MFLa3 7.27 5.00 83'19'19" Na6'39'40"W 1 7.27 MFL44A 5.05 70.00 28'S7'18" N77'12'02"E .500 MFL44B 12.58 10.00 26'40'56" N26'40'56"E 11.77 UNDERDRAIN CLEANOUT TABLE UD CO SHIELDS CL STA INV ELEV 1 45+65.54. 9.75 LT 5085.2 2 46+64.69. 22.70 LT 5085.0 3 47+64.44. 28.63 LT 5084.6 4 48+24.44, 29.34 LT 5083.7 UNDERDRAIN UTILITY CROSSING TABLE MOSSING SHIELDS CL STA UD INV ELEVI UTILITY ELEV 1 45+72.05, 10.60 LT 5085.2 1 G TOP=5081.8 2 46+46.20, 20.28 LT 5085.0 E TOP=5084.4 3 46+76.60, 24.04 LT 5084.9 C TOP=5084.0 4 47+58,93. 28.52 LT 5084.7 W TOP-5084.5 5 48+05.88, 29.12 LT 5084.0 E TOP=5083.2 6 48+26.95. 30.73 LT 5083.6 E TOP=5082.9 Computer a Information Index of Revisions cnT Fort Collins �•��.��- 281 North Co11e9e A erwe Fort Collins, CO 80522 Phone: (970) 22t-6605 FAX: 970 221-6378 IOT la771S"T'A�✓l.1mFA 1420 2rd Street Groele7, 00 80631 Phone: (970) 350-2126 FAX: (970) 350-2198 R 4 Pill As Constructed SHIELDS MEDIAN PLAN SHEET Project No./Code on pole: 11 Inil'ah: JOL Lost we: 12 Los! Yodificotbn pole: 12 IS OB Initluh: JOL No Revisions. AOC M455-074 fWl Polh: Revised: Dei rKr: J. LOFTON Orowi File Nome: 104601200FOR-Median Plon Shields .dN - Void: Retailer. J. LORON ) 5572 Sheet Number jt A4od Ver. 2007 Stole: 1:50 Unite:ENGLISH Sheet Subset: MEDIAN Subset Sheet:: 1 a1 2 ^ FL 'L S A 50+62.1 EL-5083.'1 o _MF047- FL STA 50+62. EL-5083. MFI R L STA 501 EL=5( E LIMITS OF CONSTRUCTION (SEE CITYOF FORT COLLINS W. HARMONY ROAD IMPROVEMENT PLANS FOR CONTINUATION) II I 11 "I I JI ,I II I.I . MCH EX Pd EL- IPi( PC=CL STA 56+16.14, UD INV=79.6 �, >?sp.6 59.66 T , SOLID UD o 29 n PINEVIEW P.U.D. xn e: i••. sa• PHASE II MATCH E% PC-CL STA 55+92.19. 1 61.06' LT� EL=5086.85 1 100 LF " L47 :.na • ^ ROSSINCS 7 dE 8 ' I PC LFL STA +77.66 "-" c Eo E° r{ ° c ro `-c c c MFL55 =CC STA 50+77.37, 9.00' LT EL-5083.88 I PC LFL STA 53+81.52 MFL50 PC "0 .f PT LF STA 55+73.19 t L LP LFL CROSSING 9" ' ' EL=5086.32 PT LFL STA 53+88.80 4" PERF UD 60 LF EL-5086.35 PC LFL STA 55+58.06 EL-5086.96 El=5 87.09 PCLFL S� 56 7i STA 50+89.65 -4" PERF U EL=5083.78 a TYPE 2 (SECTION IB) ChG M`CZ3 Lot 100 LF, • M 42 w w w - - - - - - - - - - - - - ---- - ---- __---- a'��UD 10�L 4" PERF UD 95 LF UD CO 11 /" PERF VD IDD LF - - 51+00 UD CO 5 UD CO 6 53+00 UD CO 8 54+00 MLa6 UD CO 9 55+00 : 56+00 MEDIAN COVER MATERIAL (DECORATIVE CROSSING 10 SHIELDS CL= SECTION LINE 4' PERF UD UD CO 7 60 LF SHIELDS STREET cRosslNc 11 % (SEE SHEET 26)r-ro11�a______m-----_Fa _ _ _ o ..Lo_- _ _ _---- _ E - E- _ E E _ �� - - E - - E E - - 4- _ LIMITS OF CONSTRUCTION , THE WOODLANDS ? CF (SEE CITYOF FORT COLLINS CONDOMINIUMS P.U.D. W. HARMONY ROAD IMPROVEMENT' 0 W \�� II w PLANS FOR CONTINUATION) QZ \\ MEDIAN LINE TABLE LINE LENGTH BEARING ML42 303,86 S00'01'59"W ML43 169.26 504'OB'10"E ML44 104.20 04' 1'59"W ML45 0.97 N 9' 8'01`W ML46 603.75 N00'01'59" ML47 18.02 NOa'37'S9'E MEDIAN CURVE TABLE CURVE I LENGTH I RADIUS DELTA CHORD LENGTH MFL46p 45.00 19'52'43" N09'30'24"E 15.53 MFL47 1.00 141'10'27" S89'S8'OI"E 1.89MFL48 45.00 I9'52'43" S09'26'26"E 15.53 MFL49100.00 4'10'09" NO2'03'05"W7.27 MFL50 100.00 8'40'09" S00'l1'55"W 15.12 MFL511087400 0'16* 7" N04'23'45"E 5.20 MFL52 5.00 85'46'27" 547'08'45"W 6.81 MFL53 5.00 90'0'00" N44'S8'Ot"W 7.07 MFL54 . }.00 85'1 a'54" 1 N49-09.26"E 1 4.21 MFL55 5.16 3.00 1 98'3 'I " 1 N44'4 7"W I 4.55 Creclion Dole: 11 /12/07 Iniluls: JDL Les( Yodiluolion Dale: 12 15 OB Iniluls: JDL Full Polh: UNDERDRAIN CLEANOUT TABLE UO CO I SHIELDS CL STA INV ELEV 5 51+65.62, 5,50 LT 5081.9 6 52+65.62, 5,50 LT 5082.6 7 53+25,62, 5.50 LT 5082.8 8 53+85.62, 5.50 LT 5083.1 9 54+85,55, 9.15 LT 5083.5 10 55+80.46, 10.93 LT 5083.9 11 56+80.45, 7.03 LT 1 5085.0 Clryof ort`r __ 142I 421 281 North CollegeAvenue tire,For Fort Collins. CO 80522 Pnoi Plana: (970) 221-6605 FM I.%. (97.1 221-6378 R4ai UNDERDRAIN UTILITY CROSSING TABLE ROSSING SHIELDS CL STA UD INV ELEV UTILITY ELEV 7 51+18.54. 51.87 LT. 5080.4 FO TOP-5077.3 8 51+21.12. 49.32 LT 5080.4 C INV=5081.7 9 51+51.11, 19.81 LT 5081.4 G TOP=5078.5 10 51+62.06, 9.00 LT 5081.4 W TOP=5078.7 11 55+85.47. 10.74 LT 5084.0 w TOP-5082.0 12 56+34.58. 8.82 LT .5084.5 SS TOP-X%XX.% 3 LT 56+652.9287. 5084,7 C INV- 763 6+37 LT 5084.8 E NV-5086.0 PC LFL STA 56+82.59 EL=5088.25 51 MFL52 8 PC LFL STA 56+90.07 EL-5088.55 _ ML45 57+00 PC RFL STA 56+89.27 EL=5088.57 MFL53 UD' 11 PC RFL STA 56+81.41 =CL STA 56+81.12. 2.00' t=L=5088.32 _ _ ROSSINC 14 CROSSING 13 )SSING 12 M Constructed - SHIELDS MEDIAN PLAN SHEET No Revisions: Revised: Designer: J. LOFTON Detailer: J. LOFTON Void: Sheet Subset: YEOIAN Subset Sheet2 of AOC M455-074 15572 Sheet Number 32 m m = m m m m "m = = _ m i m = i m m .sepqi_-�" tinder sooiJe', 'lo7 -:6c. kixn 1_163. SM 40 bc .D(. FALSE: StATEkEF4. GdN*CEM­'4lNG',. H­" IGH`A W_'!Y PROJEC-TS' . wswejiol.. ash NOTICE-10"ALL RERBOWIFL ENG.MzED OWFEGERAL-ml) '*ko dwpre pm kh Act Sf �r turz X_ W I ATER-O&LirmoN , �4poloaNe to. allf wrtrar-lar, or Ewomix-tr as appitp:!.atr_ aril t� *_-cm ea a nay �3�teQ as ir31t�55: I- Trot aly =Rf =is or -"- tc- valzm lntnz_ pcvwna�x Or V5 X4V-,V,- LM?SE SU M_ 03h= %. e4---TV? LnO,' ure pear I Ar 1& aE -Vm_-O*d (422 U.S. C. 1657 - el seq., are as-r-andt-J vy Pub.L " 1-654, am U19-Y'' trr-• PORAW, CWvtn' AC� BE anr_n*-_-a p3 U.S-C. 1251 sek, � by'PUD.L 92-SWI, 'may YE II3 117M, and reg=VbM 1:1 '40 15) 16 nI fe:E�� rr, trr,- o3le s, w ==L a;kanci, ol nz- U.-I, ET.T.IMrwT.Gq—t3- ROSECnal f-=-PALISt of VIC(au-19 FagMe _E pirsuxt tD.40 G*FR 15-M 2.T r= UrL flaw a-m oxrcAlzince vmn . g W, them reqj�TP_-fti ff 54E---" ii-t oT Me C;$3n, ,-,Ir Aar wo F edL-md! A�Mt_ FA, --wriumaloolmn rneww.-Dr, -'es— "or, 'Avai;'N. abMes- 't=_&4t!MZI 39IN46 ETIMU34- LV-CuM'to*te VvOAw to lb PV­_ry �eqL .Pz aca. as TMY- zwreants, ec ocCfn X�I. CERTI . MC liad-A W­ ti-D'ns:' ,r ' -OPL -IG he;: P70k. Xia "W.E. lot-, WT .. ..... .,,.aDz PDr py, MY cg- m,to"Oser.far ales q. 7no: F, . spe lE ifti'w ate jor a",� i 'IC W116-fl41 tTe.:-Tke Rfmp me pqlf'Orf patd- -10 , - * Or by' kqwroroar'Pd�brLx=ns�:�. Mw - I ... ­ ' ' - - ,ie pmn,� 1p� pqW,... i agreem � - sutin it oci IIle pro;,. w.vam-ad -valm3mcm De ft.D, Ii, Ehat nft kpqAir)gVj' enter Nita any IDyvsr -tim_r oNKed !Tansa=ian thm a. pe5scin %is-deimn­m kwea aec Lneltp4e.. O-r'vsju=r aid' deprari_--m or agemy antem-g IM43 ns trxmx=�*rL. -Vitic - pr_-cT-&Aipm_ p1mary po=parn fwmaEr agmees tf5- sr*m,Wng MFCML-.;9 trig, d Vill tw."_ trte a3we ultea 7ceriftf- wil-cm R-�—gsvN betatrneiit-SLF_a*Inrj Ingkpraty aW V"- laq E xc:lLWM-Izm%_:4 T We Covered Tramaczoti," pruMed by tr* deparim-e-qt" cK* "s.1pArij. n--,% :t" cov_-rm. tmma�:dx, y votro& mc9lf�;&n. to all ImEr tl-zr cofowea tra-r;--Aw* �j in &1 so�=Jom.f6r lawa DErcom-A tL A p.-M61pnt ri a L-armVrsn my rely qm a cerXi:afix, rt a pjoEpma-�s paibcWrt in a im-a ter 0�.FSO Uar*WtOn =t IE Ml Dr vokul- Ali■ ® � � ® ® � � � � � � � ® � � � � � 5095 Q + u+ N O ODa < N a N N N c V7 n .a M, + o a o m + 0 CO o 0 5095 a v0 n ll a Q J n w 'n F ll w In n Q - w to n J w a In J n Q w V1 ,n n �I a a u n 0 n N a a e m + 0 n u n o a po 0 °D 0 to 0 rn n p1 ha- w N > w -1 w v0i N 11 OD M 0 m t.j ro of > > > > a _ N w w 1111 0m m + m + m + 5090 > w v0i 0i > 5090 :44 -0.55 > > > > J -1. �I-< - EXISTING GROUND n PROPOSED FL. GRADE �z 5085 W a 5085 °° a j0 u1 ryN ^ 0e b rn ^ 0_3 - h N h 0 h N h N h N h N h p 46+00 47+00 48+00 49+00 LEFT MEDIAN FLOWLINE PROFILE hON n N N O + N 0 l' O N C NaFan- n ° no 05095 n no NN n mNOn row p 0w p a o n ita pp07 n a+ e00R <arooJII it o + U+m 0 5095 ran w to w rn w rn NON oa pQ a o 0 o rn In W F+ >> > > > > > > > > > > > N w w a 0 w rn m m o n a v > g .> > > > N "' a MOi v m o + o > 2 a n �- J < II 11 < w ti w 5090 5090 �48 8Z 4 0.487. 0.26% 0.20% -93 -0.92� > N > > a> 7 0.96 > w PROPOSED GRADE '— -' — 2.?8 W o a EXISnNG GROUND _ — _ _ 2 �8y, — )8 5085 5085 m10 n00 01 O O � � o1 � hroa 0 46+00 47+00 48+00 49+00 RIGHT MEDIAN FLOWLINE PROFILE creotian Date: 11/12/07 Initials: JDL C, 70T FbPfCottins ���� 1a20 2ne Sl.aal 281 North College Avenue Greeley, CO 8063t Fort Collins, CO 80522 Phone: (970) 350-2126 Phone: (970) 221-6605 FAX: (970) 350-2198 FM;970 221-6378 ftgion 4 'PJf9 As Constructed SHIELDS MEDIAN PROFILE SHEET Project No./Code Los[ Modificpllon Dole: 12 15 08 Initials: JDL No Revisiops: AOC M455-074 Full Ppth: Revised: Designer J. LOFiON Dmwin File Nome: 104LOI 200FOR—Median Profile Shields .dw Vaid. De[oiler. J. LOFiON 15572 -Sheet Number 33 Aced Ver. 2007 Sc le:H-1:50 V-1:5 Units:ENGLISH Sheet Subset: MEDIAN Subset Sheet:: I of 2 5095 O N O o O O n + m not + N 10 N tq o+ N N W o m p O u) n o O rn N n + O n O + vt N rn N 1 i .,� O } �. v n N + 0�0 y.. O } t0 m N + ul O Vt 10 10 a0 u� o II aD p It N Q O N N N u) II N II II J¢ II W 5095 II W �n uJ O N ao0 } uj + vi m N O N o . p N 11 u) II N Q II . N -r H W H w N V1 N O m m a0 + ^ < w N N m0 N o II 'n 11 II I o Q II II Q N II H 11. r N JI N w W -- a-> > a_ r'i n + O + 00 N II ..F p II II N F Irl 1- N a �I N II W m W 'fn W N - W W In w a >> > p> > > solo N N N N �I Vl W N W - - - a - > > > > > > w W , W > > > > > , 6n9 5090 > > > EXISTING GROUND 113% > > &46%— 1.039. _ — — � O PROPOSED FL GRADE o 5085 5085 -0.919'rn4rn hm hOl hgN N;Z ON � tlO ��� T (T m� N -M m ^^ ^ °j w oo �� ro �� ro ao m �^ hN h0� hN hN IN hN V)N hN hN hN ho h 51+00 52+00 53+00 54+00 55+00 56+00 LEFI MEDIAN FLOWLINE PROFILE N 5095 0 o N 00 H OIn V + 0 II}6 11n u11 SO95+ + N 1O Noo O II 0 N G a Vp'a-II I O } II Q 'Q 11 W Fd N laN>J > 10 0 II Np II w o N W 0w aJ > > pN>) > > > a a _ > 05090 n yWao>,II 5090Ii — ' EXISTING GROUND 36s -0.50% 11.36%- —0-26%— --0.R6� 0.4 0.457 J w 5085 — — PROPOSED FL GRADE 410 W a 5085 h'a. o � h 16 moo 2 "n m Om ONn O � n Ooh aN Mr '.. N 51+00 52+00 53too 54+00 SS+00 56+00 Kltdtl l MEDIAN t'LOWLINE PROFILE Computer File Information Index of Revisions Creo6on Dole: 11/12/07 Initials: JDL cnyor Apr As Constructedi Project No. Code 1 F`KC011inS �'✓���� LDS MEDIAN PROFILE SHEET Last Modification Dote: 12 15 OB Initials: JDL � No Revisions: AOC M455-074 Full Poth: - 1420 2nd Street 281 Nadh College Avenue Greeley, CO 80631 Revised: J. LOFTON 15572 Draxin ale Name: 10460121>OFOR-Median Profile Shields .dr Fort Collins. CO 80522 Phone: (970) 350-2126 J. LORONPhon(970)221-6'05FAX: adV<r2007Sca1e:H-1:50 V-1:5 UniN:ENGLISH (970) 350-2198 W.- 970 221-8378 R ion 4 P,fO Void: bset: MEDIAN Subset Sheet:: 2 of 2 Sheet Number34 m m m m m m m m m m ■r m m m r m m m m I �EX ?O'DE & UE t 25 1 a25 50 I ^ k SCALE: 1"= 50' A WESTBURY P.U.D. 2ND FILING COLLINS m N. = I— — — TRACT D - — --_-- W _ _ I / ^I (UE & DE) TRACT E \ WE&DE) C I _ EX ROW, _ ... - o SHIELDS STREET' '�—"snwcur. Z as ~ F 4 40+00 3 LINE (TVP.)7' ...-�--J Z ro. - at+00 42+00 �_4 43+00 ���q + pg�- 86.• •JP' . _ - .....- SHIELDS CL= U SECTION EX 85.8ti:c&G PEX ROW RO- t "may' •i CRO _J Z —� U FRONT RANGE U COMMUNITY COLLEGE It IL NOTE: 1. ALL STORM SEWER SHALL BE CLASS III RCP WITH WATER TIGHT JOINTS (ASTM C443). �gos oPrtfCollin 0 As Constructed �_f'�' No Rnisrons: N81 Nerth Cmbge Amnve 1420 2nd Street Greeley, CO 80631 Revised: or1 Colin, CO 80522 Phone: (970) 350-2126 (none: (970) 221-6605 '.. l92t11 ........ rF: (970) 350-2198 _ . Vaid: SHIELDS GRADING PLAN Project No./Co STA 39+00.00 TO STA 44+50.00 AOC M455-074 ,i w: J. LOFTON 15572 oiler. J. LOFTON let Subset: _ GRADING Subset Sheet:: 1 nN 5 Sheet Number 35 Creation Dote: I I\ 1 2\07 Initials: JDL Lost Modification Date: 12/15/08 Initiols: JDL Full P.1h: Drawing File Nome: 104601200FOR-GR(Shields).d,q Abod Ver. 2007 Scole: 1:50 Units: ENGLISH BROPHY L FRONT RANGE COMMUNITY COLLEGE NOTES: 1. STORM PIPE, INLETS & MH'S SHOWN ARE FOR INFORMATION ONLY INSTALLATION OF ITEMS SHALL BE DONE BY OTHERS IN ACCORDANCE WITH THE 'W HARMONY ROAD IMPROVEMENT PLANS". 2. ALL STORM SEWER SHALL BE CLASS Ill RCP WITH WATER TIGHT JOINTS (ASTM C443). R... 71 25 o 25 50 LIMITS OF CONSTRUCTION (SEE CITYOF FORT COLLINS W. HARMONY ROAD IMPROVEMENT PLANS FOR CONTINUATION) City& 690h ")OT 1 As Constructed -Fort Collins No Rihniii.rul: 1420 2.d Street 281 North College Ave... Greeley. CO 80631 Revised: Fort Collins. CO 11052215 (970) 350-2126 P"'T. Phone: (970) 221 - 60 FM 70) 350-2198 Void: FM: (970) 221 _631. ... 4 PJG I w z U SHIELDS GRADING PLAN Project No./Cod STA 44+50.00 TO STA 51+75.00 ACC M455-074 ligre': J. LOFFON 15572 oiler: J. LOFTON .41 Subset: GRADING Subset Sheet:: 2 of 5 Sheet Number 36 r ® ® ® r ® ® rr rr rr " � r r r r■� r r ■r rr� 4� .. _ ARMONY 25 o 25 5o I PINEVIEW P.U.D. PHASE 11 Z PROPOSED WALL "A-, I ( � � I ' (SEE DETAIL PER SHEET 38) I .�I it PINEVIEW P.U.D. i, 5080 PHASE I "z45"I HE777 _ r•� SAWCUTI _.5085 ROPOSE R _ - I._ NE (TYP )— L , E X -— LINE I ` 19 xa5" NE FEs TRACT A ! # }; ��` � a Ex 29 45 ,. 1I J WE & DE ) -'4}3 § 'x TYPE 2 (SECTION IIR) C&''rre ^h z:.`4 e:: yrr °s tr.:.y _ i .'1ME s0 (zJ .\ 54n¢ £'Iw rP -� r,l� .e�•-- My^.1`''rK$u Gs `aJeW'� 4$ -r," - ,.•r 7, y. �1�+sz •Y a.85s'.. r..b'� sr T ,r ) .# b^�%'�.r,4''4` �''}"*'i+''�.,,'4 n, ') 7:k, :;,.,:axw...,,,, _ �sa��.r�; -p � ls`•.:v 90 ��c,�" �`e41 't 4 `4;,, ����` �+ . �°a' �.�:(r�'�& F��n."gi):£�� �.,.. f�•:.'PROPOSED '� 1��_.� '•S ., .^%' vEcoe 'f'� S :k,k" o r.. `"�X��x 7„ +v.J„g.:. ,� '? f 1 9.3�v,'ti `'T' k MH L! ,R+"-*i2+z'3t .Y.acu _ �, • _ _ _— '%�r .Y e 1.+n aF'4�,�^""xi • ' *.':.. t+ke�h',...:PROPOSED 10kyZ Z ,•�%�'g•1': "v �,,tt'`�' �''11 '. i?'a 4 zn��T:;, .n A'•>"';i+'�4-.'�+o-s.... t*l. s,•..-k 5s x.'��.� CONC CROSSPAN-u .. O "+ �W1i.•, t`.. TYPE J SAWCUT LINE (TYP.) O U ��•+4 * + 4+ .., + ar o 7 nY izT°7=', •Tvr'`fg.'o'f'}ei7.4a.re+ce. 2jt % *,,,'„Y.,al.US"'.3E•..,.n5+' .x^.x:,rl'k�".' m tr+yt k-.*+ 'z'„•e ^ ,' ''.sue+- ,s' !.: ya o�-0 _ = I— V C o sa+oo o U) LINE J Z Q*` .�•,° .r'.�_^yixz���¥s�'x'7 #�€-"Y.t'S�,uri:"s� 2..s 4:,�'a',•'TM"sr�.V ��li.��'�°"'r. _ — , 7.7 E EI \\\ THE WOODLANDS O w m NOTE: \ CONDOMINIUMS P.U.D. Z I Wu 1. ALL STORM SEWER SHALL 13E CLASS III RCP WITH WATER TIGHT JOINTS. z I II ------ Computer File Information Index of Revisions CkyaT JOT As Constructed Project No./Code Creation Dale: II\12\07 Inirwls: JDL FortCollins SHIELDS GRADING PLAN i Lost Yodifkat'ion Dalr. 12 15 08 Initials: JDL ��`��!'� No Revisions: STA 51+75.00 To STA 58+61.58 AOC M455-074 Full Poth: 1420 2na Skeet 281 North College A-.. Creele7. CO 80631 Rnne6; Designer: J. LOFTON Drawl File Nome: 104601200FOR-GR Shields .dw Fort Conine• CO 10122 Phone: (W.) 350-2126 15572 Phone: (970) 221-6605 FA%: (970) 350-2198 Detoiler: J. LOFTON Arno ger. 2007 Scale: 1:50 UmIs:ENGLISH FM: 970 yoi0: 221-6378 ion 4 PJ0 Sheet Subset: GRADING Subset Sheet:: 3 of 5 Sheet Number 37 F _ EX 82 6t A o f l la 0�11 -� B ° III oll .,.. . a . B5 84 e3 ° ). I - B ° - WALL TTArr A SECTION A -A Al T^=za BI Bz 87. TOP OF WALL 9Q ' `FG BEHIND TOP OF WALL W ~ PROPOSED HANDRAIL _ o ¢a o ` PROPOSED 29"x45" HERCP 7.06' PROPOSED 29"x45' HERCP 3.4' _ _ 8:5` 9.9' 14.0 1-I/2" m STD. WT. 83.5 WELDED STEEL PIPE BO.Sr TOP OF FOOTING [FG IN FRONT OF BOTTOM OF WALL v' - �80.5 AI -{-82.0 1 - I 6' TYP. R_6" (MIN.) a T e I WALL 7r A FF SECTION fB-B SUMMARY OF QUANTITIES L �a Computer File In Creation Dole: I I\12\07 Draeim File Name: 104601200FOR I" Acod Ver. 2007 Scole: 1:50 FACE OF WALL POINT SHIELDS CL STATION FG BEHIND TOP OF WALL ELEVATION FG IN FRONT OF BOTTOM WALL ELEVATION B1 55+53.61 LT 96.14 5085.10 5085.10 82 55+53.29 LT 92A5 5086.30 5083.76 83 55+51.71 .LT 71.97 5086.87 5082.35 84 55+43.22 LT 72.64 5086.80 5083.82 BS 55+33.35 LT 13.42 50SE74 5085.32 86 55+19.39 LT 74.52 5086.65 5086.65 Ct yoT Fort�`Col -lam 281 Nor. College Avenue Fort Collins, CO 80522 Phone: (970) 221-6605 FAX: (970) 221-6378 INo. TEM DESCRIPTION UNIT WALLNA 206 STRUCTURE EXCAVATION CY 35 206 STRUCTURE BACKFILL (CLASS 1) CY 18 206 FILTER MATERIAL (CLASS C) CY 10 601 CONCRETE CLASS B (WALL) CY 33 602 REINFORCING STEEL TON O 7 703 COURSE AGGREGATE (q57) CY 10 514 HANDRAIL LF 18.5 Phone: (970) 350-2126 FAX: (970) 350-2198 Region 4 P.G. As Constructed , Revisions: • 'PROPOSED. CONCRETE RETAINING WALL' • OPEN CLEARANCE BETWEEN INTERMEDIATE RAILS IS 4" OR LESS. HANDRAIL DETAIL SHIELDS GRADING PLAN Project No./Code WALL DETAILS AOC M455-074 er. J. LOFTON 15572 J. LOFiON Subset: GRADING I Subsel SAnC: 4 01 5 Sheet Number 38 r o® r w r r rr� r� r w �r w■� r r r w w r CHAMFER EXPOSED EDGES — TOP OF WALL YS O 10" O.C. VER _ (BENT INTO FIX #I6" DEEP P OF DING 3 3 waz II I I III: '10" FOOTING WDTH '8" WALL SECTION A 1 RETAINING WALL SCHEDULE WALL HEIGHT "H" EXPOSED HEIGHT FOOTING WDTH "8" KEY DEPTH "K" 6'-1" - T-0" 4'-1. - 5'-0" 5,-6" 6" 5'-1" - W-O" 3'-t" - 4'-0" 4'-6" 6" 4'-1" - 5'-0" 2'-1" - 3'-0 4'-0" NONE 3'-1" - 4'-0" V-1" - 2'-0 Y-6" NONE IA= 3-Y5 VE SIDES K; 15 O 12" O.C. HORIZONTAL I" DIA. WEEPHOLES 0 6' O.C. 12" WOE COURSE AGGREGATE #57 _PROVIDE FILTER FABRIC BETWEEN SOIL AND DRAIN ROCK �#5 O 10" O.C. 5-Y5 CONT. PARTIAL ELEVATION @ CULVERTS N.T.8 SIDEWALL PROPOSED PROVIDE 3-1 5 O 6" O.C. HERCP 29"X45" HERCP EACH SIDE OF OPENING ADDITIONAL Y5 VERTICAL ON OUTSIDE FACE PLAN VIEW AT SIDEWALLS OF HERCP N.T.S ADD ONE 05 VERTICAL AT OUTSIDE FACE (PER PLAN NEW BELOW) _ADD 2-Y5x12' E.F. HORIZONTAL / ABOVE A BELOW OPENING PROPOSED 29%45" HERCP 5' DIAGONALS E.F. TOTAL) 1 1/2" Dia. Sld, Wl.' Weldee steal Pipe sablep7 Width P- - 1/ " Dial. Anchor IS w/ heavy Hez Head N.1 k Wosher I' Or Approw:d Eaad 3" . 1/2" Plot, 1• Or Approved Eaaal /2 b w Sidewdk' t... E ( 19') Ad)pp.nt crpde 3 a sleeper than d:l HANDRAIL DETAIL R 6" (mm.) l' TOP RAIL CORNER DETAIL NOTES: eiOewdY ridM shot be incr10. d by 0 mNknum or 6" wnenaver n0naoll is used. 2. It . aWewdk 1. mwa than 30 .bow tna ad.- or... lb. h n.0 .hdl be psed. S. Op., 'I' laomce bet.vem r,lafttl .o th Ftvsh snau be nmw gd.pdmd o1 .ems eq oat be ... moma o,,e.� o cops of meld me.. s. whm the mope b.nFd lna .I.— 1..1. Mom 1:1, u.en epos ­11 be pnd 6. Whvn slope beM1intl u0ewdk is leas Mon w e.ud to d I Iw o mn.num dislmce al 10'. o / npmaou i. nm . sd. HANDRAIL DETAILS IARIMER COUNTY CONSTRUCTION I REVISION NO: 1 DRAWING URBAN ARBA DRAWINGS SIR88'r STANDARDS DATE: 03/01/02 1101 creoliaa Dale: I1\12\07 Initials: JDL Fort Collins 10T As Constructed SHIELDS GRADING PLAN Project No./Code Lost Modircalon Date: 12 is o6 Initials: JDL �f�. �a6aa No Rwislons; WALL DETAILS ADC M455-074 Full Polls: 181 North Cpnege Av.na. Fort Collins. CO 80522 1420 2rd Street Greeley. CO 80631 Pnone: (970) 350-2126 Revhed: Designer: J. LOFTON ) 5572 DrawingVile Name: 104601200FOR-CR Shields .dw Aced V<r. 2007 Scale: 1:50 Units:ENGLISH Ph— (970) 221-6605 FAX: (970) 350-2198 Void; Deloiler. J. LOFTON FAX: 970 221-6378 stion 4 PJG Sheet Subset: GRADING I Subset Sheet:: 5 of 5 Sheet Number 39 2 a "H" a3'-0., (MIN)-1 EXTEND FOOTING HORIZONTAL STEEL AS SHOWN — m 1=1 I 1=1T= 1 ELEVATION HORIZONTAL FOOTING OEEPER FOOTING REINFORCEMENT (TYP) SHALLOWER FOOTING — — — — — — — — — — i i (WALL STEM NOT SHOWN FOR CLARITY) PLAN FOOTING STEP DETAIL —s "D" 12 BAR DIA. .(6 BAR DIA. �(3" MIN) 14 BAR DIA. (2.5" MIN) AS BEAM STIRRUP & COLUMN TIE HOOKS 80° HOOK 90° HOOK TYPICAL REBAR HOOK & LAP N.T.S Drosinq File Nome: 104601200FOR-CR(Shields).dwp Acod Ver. 2007 Scale: 1:50 .Units: ENCI ISH City of �FOrt`! 281 North College Avenue Foil Collins. CO 80522 Phone: (970) 221-6605 FAX: (970) 221-6378 0" 24 BAR DIA. MIN)(TYP) 40OKS OR WALL PLAN AT SINGLE CURTAIN REINFORCING HORIZONTAL REINFORCEMENT FOORNG OR WALL (iYP)� PLAN AT DOUBLE CURTAIN REINFORCING TYPICAL REINFORCEMENT LAYOUT BAR SIZE MIN "D" /3 THRU /8 6 BAR DIA. p9 THRU #11 8 BAR DIA. 114 THRU #18 10 BAR DIA. BAR BEND SCHEDULE 80631 350-2126 50-2198 Pie SEE SCHEDULE BELOW BAR SIZE MIN LAP TOP BAR LAP ,y3 24" 24" R4 24" 32' d5 30" 40" N6 36" 48" LAP SPLICE NOTES, 1. IF MORE THAN 12" DEPTH OF CONCRETE IS CAST BELOW THE BAR, USE TOP BAR SCHEDULE. 2. MINIMUM CONCRETE COVER FOR SPLICE BARS IS 1" As Constructed SHIELDS GRADING PLAN No Rerrsiuns: WALL DETAILS ------ Designer: J. LOFTON T AOC M455-074 15572 Shed Namber 39A PINEVIEW P.U.D. PHASE 11 BROPHY e e t I e� ........ 398 a PROPOSED CONC CROSSWALK (TYP) 679 yx vie 01 49 00 SHIELDS - STREET A 6 lb 1b ell\ p ell e14, ;b e, L N— s 1 3�1 5 10 0 10 20 SCALE: 1'. 20' SHIELDS STREET A Do THE WOODLANDS T:12 FRONT RANGE CONDOMINIUMS P.U.D. COMMUNITY COLLEGE x, MW- a Computer File Informotion Index of Revisions Creation Date: 11/12/07 IOUs: JDL As Constructed IHARMONY/SHIELDS INTERSECTION Project No./Code Lot lJWifi.ti.. Me: 12/15/08 ld.tioh: JDL -;;o Na R.W.m GRADING PLAN AQC M455-074 Full Poth: \\XXXXX\XXXXX Drmi2 Fit 11 — 281 North C..9e M- en Fort CO 80522 1420 G,eely. 2�d �-reel Co 80631 Revised: Designer: J. LOFTONJ: 15572 :104601200FOR-INT-GR.d.q ,.d Vr. 2�07 scale 1:20 Units: ENGEISH - h7*i� 2 p (9") Phone: (970) 350-2126 Z��(970) 350-2198 Void: Detoiler. J. LOFTON F. 1.) 221 4 pJG Sheet Subset: INT GRADING Subset Sheet:: I of I' Sheet Number 40 U U It W 25 0 25 ` SCALE: I"• °JO' O� •WESTBURY P.U.D. 2ND FILING COLLINS ... ...... ... ... _.. S TRACTDi- = _ ___=_� o �P z (UE & DE) - TRACT E ..:::,. oj�- —;_o-. (U E&DE) iSF _ .. ....... � - .... ... EX ROW ....... .. L 1 .-... EX C t 3 SHIELDS STREET WCU K 4 3 J ' LINE (TYP') 4�"LSO a H—* 40+00 41+00 42+00 43+00+ —4 SHIELDS CL- o o� /IL 8609 - SECTION LINE - r.-..� E% 85.Bi� I�, a z -- _ — — — EX C&C - f s,. PROPOSED a :.... . �- ..erg.- ,.'-:-•��..—•--r--•--�-_-'Y'� . ff 0 �� — m O ... PROP _ W '- OSED \ ........... EX AE & !E FRONT RANGE -o - j ! ....... COMMUNITY COLLEGE .... I LEGEND �— FLOW DIRECTION r"i=C31_fTJ-�-� EX STORM PIPE ® PROPOSED STORM PIPE . PROPOSED INLET ..... .'-' .' " '...... EX 1' CONTOUR ' EX 5' CONTOUR 1' CONTOUR 4905 5' CONTOUR X X- SILT FENCE cF CONSTRUCTION —0-0- FENCE Ov WATTLES INLET PROTECTION Ip_1 (NUMBER DENOTES CORRECT DETAIL) TYPE L BURIED RIPRAP 1. — —, t•... 1111U1r11UlIVl1 If1UCA VI RCVISIVfIJ )nT As Constructed SHIELDS EROSION CONTROL PLAN Project No./Code Creation Date: 11\12\07 Initials: JOL [-Cltyar Collins Last Yodilimtion Date: 12 15 08 Initials: JDL Fort � _—_ Na Revisions: STA 39+00.00 TO STA 44+50.00 AOC M455-074 Full Path: 281. Nadh Coaege Avenu. 1420 tad Str..t G—ley, CO 80631 Revised: D.sgner: J. LOFTON 15572 Oraem File Nome: 104601200FOR-EC.dw Fad Collins. CO 80522 Phan.: (970 350-2126 Made,: J. LOFTON Aoad V<r. 2007 Scok: I:50 Unit., Plwne; (970) 221-"05 FA%: 970 221 -8]78 FAX; (970) 350-2198 ion 1 PJG Vad. Sheet Sub5e1: GRADING Su0se1 Sheet: 1 Of 7 Sheet Number 4t m m= m m m m m m m= in m m r m m m m F� h 1. - anfy E)aL'ded 3r M the CC(Wered Garc53rtl:n. lidless t knaca M31 cer"Eft311err :15 &TIDneolls.. A paru^apant m,ay GEdda the me xsd and Ve jUency ty WIVCtl tt OF.emrses Me eigbllty of its prtroVp3)s. EM11.paUCIP2 t nMy, but N rgr rceorm xt�. tme nonDTt>.,JteTlrrlt pmon :a tits 'List ce, Fa -des =chided Rornn ed-:M.PrDcure,men4 a rIORtCf �C�t�rTlert?rogl'ar.1s' l;Nmp'ar:Jre- T:EY List) 4ieti Is cLNnplErJ trj it-- General "ief.$C£o A:l thistxa- or. I. FloMig c nt--Ire In me Vewina Mar. to cons ea "m reVre W a system of reC d In o-der to njioe in 9cod fa l ere ceJfi".a on regWrea, by tllto clause. The lwMedge- and Irifrxmaibxn -of pa jDk. ar): is not lremfred to exceed six wnlm Is norrnafty pGwe se,3 try a prlydem person In t1P l rMna-y rnurse OTdsalrgs. j EM-E-1-t TCi ranSar-OWs aut.-#OMe arid-r t-ragraph t or 1eEe InE1ru?Uorrs, 11, a par-Wpant -1 a covered-misarx- r. knoWngf► emery tita a lro4-p-r ikon covered :31S'ar3oj V,-CI a pr--r-On WID 15 SJS en*--J, dEWxrel, 1118RVIVe. or V dtrn'.an exc!Wz-a True par%)-,paUnn Jr, thf5 transa=-W, In aadnan to D.t1E' r-nodes aMlaNe to the'Feder-al Gwernmer, rie dep rimen- or aat •icy .Tray tr--7n i thus. transar.�,on for cause or de9`ail _ CeTttncatDn RegapMng Debarment suspeftlon, Inelipblitly and Voluntary Exclusion-PrlmaTy Covered Transactions 1. TAE prospe zt a primary p aMclpait c enmas �o he t~s: oT Its, tnwe3ae am to et --, 13t t.and its pnrdpa%. a Are rrA presen-4 de5arel, sus} ja✓Ed, RMOOEF3 fin d-aament, CieLi3reg In-evife, or 4aUrna-Ity f-.M covered - wsacuans try any Federal d?partmem or a3Ers��; b. i-"* airJi.wtt n a 3-year p ad preo aiN r" .,.aaf Bien cona1ztW .d or ltiact a il�if )lyd eril�s ri r►dsey a r ttr=m x cornr-woi of Mud or a r3't rW aR.erzae In cotr, *chop VIM =Jniig a&inVAie?fo g to obtan, cc ptmino a putilc (Federal, `,;ate or IocV) Misactlon C-` Oontlact Under a puo>:a UansadiDn' WINE on Of FedEM Or vie arl1:t.JW stautes or m6mi55lon or err rnent IneA, 6argF1•y, bribery, M,51 caabc.n Cr dest ct-on or r-ewir, making Mtse sal 4nents, or Tecetving :Mien pRDerty, c. Are not presernry .mcted for or O:li-wEe cxlminatly a C 1y cstarged by a DRerruTantal entity (Fecle-M a or W_V� WIM cOMMISSian Or array or the oruuenses enumerated In pararrgoh 1't D; tris O-Arme arum a-)d d. Have no€ trdlhin a 3-yEa period pn-ceding M appIca- _on= a had one or more putflc tram „ (Fecle ral, die or Io c&a) tet7T rate for cause or deM t 2. 4Y we the pIospe .S p€im3r+y pwholpait Is unciJz- to Grunt D any or mic st ,'-rnents In m. mtfv.Ypr0 18n. EU31 6peCi7Y? W-J-1parr shad a Mh an explanation to the pro!pmat:. 2 Ir abuctlons faT Certt=tlon - Lo►rar Ti&T Covered Transactions: IADQII^ Uic^i. {r to 3S subG3zt£arto, p3Ee oralers WA her IO-AS er t lsaetions Of S25,137j or nr re - 49 GFR 29j a. By signing M d submitting ttds pdnp34al; ire pr,,�Ep,Me toner UE> is peu,1 nog tin` ce fca on fen GUI befog o. The c3ei- ca`-van it VNs clause I5 a 1ratE`tal repTeseltabw oT Tam: ur3cn AM! rM °roe WA pzaced rafian iris tr-116W tat Kos enWed Irrfl. t; 1116 WK deternnIned that V e prospective faze- qer p rJwp3r�t kwefWty rendelreo an emneom cer .c3tior., in kM6n :o Other rerraedlt t a-MIZe to ME Fe u Grr+t-nment, 'slle Cfe{ia''tTttelii or agerry wrii wi'ich bills t-ansaction of glrai-ad ma;., pursue aualLal;fe remedes, i cuairg suspension and'sr debaTm 11. Tara pe'pspECWiE Y7d?f tier WA --part EW- p4i ACIC- lnuneda:e vxnen notice to. the p--qscn m r uch = p€aocea= 16 &Jinn lined if at aly th-r M-=. prospEc<-.1e 13wer -i?r Carbaiwa"nt IeacTz !aa t35 c ioat-CM eras &Tlreow by reason or changed dr..un1- Stan es. a. The tr---ms 'M.1=1-C-o t'artsawcr" ',---a3rrec" "s11r�-Siy- ed,' nriBbgx)I2,' 'pctrnarr• covered nsa ian,' 'p3rXpant 'Person.' ^pnr.3p3t,' 'DMPOS3 .' ark 'v.-rt<Jntarlfy exOtJded,' as USEd in ties WL*E-, 113va Gt= MC-31117195 se-t OW in Me r;efmom acid wrerags- Sr-'WO'ts 0; NIS-5 InpieMentnC ExesL►i'.e {xder 125-1. YoJ Troy Contact t►- person . wnl:�i ns propossw 1.s s-utimittea for asst anPe in obt3nka a cGry Cr tose regulations- e. Ttle p osp le fwr-r tier pxrgn;-sit agree t,;' s`Jb r:- rig vus prOODE.a tna, S;' wci the PmRcsed (*i'eced trarrro3ncr, be entered In _, ii 0,31 n t trKmI.Vy enter i nz arri l4•Mw iier covered ira ,53 ixl iiffri a persarl vjtta {5 d?..�TLd, E1 r Ed, deClarrd ifi 091M_, or yr Um r1'}r.excl d?d Trun parilcbation Ih nnis covered -7ansamion, Lvess arrrti3rtz=d IYt, ttY d pamme-it or ar_ncy Atih 1411 l tit'£ �Wwaton Ongirzeit. T. The ;wzepecti►e Itr..w tier tr3rdc iar; xtrt>g awees bw fi:ibmittim bins poopea, trot it v.ill int:jije ;his GaJse titled -ceilmoatian P:egaritrg CeDaTTent, s.►s sfbn. Inei pulty and VCAUVry _xr1,WOrrrLOdM:r Tl� 'C�oN?red Tr3.'nsa---on,` '►1tf1 = n;odtfoatiOn, Ir all 10WEer tler Cowered transactle4is arry In all sol=atlor5 for iWrertterL T' transactions. Q. A participant In a wiered trarssan� may rety upon a aeittib^.,atlon or a p-orspecave Pam.-W. in 3)7Aer :.ter COVUed TranSaC-:011. rOl :b n71 de-b&7 J, SUSO.-1 M tr '.' Or VO'I:rl- targy exclWed Trcrrn hem covered ndrw .m Lni-ss it kr that the certirlaailor i5 enanez A pa>tYpant rnay ire Jae method ana frequency 0' %%nch t deteorhes _ie e1fgbprl, of its pftWpafs. Each. pas dpant may, bali Is remit reawred tu, iwleck Zjb-- Nonprect,renent Lis_ tL r+IWLng Coi ta:relD In trie fw.-gY ig sf131 to =SiTlP_d 10 require eetaousnme nt of a. systemw r6cor& m order to rerliier In good taM the aerfi&catlon Teaured dy tills clarJse T tie Krwqxr- and Ir1<orrnat;on•of parti iar a not reaplr-ed a exxLed J=.vatdcll Is wrmgfy possessed by a pnrterf peon in ne D"nwy; se - Of &,*Inebs dfaings. L Exoept Toc:=, saeilons arrttacized u v--r pin a or Mesa Insi'tr3?ods, I' a particoae'it ina wi transaction tr)Csvriigly enters Into a loaser tier covered uxqs&sn u i a person 1, o is sUspe ded, de�, lnefdNe, or vl>wItartly ex ailed ltwn parucow i in tflfs faction,, In adc[Uxi to Mwe rang--, es ardlat a ?a rP- FeV=V Go s_mment, Me departrwi cr agency yr Atrim tins traisawon ceiginatea rig j phrrsue avaiwie r�11es, triS�lldlrig sJspellslcrl.arrl�rr W_ts�inerr. CwtiTtcadon fxegarding 139133M EC Suspension, Ineligthrmty and Voluntary Exdusron-Lower Tier CoveTed Transa- atom: 1. Th? pe'Os�YP!'E kJeSte{ z4?r;particlp3it {Pa'2e5, b'1' StSti!itr5slcra of proaos3l; neltrw it nor its pnrldpais r. press", deLi TIT SJspe'naid, proposed for detraarmer., d�farut.tiEl;glue, or vottrI adtty excluded= n partlaIP7,11on in mis traanpsacticn try arry F+ u'ea d-p3rtrneti or agency. Q .fJE not pr=_eeitly debarred, suspenaed, proposeci for detamem., aevareo Ine-EjfIa, Cr wrintanly excri eed trom covered uazsa± kerns ty any Feder: de-pa*Tte- t or age'icy, Q. FZW not W-Vn a v-y--ar perilod p rig tits ampds .31 been O',tActeo cf or hay a Ctifl jjrjp 1e:7t rend?red as13� ttrerr Mr cccnrnfsSW of fraud cc a Crrrinal Wiens in conneMon with of titncl ati ating �; cocain, c€ p emmtrig a plc = m m.m = mm m m m m = m m = m = m m 25 o - 17 —l-E 1 50- PINEVIEW P.U.D. PHASE 11 w z U ` J0, "X -i w & Ur // ! TION PROVIDE AFOR ONRETEWASHOUT (SEE CITYOF FORT COLLINS ... FRONTRANGE A No CO NSTRUCTION ENTRANCE W. HARMONY ROAD IMPROVEMENT ... COMMUNITY COLLEGE PLANS FOR CONTINUATION) Computer File Information Index of Revisions Creation Dote: I I\ 1 2\07 Initiols: JDL F-ffC:o11Ins As constructed SHIELDS EROSION CONTROL PLAN Project No./Code Lost Modfication Dole: 12/15/08 InitioK JOL No Re,fisions: STA 44+50.00 TO STA 51+75.00 AOC M455-074 FLA) Path- 1420 2.d Street 281 North College A— Greeley. CO 80631 F.,t Collins, CO 80522 Phone! (970) 350-2126 Revised: Desig— J. LOEO]N 15572 Drooling File Nome: 104601200FOR—EC.dwg Prod Va. 2007 scale: 1:50 Units- ENGLISH Phol : (970) 221-6605 1FtAX (970) 350-21p9j8 FAX: i970) 221-6378 eg�w 4 r Void; Detailer. J. LOFTON Sheet N..be, 42 Sheet SOW: GRADING I Sheet:: 2 of 7 PINEVIEW P.U.D PHASE II THE WOODLANDS CONDOMINIUMS P.U.D. s....... ...... Z mOE N UE 0 Z I`I Q iI PINEVIEW P.U.D. PHASE TRACT A ' )$SPAN 0 �lL SAWCUT LINE (TYP.) 0 D ri et z. 57+00 p 5858+00 0 •I I N JZ t I r— — — Z OW It Z I I �I g t.Om uter rue InTOrmot on Index or Kevisions cnyar )pr As Constructed SHIELDS EROSION CONTROL PLAN Prot No. Code � Creation Dote: 11\12\07 Ini6ols: JDL Fort Collins � Lost Modification Date: iz is 08 Initials: JDL �,f�. -- No Revisions: STA 51+75.00 TO STA 58+61.58 AQC M455-074 Full Path: 281 No In College A....e 1420 2nd Slreet Greeley, CO 80631 Revised: Des' J. LOFTON g— 15572 Drawing rile Nome: 104601200I OR—EC.dw Fort Collins, CO 80522 Phone: (970) 350-2126 D.Wiler. J. LORON Acod Ver. 2007 scale: 1:50 Units: ENGLISH Phone: (970) 221 —6605 FM: 970 221-6378 rAx: (9]0) 350-2121 R ion 4 PJO V°,A. Sheet Subset: GRADING subset Sheet3 of 7 Sheet Number 43 r r= m m m m m m r m m m r= m m m m Dn6a R xotFs. I .•-B• A.— WAFLE AFFER auurvc NRE 4a. nOR NYLOx ROPE IS ATTACHED. STAKES 1 2 SLAKES SHOULD SE DRIVEN AMOSS FROM EACH OTHER AND �- SNUG WED TO BE EwTAMED UNTIL WIRE/ROPE 5 EAM SIDE OF ME WATTLE. IEAWNG A -6" OF STAKE WHEN WAWNG RUNNING LENGTHS OF IST.05. BUT( THE 4 PRD11iupNO ABOVE THE WATTLE. BMLIIIG NSS M NYLON SEC OND WATTLE EMTLY A—ST ME FIRST, DO NOT OVER— ROPE SNOULD BE RED TO THE STAKES ACROSS ORE WATTLE. TIE ENDS. STAKE ME ITATTLES At EAM ENO AND FOUR FOpi SIAKES MWIA THEN BE OKVEN UNnI ME BAWNG MKVE ON CENTER. FOR E%AMPLE: ADJACENT ROLLS SHALL M NYLON ROPE IS SUFiICEN(LY .x . m ME WARE. A 2S Foor WATTLE USES 6 STAKES \ INTLY BUT \ WEN NSIALLWG RUNNING LENGTHS OF WATTLES. 10 A 12 FOOT WATTLE USES SSLAKES /� R WNT MFnNG. BUTT THE SECOND WATTLE RMRY A 2 FOOT WATTLE USES . STAKES - .�\/\\ \ 'A" 11 AGAINST THE FIRST. Do NOT OVERLAR AT ENDS STAKES STAKES SNgILO BE ORIWN p1M ME WT DOLE OF ME WATTLE. / \/\\/�\ ylwN: SHOVIA BE ORIW:N t FI. FROM END. ACR0u5 FROM AND M Lev —0 2 - 3 INCHES OF THE STAKE PRO OM pA00W: ME /��/K QQ`YYFwF El SIpE OF WATTLE IEAWNG ."-6" OF STAKE RE. A HEAVY SEDIMENT LOAD WILL FEW FO " THE \�\ \ \ \ \ VIK OmUOINO Ae— TIE WATTLE. BAA.MO NRE OR NYLON .AT RE UP AND COULD FUL41T OFF ME STAKES W MEr ARE // // /\ ROPE SHOULD BE RED M STAKES W AN HOUR MASS DR_ DOWN IW LOW. Av BE xELESSARv TO MAKE A N0.E '�\ \l \�/v\ \ FORMATION (FRONT TO SAp OF WATTLE 'A•. ACROSS FIT V WORD STAKES E WATTLE OM A PICK END OF — MARDOK W ORDER TO \/�`/\ `/\\�\�\ �' y 1�j��/),, FRONT OF WATTLE "B'. ACROSS TO BACK ADD BACK IO IB"-2." GET ME STAKE THROUGH THE SMAW. WHEN STRAIT WATTLES \/N/?\��/Y/ "� •�' MOT OF WATTLE "A'). SIANES SNC— MEN BE DRILLN ARE USED FOR RAT GROUND ARP-ATIMS, ORIVE.RE STAKES � N UNTIL BA41NG WRE ON xvLON ROPE 5 SUfr10ENTLY STRMONT DOWN: WEN WSTALUNG WATTLES ON SLOPES, OIWVE ���\�/ // / ,1B1I'�I: SNUG TO THE WATTLE. ME STAKES PERPENOIOILAR (0 ME SLOPE. \�\/\ / \ / wAIRLE AT AN ANQE TOWARD THE FIRSTME MS ENOKWATTLE IN OF MESORDERD TO HELP ABUT THEY 1 + 1 WODD STAKES \' ✓/\/ �/\ ��\�/\\/\\ \ '6eMr 11MTLY TOGEMER..i YOU NAVE DIFFIMLTr MIWNG ME STAKE IB"-N" MEEOEIRQELY Y SLWES. A PLOT BAR MAY BE 1• O HARD OR ROCK To B N. ME STAKE HOLE. WATTLES' - DETAIL A 1, TYP. F:uFRu ND* e WATTLES MALL BE INSTALLED PER MANUFACTURERS SPE—ARONS 2. ON SLOPES. WATTLES SNOULO BE INSTALLED M CONTOUR NTH A SLIGHT OOWNWARD ANGLE AT ME END OF ME ROW IN ORDER TO PREWNI MOING AT ME wD SECTION. WATTLE "A" WATTLE •8- 3. RUNNING LENGTHS OF WA1RE$ SHOULD BE ABUTTED FIRMLY 1O ENSURE NO LEAKAGE At THE ABUTMENTS. A. SPAtlNo - DOVN4OPF NWLING WRE OR SLORCAL DI NT FM ROPE INSTALLATIONS AREEMNSHOULDFACT BE pEIERMINED BY OF CM IS TLON ROPE POPE GRADIENT AND SOIL TYPE ARE ME WIN FACTONS. A 0000 RULE a MUMS IS. :I SLOPES • 1. FEET APART 2:1 ROPES 20 FEET APART ,:I SLOPES ]0 FEEI APART WATTLES -DETAIL R :1 SLOPES 40 FEET APART, ETC. IIOWEVER. AOUJSTYENTS MAY NAVE To BE MADE FOR ME SOIL TYPE: FOR SOFT, LOAMY SOILS - ADJUST ME ROWS MOSER TOCEDIER: FOR HARD, ROOtY SOILS - ADJUSt ME ROWS FURTHER APARI. A SECONDARY WATTLE PLACED BEHIND ME ABUNENT OF TWO WATTLES IS ENCOURAGED ON STEEP SLOPES M WHERE MNIS HAVE FARED RI THE PAST. 5. 5 SIDEWALK ME OFF RECOMMENDS U4NC WOOD STAKES TO SECURE ME WATTLES. 1/2" TO 5/8" REBAR IS ALSO ACCEPTABLE. BE SURE TO USE A STAKE THAT IS LONG ENO— To MORUDE SEVERAL IMOES ABOVE ME WATTLE: IB" IS A GOOD LENGM FOR HARO. ROCKY SOIL FOR SOFT LOAMY SOIL USE A 24" STAKE, IF THE AREA BEHNO ME INLET IS NOT SIDEWALN 40EwALK CULVERT STABILIZED. A BMP SNOUL0 BE USED TO PREVENT SEGMENT FROM ENTERING ME —1 FOP BACK CURB SIDEWALK EKISMG OR ROW UNE . fMOPIII INLET NSlALL FLOW TOP RACK CURB B" iO O• DIA aD BACK CURB ROW LINE w6(TLE 7 ROW LIKE FLOW UP OF MTTER J STORY WATER ME LOW FLOW SEDIMENT ALL B. (D IO' DIA WA TFLE DEPO4TM LONE SECURE NM SANG SACS (l- UP aE WlTpt STORY WAFER UNE UP OF CUT, SE ME TT WIFE INSTALL 8" i0 IO• DIA WmOOR AIFLE SECUtE NM ' ZONE WSTALL MIEq WATTLE MIDWAY BETWEEN uPACIEO IN— AND CONSRn1CnON OISMRBANCE. SATIN BAGS (rn.) SECURE NM SAND BAGS . GUTTER PROTECTION SETUP WATTLE FILTER DETAIL INLET PROTECTION SETUP O -ate:.... .... .... ,. .. Creation Dole: 11\12\07 Initials: JDL � L� I,1L 11, cl yor FoKI oiilns 10T As Constructed Project No./Code Last Noditaotion Date: 12 15 08 Initial,: JDL ' •�_��.. Na R.Won,: EROSION CONTROL DETAILS A0C M455-074 Fldl POth: 281 NOON College Avenue Fort 1420 2nd street Greeley, CO 80631 ReviSed: Designer: J. MORON 15572 Drowi File Name: 104601200FOR-EC.dw - Conine, CO 80522 PMne: '(970) Phone: (970) 350-2126 -(970) DetdleC J. LOFTON Acod Ver. 2007 S.I.: 1:50 Units: ENGLISH 221 -6605 FAY: 970 221-6378 FA%: 350-2198' 4 NO Void: Stleel Subsll: GRADING. 6ubset Sheet:: 4 of 7 Sheet Number 44 CURB INLET - A MRE ENClosED � A GNSNED ROEK PLAN VIEW WAKL FRIER SHA BELOW !m O< LL WaBBE r O ERFLOW RE ENttOX01 WW sN0 ROD( BERM SHALL AG NS*ECU B A`EE —R MARKER SECTION A -A CURB INLET BLOCK AND GRAVEL FILTER Pr[I r sueJ GENERAL NOTES: 1. INTERIM CONFIGURATION INLET PROTECTION IN STREETS SHALL BE INSTALLED WITHIN 48 HOURS OF POURING INLET. INLET PROTECTION (AFTER PAVING) SHALL BE INSTALLED WITHIN 48 HOURS AFTER PAVING IS PLACED. 2. CRUSHED ROCK SHALL BE FRACTURED FACE (ALL SIDES) AND SHALL COMPLY PATH A 1-1/2- MINUS GRADATION. RECYCLED CONCRETE MEETING THIS GRADATION MAY BE USED. 3. WIRE MESH SHALL BE FABRICATED OF 10 GAUGE WIRE TWISTED INTO A MESH WTH A MAXIMUM OPENING OF 1" (COMMONLY TERMED "CHICKEN WIRE"). ROLL WIDTH SHALL BE 48-. 4. TUBULAR MARKERS SHALL MEET REQUIREMENTS OF MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCO). 5. OTHER CURB INLET PROTECTION METHODS WILL BE ALLOWED`IF APPROVED BY THE"CITY. MAINTENANCE NOTES - I. THE CONTRACTOR SHALL INSPECT INLET PROTECTION WEEKLY AND AFTER RUNOFF EVENTS AND MAKE REPAIRS OR CLEAN 2. OUT AS NECESSARY. SEDIMENT ACCUMULATED UPSTREAM OF INLET PROTECTION SHALL BE REMOVED MEN THE SEDIMENT DEPTH UPSTREAM OF 3.'ROCK BERM IS 2 1/2" OF THE -CREST. INLET PROTECTION IS TO REMAIN IN PLACE UNTIL THE UPSTREAM DISTURBED AREA IS STABILIZED AND GRASS COVER IS APPROVED. UNLESS THE'CITY APPROVES EARLIER REMOVAL OF INLET PROTECTION IN STREETS. ERAVEL FILTER RWN BERM jNALL BE vLAEED n—Y AOMNST CURB FACE CURB ANO WTTER 4 L uNa F iv L ^BIRARR B '�_—I i--ueuaWE 3' XNEL K — Eo aOC 8 � PLAN VIEW �MARKERR 4" MIN I" MAX AND GUTTER 1 f Computer File Informotion Index of Revisions oryoi FOtiC011iflS �"�_��... 261 NoAh College Avenue Fort Conin CO 80522 Phone: (970) 221-6605 FAX: 970 221-6378 IOT 1420 2nd SI-1 GreeleW. CO 80631 Phone: (970) 350-2126 FAX: (970) 350-2196 ion 4 PJ6 As Constructed EROSION CONTROL DETAILS Project No./Code Creotfen Doter II\12\07 InirDh: JDL Lost ModiNcalion Date: 12 IS 08 Initials: JDL Na RevislonB: AOc M455-074 Full PBIh: Revised: Des'gner: J. LOFTON 1SS%2 Drowin File Nome: 104601200FOR-EC.dw Acod Ver. 2007 Slsle: 1.50 Units: ENCLISH Void: Detail , J. LOFTON Sheet Number 4 5 Sheet Subset: GRADING Subset Sheet:: 5 of 7 ///---WATTLES ARE TO BE TIGHTLY ABUTTING WITH / No GAPS.AND ANCHORED WITH SAND BAGS / AROUND THE ENTIRE OUTSIDE PERIMETER. IP-2. A A .r L DROP INLET PLAN VIEW SAND BAGS WATTLES - OVERFLOW---._ RUNOV"LE' SECTION A -A AREA INLET PROTECTION IP-3 , TOE OF FILL WOOD STAKES CULVERT FLOW 1 WATTLES MAINTENANCE NOTES: TES INLET PROTECTION I. STORM DRAIN INLET PROTECTION STRUCTURES SHALL BE INSPECTED PERIODICALLY AND AFTER EACH RAIN EVENT, AND REPAIRED WHEN NECESSARY. ACCUMULATED SEDIMENT SHALL BE REMOVED. - 2. STORM DRAIN INLET PROTECTION STRUCTURES SHALL BE REMOVED AFTER THEY HAVE SERVED THEIR PURPOSE. WATTLE INLET PROTECTION SOSTCH SECURELY TO STEEL OR WOOD POST COMPACTED BACK FILL RUNOFF f —I III III —III III —III III —III— r — APPR I _I � �—III—III. a IN IT_I III III I —I I_I—III— 'MIM:. III -III -III III I I I-1 n_I I I- -III III -III -III III; _—III—III—III—I I SECTION VIEW GENERAL NOTES: THE MAXIMUM TRIBUTARY AREA IS LIMITED TO 0.25 ACRES PER 100 FEET OF FENCE. 2. INSPECT AND REPAIR FENCE AFTER EACH STORM EVENT, REMOVE SEDIMENT WHEN ONE HALF THE HO— OF THE FENCE HAS BEEN FILLED. REMOVED SEDIMENT SHALL BE DEPOSITED IN AN AREA TRIBUTARY TO A SEDIMENT BASIN OR OTHER FILTERING MEASURE. SILT FENCE FORT COL�NSWATE�RCONSTRUCTJON APPRWED: ETAIL DATE: 12/27/00 �CITYF UTILITIESAWINGS D-28 DRAWN BY: NBJ Computer File Informotion Index of Revisions at YDT �.FortCollins j�f1 281 Nonh College Avenue Forl Collins. CO 00522 Phone: (970) 221 -6605 FAX: 970 221-8376 IDZ 1420 2.q Street GreeleF. CO 80631 Phone: (970) }50-2126 iAx: (970) 350-21gB 4 PJG As Constructed EROSION CONTROL DETAILS Pro ect No. Code 1 Creation Dote: 11\12\07 Initials: JDL Lost Modilicolion Bole: 12 16 O8 Indio,: JDL No Rensions: AOC M455-074 . FWI Palh: R�.q�; Designer: J. LOFTON Detoikr. J. LOFTON Orori File Name: 10460,200FOR-EC.dw Vod: 15572 Sheel Namher 46 Acod Ver. 2007 Scak: ,:50 Unils: ENGUSH Sheet Subset, GRADING Suhsel Sheel:: 6 of 7 NpRO 5J Pf p'd Op0 P Jg�1G R Sp, L,y\ 1/2"-3/4' FILTER LAYER \' 1 1/2"-3" ROCK I ,�5 6" MIN. J EROSION CONTROL GENERAL NOTES' 1. INSPECT AND REPAIR GRAVEL FILTERS AFTER EACH STORM EVENT. REMOVE SEDIMENT WHEN ONE HALF OF THE FILTER DEPTH HAS BEEN FILLED. REMOVED SEDIMENT SHALL BE DEPOSITED IN AN AREA TRIBUTARY TO A SEDIMENT BASIN OR OTHER FILTERING MEASURE. 2. EROSION CONTROL MAINTENANCE IS THE RESPONSIBILITY OF THE CONTRACTOR. 6" SOIL COVER 2.W50 50 L/2- L/2 6" GRANULAR BEDDING 0 = d50 = STATE CLASSIFICATION FOR NOMINAL STONE SITE, IF RIP -RAP TO BE GROUTED: GROUT SHALL BE IN ACCORDANCE TO ASTM: C1107-LATEST REVISION. GROUT SHALL BE VIBRATED IN PLACE. TOPS OF EXPOSED RIP -RAP HALL BE WET BRUSHED AND CLEANED OF GROUT TO EXPOSE RIP -RAP COLOR. SMALLER THAN INTERMEDIATE ROCK D50 RIPRAP GIVEN 512E DIMENSION DESIGNATION BY WEIGHT IN H (INCHES) TYPE VL 70-100 12 50-70 9 6•• 35-50 - 6 2-10 2 TYPE L 70-100 15 50-70 12 9'v 35-50 9 2-10 3 TYPE M 70-100 21 50-70 18 12 35-50 2 2-10 4 TYPE H 100 30 50-70 24 18 35-50 18 2-10 6 TYPE VH 100 42 50-70 33 24 35-50 12 2-10 9 "BURY TYPES VL AND L WITH NATIVE TOP SOIL AND REVEGETATE TO PROTECT FROM VANDALISM STORMWATER CONSTRUCTION RIPRAP DRAWING DRAWINGS "' `�' """" "'��A �'°"'�"' cmyar Apr As Constructed Project No. Code Creation Date: 11\12\07 Initials: JDL ortC011ins .____ EROSION CONTROL DETAILS Last Modification Date: 12 15 08 Iniliols: JDL N. No Revisions: AOC M455-074 Tull Path: 28t Narlh Canege Avenue 1420 2nd Street Gmek7, CO 80631 Revised: D' aer: J. LOFTON '� 15572 Droein File Name: 104601200FOR-EC.dw Fort Conine, CO 80522 Phone1 (970) 350-2126 �taiter: J. LOFTON Arad Vet. 2007 Scak: 1:50 Units: ENGLISH Phone: (970) 221-6605 FAX: 970 221-6378 FAX: (970) 350-2198 R ion 4 PJG Void: Sheet Subset: GRADING I Subset Sheet:: 7 of 7 Sheet Number 4] r M ■■r r M it M M M M M M M M M M M M M r = M M m m r m m r M M m m M M M m M 1. Site.Description Additional information for permitted projects. For information only to fulfill the CDPS-SCP (Colorado.Discharge Permit - Stormwater Construction Permit) A. Proi2C 51te Description, The project consists of the widening of Shields Street and Improvements to the :Shields and Harmony Intersection. Grading and pavement removal will take place throughout the project corridor. New asphalt and concrete paving, curb and gutter, sidewalks, medians, traffic signals and street lights, landscaping, storm pipes, inlets and waterlines will be installed with the project as well as dry utility relocations. The project will be constructed under traffic, so phasing and temporary traffic control will be necessary (as well as attention to pollution Prevention in the various stages). B. Proposed Sequencing For Maior Activities; Generally the sequence construction will be: 1) clearing, grubbing, topsoil stripping and stockpiling; 2) grading to subgrade elevation; 3) installation of underground utilities; 4) curb and gutter installation; S) base and pavement construction; 6) sidewalk construction; 7) final landscaping and stabilization. C. Acres Of Disturbance: Total area of construction site: 4.9 Acres Total area of disturbance: 4.4 Acres Acreage of seeding: 0.7 Acres D. Existing Soil Data: Soils in the area included Nunn Clay Loam and Altvan Satanta Loam. According to the NRCS these soils have low to moderate erosion potential from both wind and runoff. E. Existing Vegetation. Including Percent Cover: Ranges from bluegrass turf to dryland ground cover-90% cover. Date of survey: October, 200E 2. Site Map Components Pre -construction A. Construction Site Boundaries B. Ali Areas Of Ground Surface Disturbance C. Areas Of Cut And Fill D. Location Of All Structural BMPs Identified In The SWMP E. Location Of Non -Structural BMPs As Applicable In The SWMP F. Springs. Stream. Wetlands And Other Surface water G. Protection Of Trees, Shrubs, Cultural Resources And Mature Ve etation 3. SWMP Administrator For Design• The Contractor shall be responsible for developing a SWMP priortoconstruction based upon the Erosion Control guidelines established by the design engineer. 4. Stormwater Management Controls First Construction Activities The Contractor Shall Perform The Following: A. Designate A SWMP Administrator/Erosion Control Supervisor (To be filled out at time of construction; designate the individual(s) responsible for implementing, maintaining and revising SWMP, including the title and contact information. The activities and responsibilities of the administrator shall address all aspects of the projects SWMP.) B. Potential Pollutant Sources Evaluate, identify and describe all potential sources of pollutants at the site in accordance with subsection 107,25 and place in the SWMP notebook. All BMPs related to potential pollutants shall be shown on. the SWMP site map by the contractor's ECS. C. Best Management Practices (BMPs) For Stormwater Pollution Prevention Phased BMP Implementation During design: fields are marked when used in the SWMP. During construction: the ECS shall update the checked boxes to match site conditions. Clearly describe the relationship between the phases of construction and the implementation of BMP controls. Add a narrative to the table or to the site map describing why the BMPs are being used in specific locations F. Potential Pollutants Sources: lee First Construction Activities under Potential Pollutant Sources. The ECS shall prepare a list of all potential pollutants and their Structural BMP practices for erosion and sediment control; practices may include, but are not locations in accordance with subsection 107.25. limited to: The Contractor shall establish the appropriate methods for various phases of construction. G. Receiving water: 1. Outfa ll locations: 29"X45" double culverts and 36" storm sewer system with swale. 2. Names of receiving water(s) on site and the ultimate receiving water: Mail Creek and ultimately Fossil Creek 3. Distance ultimate receiving water is from project: 0' to 1000' from east edge of project. 4. Does the receiving water have an approved TMDL: No H. Allowable Non-Stormwater Discharges: The only non-stormwater related discharges in the area would he runoff caused from irrigation upstream which all eventually reaches Mail Creek. 1. Groundwater and stormwater dewatering: Discharge to the ground of water from construction dewatering activities may be authorized provided that: a. The source is groundwater and/or groundwater combined with stormwater that does -not contain pollutants. h. The source and BMPs are identified in the SWMP. Discharges do not leave the site as surface runoff or to surface waters. 2. If discharges do not meet the above criteria a separate permit from the Department of Health will be required. Contaminated groundwater requiring coverage under a separate permit may include groundwater contaminated with pollutants from a landfill, mining activities, industrial pollutant plumes, underground storage tank, etc. I. Environmental Impacts: 1. Wetland Impacts: Yes 2. Stream Impacts: Yes 3. Threatened and Endangered Species: No BMP TYPE OF CONTROL BMP as Designed In use on site FIRST CONSTRUCTION ACTIVITIES DURING CONSTRUCTION INTERIM/FINAL STABILIZATION Earth Berm/Diversion X Check Dams X X Silt Fence Wsedimentx X x x Erosion Lo s X X X Temporary Sediment Tra /Basin X - x Permanent Sediment Trap/Basin sediment X X X Embankment Protector erosion X X X Inlet Protection erosion X X X X Outlet Protection erosion X x x Concrete Washouts construction X XX Stabilized Construction Entrance construction X X x X Dewatering sediment X X Temporary Stream Crossing erosion X X X Other creation Date: 11/12/07 Initials: JDL Clrycf FOr'YCothnS' ��-ram. SIT --- As Constructed STORMWATER MANAGEMENT PLAN Project No./Code Last Modification Dote: 10 24 08 Initials: JDL No Revisions : ANM455-074 Full Path: 281 Norfh College Avenue Fort Collin.. CO 80522 1420 2nd street Creeley. Co 80631 Phona: (970) 350-2126 Revised: Designer: J. LOFTON 15572 Dmwin ale Nome: 104601200FOR-SWMP.dw Acad Ver. 2007 Scale: N/A Units: ENGLISH Phone: 970 22t -6fi05 ( ) FAX 970 350-2198 ( ) Y01d Deloiler. J. IORON FAX: 970 221-6378 4 PJO Sheet Subset SWMP Subset Sheet:: I of 3 Sheet Number 4B NON-STRUCTURAL BMP practices for erosion and sediment control; practices may include, but are not limited to: The Contractor shall establish the appropriate methods for various phases of In Use First Type of BMP As On Construction During Interim/Final BMP Control Designed Site Activities Construction Stabilization Surface Roughening/Grading Techniques Erosion X X X Seeding Permanent Erosion X X X Seeding Temporary Erosion X X X Mulch/Mulch Tackifier Erosion X X X X Soil Binder Erosion X x Soil Retention Blanket Erosion X x X X Vegetative Buffer Strips Erosion X. X X x Protection Of Trees Erosion X X % X' Preservation Of Mature Vegetation Erosion X % X % Other • Erosion control devices are used to limit the amount of erosion on site. • Sediment control devices are designed to capture sediment on the project site, • Construction control are BMPs related to construction access and staging. • BMP locations are indicated on the site map. • BMP installation details and general narratives are in the SWMP notebook. D. Offsite Drainage (Run On Water) 1. Describe and record 8MPs on the SWMP site map that have been implemented to address run-on water in accordance with subsection 208.03. E. Stabilized Construction Entrance/Vehicle Tracking Control 1. BMPs shall be implemented in accordance with subsection 208.04. F. Perimeter Control 1. Perimeter control shall be established as the first item on the SWMP to prevent the potential for pollutants leaving the construction site boundaries, entering the stormwater drainage system, or discharging to state waters. 2. Perimeter control may consist of vegetation buffers, berms, silt fence, erosion logs, existing landforms, or other BMPs as approved. 3. Perimeter control shall be in accordance with subsection 208.04. 5. During Construction Responsibilities of the SWMP administrator/erosioncontrol .supervisor durine construction The SWMP should be considered a "living document" that is continuously reviewed and modified. During construction, the following items shall be added, updated, or amended as needed by the SWMP Administrator/Erosion Control Supervisor (ECS) in accordance with section 208. Materials Handling And Soill Prevention A. Stockpile Management B. Grading And 51ooe Stabilization C. Surface Roughenino D. Vehicle Tracking E. Temoorary Stabilization F. Concrete Washout 1. .Concrete washout water or waste from field laboratories and paving equipment shall be contained in accordance with subsection 208.05. H. Saw Cutting I. New Inlet/Culvert Protection 3. Street Cleaning 6. Inspections A. Inspections shall be in accordance with subsection 208.03 (c). 7. BMP Maintenance A. Maintenance shall be in accordance with subsection 208.04 (e). 8. Record Keeping A. Records shall be in accordance with subsection 208.03 (c). 9. Interim And Final Stabilization A. Seeding Plan Soil preparation, soil conditioning or topsoil, seeding (native), mulching (weed free), and mulch tack ifier will be required for an estimated 0.7 acres of disturbed area within the right-of-way limits which are not surfaced. The following types and rates shall be used: Common Name Botanical Name Pounds PLS/Acre Smooth Brome 'Lincoln' Bromus inermis 'Lincoln' 6.0 25% Crested Wheatgrass 'Ephraim' ARropyron cri5tatum 'Ephraim' 5.0 (25%) Intermediate Wheatgrass 'Amur' E1 tri ia. intermedia 'Amur' 6.0 (20%) Perennial R e rass 'Affinity' Lolium per2nne 'Affinit ' 3.0 15%) Russian Wildr a 'Vinal' Pseudome neria s icata inermis 'Vinal' Total 24.0 108% ., — „ems, rnt I Irl— U1-viblull� a ,e{ lOT As Constructed Project No./Code Dreaban Dat<: „/,2/D7 In,Nals: JDL FortCothns STORMWATER MANAGEMENT PLAN Last Modification Date: 10 24 08 Initials: JDL �'4'l�' --- RIlI�d9Ml@67pmm No Revisions: AOC M455-074 Full Path: 281 North College Avenue 14 1 tad 5trael Greeley, CO 80631 Revised:' Designer: J. LOFTON q" ) 5572 Drawin File Name: 1046012OOF0R-SWMP.dw Fort Collins. CO 80522 Phone: (970) 350-2126 Deloiler: J. LOnON Acad Yer. 2007 Scale: N/A Units:ENGLISH Phone: (970) 221-6605 FAX: 970 221-6378 FAX: (970) 350-2198 Region 4 Pic Void: Sheet Subset SWMP I Subset Sheet:: 2 of 3 Sheet Number 49 � M M M M r M M M M r M r r it M M M M r ON M M MMMMM M M M MMMMMMM 8. Seedin¢ Aopllcatlon: Drill seed 0.25 inch to 0.5 inch into the soil. In small areas not accessible to a drill, hand broadcast at double the rate and rake 0.25 inch to 0.5 inch into soil. C. Mulching Application: Apply 1 X tons of certified we free hay per acre mechanically crimped into the soil in combination with an organic mulch tackifier. D. Special Requirements' Due to high failure rates, hydromulching and/or hydrgseeding will not be allowed. E. Soil Condit ionine And Fertilize Requirements: 1. Fertilizer and soil conditioner will not be required on the project. F. Blanket Application: On slopes and ditches requiring a blanket, the blanket shall be placed in lieu of mulch and mulch tackifier, See SWMP for blanket locations. G. Reseetling Operations/Corrective Stabilization Prior To Final Acceptance. 1. Seeded areas shall be reviewed during the 14 day inspections by the Erosion Control Supervisor far bare soils caused by surface or wind erosion. Bare areas caused by surface or gully erosion, blown away mulch, etc., shall be regraded, seeded, mulched and have mulch tackifier (or blanket) applied as necessary. 2. Areas where seed has not germinated after one season shall be evaluated by the Engineer and CDOT Landscape Architect. Areas that have not germinated shall have seed, mulch and mulch tackifier (or blanket) applied. Work shall be paid, for by the appropriate bid item. 3. The Contractor shall maintain seeding/mulch/tackifier, mow to control weeds or apply herbicide to control weeds in the seeded areas until final acceptance. 10.Prior To Final Acceptance A. Final acceptance shall be in accordance with subsection 208.061. 11. Tabulation Of Stornawater Quantities Pay Item Description Unit Quantity 203 Blading Hour 203 Backhoe Hour 203 Dozing Hour 203 Combination Loader Hour 203 Sweeping Pick-U -Broom Hour 207 Topsoil CY 593 207 Stockpile To sail CY 1907 207 io soil S ecial Cy 913 208 Erosion Lo (12 Inch) Lf 208 Erosion Log (18 Inch)Lf 208 Wattles (25 ft Sections) Each S:2 208 Sand Bag Each 208 Silt Fence Lf 515 208 Construction Fence Lf 900 208 Sediment Basin Each 208 Sediment Trap Each 2es Check Dam Each 208 Concrete Washout Structure Each 1 208 Storm Drain Inlet Protection (Type 1 Each 3 208 JSt.r. Drain Inlet Protection (Type 2) Each 2 208 Storm Drain Inlet Protection T e 3) Each 208 emporar Slq a Drain L{ 208 Stabilized Construction Entrance Each 209 Sediment Removal And Disposal is 208 Sediment Removal And Disposal Hour 208 Sediment Removal And Disposal 208 Erosion Control 5u ervisor Day 208 Erosion Control Supervisor Hour 75 208 em orar Berms if 208 ravel Ba if 208 Silt Berm if 212 Seeding NativeAcre 212 Seedin (Temporary) Acre 212 Soil Conditioning Acre 213 ulchin Weed Free HaAcre 213 ulchin (Weed FreeAcre 213 ulchin Weed Free Straw) Acre 213 ulch Tackifier Lb 213 Soil Binder Acre 213. Flexible Growth Medium Acre 216 Soil Reten Blanket Sec 5 216 Soil Reten Blanket (Plastic) S 216 ISoil Reten Blanket S/C) 5 700 lErosion Control Fa 1. BMP maintenance shall be paid for as: included in the cost of the erosion control device. 2. It is estimated that one concrete washout structures will be required on the project. One concrete washout structure shall be used for the field laboratories. 3. It is estimated that 40 hours of labor may be required for miscellaneous erosion control work as directed by the Engineer. Work shall be paid for as: included 1n the cost of the erosion control device. 4. It is estimated that two stabilized construction entrance(s) will be required as directed to minimize vehicle tracking control. Locate .1 on the 5WMp map. 5. Maintenance of seeded areas shall be paid for as: included in the cost of the erosion control device. Trench bole —Toe of fill !//--- 4 inches into / the ground �—erosion boles (weed tree) //\\ ExisD d �yround I -"N, xcovol¢d Oreq 2 FTMIN IA' Ezcavtdarea PLAN VIEW CONCRETE WASHOUT STRUCTURE Not to stole orea CROSS-SECTION A -A' ce¢6gn Dote: 11/12/07 - Initials: JDL Modification �m� FortCol..ns ��-f� )nT As Constructed STORMWATER MANAGEMENT PLAN Project No./Code Losl Date: 10 24 08 Inili0ls: JDL a No Revisions: AQC M455-074 Full Path; Dro.in File N.— 104601200FOR-SWMP.dw 2B1 North CCleg¢ Avenue Fart Colfina, CO 80522 142o 2nd S✓.eeett Greeley. CO 60631 Phone: (970) 350-2126 Revised: Designer J. LOFTON 15572 Acod Ver. 2007 $tole: N/A Units: ENGLISH Phone: (970) 221-6505 FM: (970) 350-219a Void: Detoiler. J. LOFTON FAx: 970 221-6378 en 4 RIG Sheet Subset: SWMP Subset Sheet:: 3 of 3 Sheet Number §Q CL STA 55+62.70. 70.28' R (SEE NOTE 6 7'. EX 29 45 j - HE FES � .: � `, I1 EX 79 x45" HE SO (2). \ E4 6' SDMH \ STA 16+69208.46' LT- CL STA 55+66:04: 78.72' RT '- (SEE NOTE 6) Z r Ix z W I II` II Y LE6 . 12 LF 29"X 45" HE SO E5 15 LF Z9"x45" HE r,jj NOTE: 1. REMOVE EXISTING TYPE R INLET. REMOVE THROAT INLET AND POUR NEW DECK AND SOLID FLAT TOP WITH STANDARD ACCESS MANHOLE RAISED TO FINISHED GRADE. 2. ALL STORM PIPES SHALL BE INSPECTED BY THE CITY OF FORT COLLINS. , 3. RCP STORM SHALL BE CLASS III WITH WATER TIGHT JOINTS (ASTM C443). 4. CL AND FL STATIONING AT INLET IS CENTER OF FACE OF STRUCTURE AT FLOWLINE. 5. ALL OTHER STATIONING IS CENTER OF STRUCTURE. ' "• 6. INSTALL FLAT TOP MANHOLE: FLAT TOP=5086.15 USE MANHOLE RING AND COVER TO REACH RIM=5087.5 0 n 5095 00 o 5095 W NV)O n N J ea Z011� 11 O III ^ryZ W Wip 0' Z WInS 5090 5090 hWW GROU E7 E2 / 5085 SOBS \ 1102 LF (EJ AND 99 4F (W) DF... / X EX 29 x45" HERCP ® 0.6% J i PRI POSED GRADE 0.88%' E5 15 LF (w) 0 33R OF 29 x45 HERCP 5080 5080 ANO E6 12 LF (E) 0.427. TYPE L RIPRAP PAD 18" DEEP w/ 6" SOIL COVER AND 6" TYPE II BEDDING 18+00 17t00 16+00 MATCH EX. 0100 X 1 SL VELOC CROSS-SECTION A -A N.T.S. i 2% __... ,_. ..._ .... .... .. .. Creation Date: 11/12/07 Initials: JDL �. Cwy& FortCothns lOT As Constructed STORM SEWER Project No./Code Last Modi6cotion Date: 12 15 08 Initials: JDL .. r`}`-. .. No Revisions: PLAN & PROFILE AOC M455-074 Full Path: 281 North College Avenue 1420 2nd Street Greeley, CO 80631 Revised: i9n r. Designer: J. LOFTON 15572 Oro,in File Name: 104601200FOR-PP-STRM.dW Fart Colli- CO 80522 Phone' (970) 221-6605 Phone: (970) 350-2126 Detoiler: J. LOFTON Acad Ver. 2007 Rcllc H-1:50 V-1:5 Urits:ENGLISH FAX: 970 221-6378 FAx.�970) 350-2198 R 4 PJG Void: Sheet Subset: STORM I Subset Sheet: I of 2 Sheet Number 51 M r M M_ M M M M M M M r M M M M M uY.a.'e or tccaTj 43Cr5=on O£ COnr = unJer a pubtlC anb3f�:iDn; VtCla t?n r Federal :2v state arr-.ir mt sta`r1es-or_-,rlTt n or ff-bEzzlerrent, Met, t4ge;y, DribErj', s�!sG at!^„t'l or deEmica- W., J'i rEM-3F, rr,aktrir_ Iaffif V: Eel�, ti fe,66W tg 3irfi prpb". c Are rrA preserq :Maed fors c€heTa se rxi Ina ly cc -A(& j ,u tares by a O?i+Wr .T4efTta! ef" �Ferai, -ate Of 10W,r vstih coe,lrltssbr: of zi. or be DT, .rr--s -min a -rated :11 �.Wapt: tt oT tr►s Oarma*tim, -Ia d. How- nDt %ltrin. a Z-vEx p_rloa pr-__,d g U-r:s ardtl ca- s�an• a_ had acre .or rnorezp"c trJrrAu t�;rs tFedaral, viC:e cr 6r.,11) serrated To care or df'arbL 2. 11.rcwe Me pmEpa&ie 1E tJrk-Ma m GKtu'h' t3 art} T be. sti erne oms In. urs c rmry . arras, . V m FfDapedtYe p3r=s_'parr stp[I a`tac:) an explanzIlom to ttrs.pmpea,.4. ? inatructl ons for CerW-41on -Lower Tier Covered Trarta=ons: JAADp!l a to aE submn1ra-=,, pwrAme oc-0-rs and ahu love, :per tr sKSCM W 12.•.DDD or MOM - 45 CFR 29) a By signing ar�j sutmtmrg this prpssa!, tie p.mpecuYE FJhV t',R' IS p�tr3rt31hE CE�mi:a`tii)ti bet 04tt bEtDY!_ o. '(T'�� c�;e�t¢rt !r, tm�E Glz•:ise I� a. sri3i�tai rEpa�sertlaticxa of upw v901i Mlax-e'Ass paced k%ben,Ms lwsa on'A,m entered i o.' fn ft rt3,ei det rmtned tr n? p-mmc- Ime' Mar par-: p n known rend -red ari rr!>:meom cen'.Q n,, in .V,VLc.1 to 'O w re�less iva� ate to t51e FedeM Gareir M' d, ur arid; rs', or ageot: • .► m mr(ta tits tra tsajtiara• asrgtna ed ma) ° pursue a.a!ab!E re'rpeari;ri., ir`,: iLmrq um s„s!;,on : arx"Or deb3rR'IeIL c. The emp> _Ifve_ 1 ter par�dpant =q .proorte ftT,_'J3te. Wrmen rah tQ Tem-perso, to r� ct -.. this pm osar is su t ird t a .at;}' ine ttr- p:-spemwi raw tier.paft.w-iar. t=alns z1-at ( ^erCTr."3ni0il 1ai.erroneoiAs-by'reason of Cf7a FQea dmTr 53nC*S_ d. The teens -=WeF d trarwW0n:. -dryaired,' 'unp.-m- eV 'in�il-M, 'prrnay ,ca.�ea aa�sa rrxa' ,.p�rtraparr� 'pirsor,' 'pcinc =.,' 'prcpc =, .' anq Voim artry em'!rded; m used t,, ttis dame, tim tti2 6eark . se:_ou"In. the D4:Prlacrs and Cam seer- aT NeG ImViEmerx.i►g Exeixrt.e Csirier 12w4y. Yzu may oxrtad_ trte. person to vk,.1 hats. . Is s Mrjed To assrsra,'tce'n Dg a oopy of twee reg+ia_lDr.& e. The ¢r�spe^..ttYe:tolr>f-msr �tt.�:;a-�tt ag�''s: tfisr:�rra�- ?: � its"paap-jsat'>71at: str�d � pr;�lsEd e�r�d trar�cGan bE elrlw a Into; It 64M na fursr K9y trlr ary:laser fIE ctyeered ?�tsac±r �� a pub; y,2io ts: dam, .sitEpp!rded; d�ctared Ire p4e, or wwntpr!y exajdej Vw n par s:,!q tjon in ai%. c r sered '-,nacho,, unless EV.110MEd IYJ me dSp&jlerji or agency wnp vmc, ft dd5 hirssac.krr Ci1�i,aiea. s. Thr? pros WNW Io W 02f FWW..p3fit A Ef aTaee Ivy s,r.,rmrng trey .nrcpsai rha it w a 1ndmE swils clare u-Lied' Cent tcat!rxa t3.eigardir�g. DEtairneai .bixr tr,H!Qrlt y mavwwtu aD' E uWan- -ner Covered Tfmsacifdcr,, wtrrrut mo .r.,aitcr. lr ail Ww ?ter b&vErW transa�,torm and Vi of sofatxl"z: V )X mw Oer cvef=-d tm macams. g. A p=cipa,t In a Wowed tmv ictm may rely upy, a oem-a'• m of a Prupecus pa wpam In a fxmw Pe.- woerec sgcU m: tti: If not debarred, su�psriOed, ta�flcfVa_ or vDlun- t3r7y e)vudeej franc fete cmwed fzzr&actkf trness % knon. Ina! tl r, M_ oer 1s e-M. 83M. A pardcipara may OeCde Me rre-,M ar t t NLO-- cy by vVch f i%e em-mes IT* egmity of ns prlr> _ Each pate panf Tray. bti is no.:-reg Led ;.,, w&A the NeriFr•.xxrr-erteri = R NDtrtl,g Conta6ped in the a'xeg_wvg srW be'constuea to requfre estatrltsh".-dt of a system, or re�t i saber t3 rendir In gDm 'altl't tli?"C6vica n miwlec icy �= dakSf. T� kr mcem a,d Irro Tad ra o; partl rr: rr7 r>3n1tEd EX etl =.ra Vach 1�6 mrrnaWy.po5sessed by a pnsjEr} pe;sx,, to ; .rM ay e of, N_Vness devngs I. ExDW; Tor !:-arrs=cns a' ho'lzetl under pampptr: eY cf tneSE Ir_1m=0m, Ifarti a S'.njar� In a- ,=gerEj tr�4r.s=a Or' 3nMM;ly' enters Inca, a (C'Mf tier,-Wie.F-ed 7a,'t5e1 b Vwrl ,3 perscr Vm is 'Swpended. 'Oeballed. irn:rjtw_-, or vortt wri e *jdej from.p=DIpOon it tfu.=*mzahwD 1i add'm tn.otheer remc_ji%_ ara:!abfe i'i re. Fede7`Gaiwrrhent Me iMarD.ter, or age -icy ►trm arid•, th!s rat =Lon o:Vr mypiv.1= 3YWA !e i rredIz-z, tD-,'uj!no sapmnslm arriC•r. d=_Wr =_m Ce!ttbcabon Regarding Debarment, Suapenalon, trwqiigtbWty+ a0d YOIUnt3ry EWUSIM-LoWier i36r.CoVeVe ] Tr$now-b m: 3_ The pTApeCtNe zw patelpa,t oem."e5. by' btrtrati5eix, .its .. posa!, that re-th-- It .mr t>y g,nro _� t prese cC} debarred, ssrspe�i&_-a, proprssed tar aep—,atefr'., ds-_are. imEtype, or voirrrtait; ewulnd imn par *;;ra, In au trarsartlon b3' any Feeem depiamyteat br aga-tcy. N'h a .. ,prpspeMtw_ i vtr tlEt patrc3p3nt is rrtatx. in cef II -D any or trees a finer u In lz oema �3r1, SUcti prespec- tee Farrdpar[ bciall a_` , a� e)ptanafim iD Ws pmpo=. ➢UL CERTIRCATKAJ REGARDING USE OF CONTRACT FUNDS FOR LOB8YD4G (ApFyr api�.t3 a9 Fe4eaFaJd =wructlan oc&aa= am to a€! f eur. eer subcoitt�arts CIA sdi:e7¢ fit S1 ittG7 - Eg 0FIR23) 1_ The prApeettlye-parftdparit.mtmes. 6ys�3 rg and s7=tt- tktg tars t,id or proposii, tD try tx� ct. his of tles 6.3imeop. 3A'ld beiw.., that, a No Fedgzzi appirocZated fmijs have been fall or w.1 to pats, ty a. on txnatf a Zee .ur emped, to any. p-� ;for camp-lZbg of ar-em ung tb wue;rce an cm0ee or.frrrp!c: ee at ally Feas-9 a ency a ti sntief o?;C x+gnzss; an ot."cer or employee o: congress, or ai E-nployee at a -Me rber ce Congress Ir. t sr;6_*;n 'Athadw a.}amiig of any .FeMFa: r omi ,rie =-King V 'w7y Feder gram, the maki6j o> any a=edazat'► m the eri:Mng I= cf any ec a`r. 'a�,reerserrt and ►E ererlston, uaton, aenEAval, amestdrner, m it e, cf -any Feaed contract, grant. la3'r, or cooperative agre=ratEra t. li a'fy: r6c_ omen trs3n Feral appmrizied iris ha'.+e bee, Falp or W3 Cc -.paid to any p=rsor, -,x Iruer q d attempr Ing SO ITTILence an on>_mr,or ernplDff_ 66 arry Feces agenq, a +,lemberof Congress, art-cM. ce;or-ewoayeeut cmaress, or an en'fpiDy&e ol, a tr!enberce, Q in, ca>;,nedJen vdtt MIS Fed— con a;' a?an!. Isai, w w")e=a rr aigmen_-It, tfte unOefslglea shyi Compietf and submIL S are3am Fwrr-'_LL, 'rJ ckxure FO:.ri G RepCO =�'_ y"g,' in aDmrdarre %Itra is mstructica�. 2. Trte oe'tttica on tE a mxertal represesnL cC upor, WIch relant* vaa daiej wnc-i hiss trarsa;Con was rrade or sits raj Its. !,utfm15s1Dr oT Mr. oerrimillon 1fi a tot pis'_e maXng or.er`ar g Ira mts tramactim, Imposed y 31. U.S.C. t 2. An)' DErss�rr vta idiE to mk 1 be r-ire : cull -le Ion W`taii be sivec; tc a dvil penafl, oe rat iess titan $10,D7 and rut more 5h3 tf.1 WPM Tor each suW aiturfl 3. Ttae proses h+e partiar,t air agues ty ststsr ttnrg hls ar rter bid or proms: the: he ci shm- .sts31 rejutre that the rargraga cr :lira cEr,:," t:attur, be Ir Yt► w in gi hMw :ter sir cbrmz ^z, tune r exceed WIXODO and that al s",� recVe is shaf oaVy ana dwose axis hYy. mun ---- ----_-�T Qd CONDOM1141UMS P.U.D. NOM ET ­�4"15' TYPE -R-'INL 1. REMOVE THROAT INLET AND POUR NEW DECK AND SOLID FLAT TOP WITH STANDARD ACCESS MANHOLE RAISED TO FINISHED GRADE. 2. ALL STORM PIPES SHALL BE INSPECTED BY THE CITY OF FORT COLLINS. AODIFIED Ex INLET (SEE NOTE 1) 3. RCP STORM SHALL BE CLASS III WITH WATER TIGHT JOINTS (ASTM C443). TA 11+28-EX J6 --- TIONING AT INLET IS CENTER OF FACE OF STRUCTURE AT FLOWLINE. 5. ALL OTHER STATIONING IS CENTER OF STRUCTURE. w co co 0 25 5085-- 5085— PROPOSED GRADE— EXISTING GROUND -,,-5080— (LENGTH INCLUDES FES) _5075— MATCH EX. 0100 x /.o CROSS-SECTION 13-13 nnTl I As Constructed STORM SEWER Project No./Co LEGEND QA EXPANSION JOINT ® DOWELED TRANSVERSE CONTRACTION JOINT Q LONGITUDINAL CONTRACTION BROPHY —� -TYPE 2 (SECTION 118) C&C I. ' ie No-' SHIELDS STREET PROPOSED CONC '""' CROSSWALK (TYP) .,: LIMITS OF CONSTRUCTION (SEE CITYOF FORT COLLINS W. HARMONY ROAD IMPROVEMENT PLANS FOR CONTINUATION) J NO ■ II ,� I: - TYPE 2 (SECTION IIB) C&G ^M1 e,o IN 104' ^ n =ONE O.E�`-a---:-'_OHE •OHC I` 6 I ril9"-'.I"80. I FRONT RANGE 11 _ 15 0 IS 30 COMMUNITY COLLEGE L. g -=A1F 1•.3�• LIMITS OF CONSTRUCTION (SEE CITYOF FORT COLLINS ) W. HARMONY ROAD IMPROVEMENT PLANS FOR CONTINUATION) w Com uter File Information Index of Revisions 170 Creation Date: I I/12/07 Iniliak: JOL clq•of tC011lns IfiT As Constructed HARMONY/SHIELDS INTERSECTION Project No./Code Lost llodili.tion pole: 12 15 08 Initiots: JDL. —.,E --�1 No Re.isinns: CONCRETE PAVEMENT JOINT PLAN AQC M455-074 FWI Polh: 281 North College Avenue 1420 2nd Sheet Greeley. CO 80631 Revised: Des' ner. J. LOFiON ig 15572 Oroein File Nome: 104601200FOR-INT-CONC.dw Fort Collins. CO 80522 Phone: (970) 350-2126 Deloiler: J. LORON Aeod Ver. 2007 Scale: 1:30 . Units:ENGLISH Phone: (970) 221-6605 FAX: 970 221-6378 F. (970) 350-2198 R ion 4 PJO Vol: Sheet Subset: CONC IN1 Subset $heel: I of 2 5heel Number 53 O O O O O®® O O O ® O � �■ O D O O O PINEVIEW P.U.D. PHASE If LEGEND QA EXPANSION JOINT ® DOWELED TRANSVERSE CONTRACTION JOINT QE LONGITUDINAL CONTRACTION SHIELDS STREET --_---- EX C&G ---------------------- ---------------�- °T--1------------ THE WOODLANDS ` CONDOMINIUMS P.U.D. rj Computer File Informotion Index of Revisions yar Fort Collins �-1� 281 North College Aw;— Fort Collins. CO 80522 Phone: (970) 221-6605 FAX: 970 221-8378 JOT __ � 1420 2nd Slreel Greeley, CO 80631 Phone: (970) 350-2126 FAX: (970) 350-2198 R iarl 4 PJ0 As Constructed HARMONY/SHIELDS INTERSECTION CONCRETE PAVEMENT JOINT PLAN Project No./Code Crealan Dote: 11/12/07 Initials: JDL Lost Modification Dote: 12 1s 08 Initials: JDL No Reri5an5: qpC M455-074 FWI Polh: Revised: Designer: J. LOFTON Oetoiier. J. LOFfON Droei File Name: 1O480120OFOR-INT-CONC.dw Void: I5572 Sheet Number 54 Acod Ver. 2007 Scale: 1:30 Units: ENGUSH Sheet Subset: CONC INTI Subset Sheet2 of 2 NMI ■■■ ■■■■I■I■■■■![■■■■■■■■■ -140 1 14 :4 .. , . 0 20 .. 60 :. •• DRIVEWAY) tf? ROW ROW I .: ■■■■■s■ass■�■ .—.p—.■—..■■■■■■1. 5088 5084 5080 088 084 080 43+50 5088 ROW .ROW 5088 12% -2 5084 5084 5080 N 5080 h -120 -100 -80 -60� -40 -20 0 20 40 60 80 100 43+DO 5088 ROW ROW 5088 508 5084 5080 _ 5080 N N N h 5076 5076 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 • P ROW ROW ■■■■■■1■1■■■■■■■■■■■■■■��■■5092 ■■■■ ■�L1■''�S\■■I� 1"Em ■■M■■■■I■I■!■!�\1t�■■■11MRIMl1.�'■■■■I■I■■C:J■Ea ■■J■■I■ •:: ■■■■■■■■�■��■�■■■■■�■■■■■MEN . ■■■■■■iii■lip■■•�::.:---• .. ■■■■■■■■MI■■■■N ■■■■■■■■■ 44+75 (COLLINS DRIVEWAY) ROW ROW 5088 5088 9 i -2. 5084 ,o 5084 5080 5080" -140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 S tArnPut me Inlurrn000n fnoex of Revisions otyo{ )pj IIIIIILISHIELDS As Constructed Project No. Code cre4lion Oole: 11\12\07 _ Iniliel:: JOL �..SO ollins _-- CROSS SECTIONS Lost Yodificolion Dole: 12 15 08 Iniliels: JOLf�.. No Revisions: AOC M455-074 Full Path: 281 North College Avenue 1420 2nd Street Greeley. CO 80631 Revised: Designer: J. LOFiON 15572 0ra.in Fik Nome: 104601200FOR-%5 Shields .dw Fort CoIlm. CO 80522 Phone: (970) 350-2126 DelaiI J. LOFiON AoaO VH. 2007 Scale:1:40H 1:1 OV Units: ENGLISH Phone: (970) 22, -6605 FAX: 970 221 -8378 FAIT: (970) 350-2198 .on 4 PJ0 Void: _ _ Sheet Subset: CROSS SEC110N5 Subset Sheet:: 1 0l 4 Sheet Number 55 ■■■ ■■■ ■■■ ■■IM1 r s m m ■1■ 11101 ■1■ ■■■ ■■■ �■■ ■■■ ■■■ ■■■ WE ME MUINN JOE MIM INN= ® JOIN d 11110 ON 0 OR 0 MIN 1111110 .■ C C NJ ME IN 1■■■ r:. i IN ME INN •• ROW so JIM IN No' ME w s■■■■■i■I1111046 ■■■■w■■■■■■■!�!I■I■■■ ■■■■■■I■i?ii :J■I•■■■■ME■I■I■■= ■■■■■MINIM ■■■■■[I■■ MEMO I■I■■■ ■■■■■■I■I■■■■■■EEIt■ MEMO I■1■■■ 0. 5092 ROW ■■■■��! 1 , ■■■■I■1■■■5091 i'�■IraMJ■■lyl-i■■'aMO ■ ■■■IiI `,■ ■■■■■■■■■■■■■E ■■■E■■I■IEEE :r --- - �Itia1 Lost ionMo Ogle: I I ate: 12 Inilioh: JDL ,.FOt% $ Lost Yodif'iootion Dole: 12 15 08 Initials: JDE ' FLdl Path: 281 Norm Cone9. Avenue m O—in File Noe: 104601200FOR-%S Shields .dw Fort Collin,. CO 80522 4n— 7nn7 4,n. t anu 1.1 mr ��_..-. c.iry ic.. Ph.— (970) 221-6605 HARMONY/SHIELDS INTERSECTION • 0. r:: ROW ■■■I■■■■1■■■■■■■■�■■■EI■I■■■ 08 si ■■■I■i■iii== ■���� r:. za 40 H20NiALC OR VER,ICAL SCALE: 1"= 10' 1 1 0 T As Constructed Project No SHIELDS CROSS SECTIONS AOC M455-074 No Revisuns: I420 Ind Street Phoney. CO 80631 Revised: Designer: J. LOFTON Phone: (970) 350-2126 15572 FAX: (970) 350-2198 Deloiler. J. LOFTON • NO gad' Sheet Number Sheol Subset: CROSS SECTIONS Subset Sheol:: 2 of a 56 52+00 5088 5084 5080 5076 -140 -120 -100 -80 -60 -40-20 0 20 40 60 80 51+50 5088 5084 5080 5076 4 53+50 ROW ROW 5088 5088 .0. ­241.-20 _ 5088 50E 5084 1 5084 _ 5080 SEE GRADING PLAN b 5080 5080 5076 OR SWA E GRADING 5.12 5076 5076 -140 -120 -100 -80 -60 -40 -20 0 20 40 a 53+00 I I I I I II 11 1 I I I I I0-1�91 I I I I 1 1 1 1 40 -120 -100 -80 -60 -40 -20 0 20 40 60 80 1t 5088 •:: ••••�r eeel�•Yii�A : ■�COT■�■■L�_C: ii■■iil■■ 51 +00 088 5088 084 5084 080 5080 076 5076 088 084 080 076 a 52+50 5088 5084 5080 5076 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 20 io o zo ao mzo ]Aio SCALE'. f•= i0' .',� c Computer File Informotion Index of Revisions ",t,oT FoftC011ins f�_f�' 281 North College Avenue Fort Conine. CO 80522 Phone: (970) 221-6605 FAX: 9]0 221-8378 �pT _____ RE7Rg,T'_A.L_L 1420 2nd Street Greeley. CO 80631 Phone: (970) 350-2126 FAX: (970) 350-2198' R :on 4 PJ0 As Constructed SHIELDS CROSS SECTIONS Project No./Code Creotion Dote: 11\12\07 Initial,: JDL No Revisions: AQC M455-074 Lost Yodifkolion Dote: 12 IS 08 Initials: JDL Full Poth: Revised: es D' a J. LOFTON 9n r' 15572 Oraein nIe No104601200FOR-XS Shields .dwnils: Det "er: J. LOFTON Void: Sheet Number 5] Aced Ver: 2007 Scele:1:40H 1:10, Ome: ENGLISH Sheet Subset: CROSS SECTIONS[Subset SheeC: ] ql q ■■ r m m r r m m m m m r ■■■ m ■■i■ m m m= 001 100 ■ ■ NEI M ■ ■ ■ ■ 0 I■ M ■ 100 O 57+00 5092 ROW R092 2. 5OB8 0 -2. 5088 55+00 5084 v �po 5084 ROW ROW 5080 N w1 ILL 5080 5088 - .2 5088 -140 -120 -100 -80 -60 -40 -20 0 20 40 5084 � SOBa 56+50 5080 FEEGRA ING PLAN 5092 ROW ROW 5092 R SWA E GRADING 5080 5088 _ _ '`r7 X -2. 7R - .20 — 5088 5076 5076 -140 -120 -100 -80 -60 -40 -20 0 20 40 j SOSa N 5084 0 54+50 5080 0 5088 5084 5080 5076 -140 -120 -100 -80 -60 -40 -20 0 20 40 m 54+00 - e�s�I��1��t11111111111������� ,.: ■■I■■■■IE�■■■ ■��!saONES 1: EM!_:.I< ��i■■ ■0I\\■,�l�S'■i■■■■■■r■■ ■E= E I■■■■■■■■s■MEN I■■■■■■■�l�7y[!■■■■ ! 1 5080 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 5088 56+00 5084 5092 ROW o ROW 5092 n n m 5080 5088 — — "A 5088 i075 5084 5084 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 TYPE 2 (SECTION 118) C&G7 55+50 088 -------- _-_ _ Sofia O84 5084 080 5080 076 5088 5084 5080 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 ■■■■■■ ■lrii ' tia!■�iiil•J\S=■�I■■■ i■■■■■J ■■ ,. ■■■■■IS IMMUS■■■ ■■■■■■■■E�E�■■■�■ • io o HORIZONTAL JC VLRTICALa w ) Computer File Informotion Index of Revisions C_c„Yo( _E'6K' O�un$ �1�- 281 Nor' College Avenue Fort Collin!, CO 80522 Phone: (970) 221-6605 FAX: 970 221-6378 �pT _ 6gRSf_>fn—G1 1420 2n4 Street Groeley, CO B0611 Plgna: (970) }50-2126 FA (9701 350-2198 R ion 4 PJ0 As Constructed SHIELDS CROSS SECTIONS Project No./Code Cl--- fiDole: 11�12\07 Iniliols: JDL Lost Yodifimlion Dale: 12 15 o6 Iniliols: JDL No Rwhions: AOC M455-074 roll Palh: Revised: Designer: J. L0Fi0N Dl14illt: J. LOFiON DraWin file Nome: 104601200FOR-XS Shields .dw Void. _--1 15572 Sheet Number 58 Aood Ver. 2007 Soote:1:40H 1:10V Units,ENGLISH S Sheet ubset: CROSS SECilpNS SNxiet Sheet:: Loa 4 tt A t I i 1 I I I I I I 1 I ✓ Y I S� I I I I SO a 90 100 I SCALE: I 100 I I I I I I I I I 1 1 Z I PINEVIEW m `- P.U.D. I O W UMI—CONSTRIICTION PHASEII j� WYQ �II COLLINSBROPHY /IMPR MENT I'LFNS FOR CONTM Nl1ATIOOW M I Q 1 N A T I I _ - - - TO BROPNVACDRpPEIT Y wCST CURB Oi uEOAN TO I AwTAN ACCESS TO BARRIER TO PREVENT BE Cb1SRiUClEO w PNASE t I A COULNS PROPERTY LEFT IIIRTI 110VENENTS HIEL S R ~ f- _____—_____-`_ -�___________________________________________ i ENTnE AN TO SE .. = wwZ CCNSTIn CTED IN PHASE t LJMRS OF COONJSNHUC110N �, L ' \~Y��♦ D J IMPRo EMENL PLANS FORCONTINUATIOM i'HEWOODLµDs �\� \ THE WOODLANDS W CONDOMINIUMS CONDOMINIUMSP.U.D. Y FRONT RANGE I t P.U.D. �)\ ` Q COMMUNrrY COLLEGE f iI % I ^� ) II < /) NOTE: oo Z II \\ f III 1. PHASING SHOWN IS SUBJECT TO CHANCE. I 2. SEE SPECIFICATIONS FOR DETAILED PHASING/MILESTONE REQUIREMENTS. < TITly SHIELDS STREET CONSTRUCTION AREA HARMONY ROAD CONSTRUCTION AREA w Y. Computer File Information Index of Revisions cl;yal pT As Constructed creation Dote: 11/12/07 Initials: JDL FOKC011ins SHIELDS PHASING PLAN Project No./Code Lost Modilicalion Date: 12 15 OB Initial,. J0L �f�__ � No Revisiaas: PHASE 1 AQC M455-074 F tA20 2nd Street Dei her: J. LOFTON i5572 WI Pplh: 281 Norin College Avenue CIA.*. CO 80631 Revisd: e Ora.in rile Name: 104601200FOR-PH.dw Fort Conine, CO 80522 Phone: (970) J50-2126 Retailer. J. LORON Phone: (970) 221 -6605 FAX: (970) 350-2198 ypid; Sheet Number Fjg Aced Ver, 2007 Scale: 1:100 Units: ENGLISH FAx: 970 221-6378 R ip1 PJG Sheet Suhxl: PIW5ING Sabsel Sheet: I of 3 m m m m m m m m, m m m m m e m e m m ... COLLINS I I I I I i BROPHY \ I 1 1 1 1 1 BARRIER TO PREKNT LEFT T1MN Y01,E1ENT9 FRONT RANGE COMMUNITY COLLEGE NOTE: 1. PHASING SHOWN IS SUBJECT TO CHANGE. 2.'SEE SPECIFICATIONS FOR DETAILED PHASING/MILESTONE REQUIREMENTS. oe 1 . Y A� s fm 50 o SO 1. SCALE: Z PINEVIEW mO WZ P.U.D. IJ PHASE II ip WQ �I :it � I 111 I I I I _______ SHIELDS STREET - - =_---=_____� _._______________zw _________===_- - FF _ _ z LIN111 0—ONSIRUCI'ION �� Oa (SEE cITvoP PORrcowrvs RANnrvuAnoAo THE WOODLANDS THE WOODLANDS a:JJ IMPnOVEMENiP�OM CU O CONDOMINIUMS CONDOMINIUMS P.U.D. ^ I.U.D. I SHIELDS STREET CONSTRUCTION AREA HARMONY ROAD CONSTRUCTION AREA Computer File Information Index of Revisions a1raF b0 As Constructed SHIELDS PHASING PLAN Project No./Code Creol'an Dole: 11/12/07 Initials: JOL Lost MoOifimtion Dote: 12 1s 08 Initials: JDL �.rortCollins 4'-/"�, No Rerisiane: PHASE 3 AOC M455-074 fWl Path: u20 end street 281 North College Avenue Greeley, CO 80631 Rnned; Designer: J. LOFTON 15572 DroRln File Nome: 104601200FOR-PH.dw Fort Conine, CO 80522 Phone: (970 360-2126 Phone: (970) 221-6605 FAx: (970) ]50-2198 Retailer: J. LOfiON Arno Ver. 2007 Scale: 1:100 Units: ENGLISH FAX: 970 221-6378 ion 4 Pic Void: Sheet Subset: PHASING Subset Sheet: 3 0l J Sheet Number 61 m r m m i m m m m m m m= m m m i m r City. of Financial Services Purchasing Division ' 215 N. Mason St. 2nd Floor ��� Box 580 FoCollins Fort Collins, CO 80522 970.221.6775 970.221.6707 P u rchas i ng fcgov.com/purchasing SPECIFICATIONS ' AND CONTRACT DOCUMENTS ' FOR 1 Harmony -Shields � Intersection Improvements t Federal Aid Project No. ACC M455-074 Harmony /Shields Intersection ' Improvements BID NO. 7003 1 1 1 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS January 30, 2009 — 3:00 P.M. (OUR CLOCK) 1 1 SCALE: 1". 80' I€ I WESTBURY P.U.D. 1 TRACT D 2ND FILING WE & DE) m RIMUSTE I COLLINS F- N TURN RIGHT r_ — --- �BEGIN _— --RTRACTE U,. I (UE&DE) At 1 —t-- (CL STA 39+28) runro lmas �• I �I (CL STA 40+73) R4-4 _______ EX ROW (CL STa 42+67) I' ,. .. _--•_ �-.` — — _ (CL STA 43+80) D ROW .m Z 169' STORAGE— — - •. 0 0 O g "I- 180' TAPER— _0 _ 12 Z 38+ N � D_ m 6 ~ f 160' TAPER — — — 12' F 1-- 12't — —� (1)F -12' -I — �-�_ 40+00 41+00'1; — � 42 i 00�� � a + _ a+0 :312't -1 Z e2OSTORAGE 3:0 12• SHIELDS CL= U 12't U 13•t SECTION LINE 12 IV------ t— ------- -- f -- --- ----- ------- — 'BIKELANE' PAVEMENT 'ONLY" AND "TURN ARROW" It ..ram — •— — .F_ MARKINGS (TYP.) PAVEMENT MARKINGS (TYP.) Bm,Ay (SEE NOTE 1) (SEE NOTE 1) W E U Z FRONT RANGE U COMMUNITY COLLEGE , SPECIAL Z (cL STA 39+as) STRIPING LEGEND n ONLY W ® DASHED WHITE LANE LINE 4" WIDE, 10' LONG 'NTH 30' GAP WORK m e G p $ a•.1�� OTHERS �•'*� ,C , to P; sip, NOTE: ® SOLID WHITE CHANNELIZINC LINE 8" WOE �FJ(��f� F9�'•i` LK B I$�1 p p {t E S 1. ALL LONGITUDINAL PAVEMENT MARKINGS TO BE DONE IN LATEX PAVEMENT MARKING PAINT. ALL TRANSVERSE PAVEMENT MARKINGS TO BE DONE IN © SOLID WHITE LINE 4" WIDE PREFORMED THERMOPLASTIC. ® DOTTED WHITE LINE 4" WIDE, 2' LONG WITH 4' CAP 2. DIMENSIONS SHOWN FOR STRIPING ARE FROM CENTER OF STRIPE TO CENTER ® DOUBLE YELLOW LANE LINE 4" WIDE OF STRIPE OR CENTER OF STRIPE TO FLOWLINE OF CURB. 3 ALL SIGNING AND MARKING TO BE DONE IN ACCORDANCE T T a" YELLOW WITH a" DASHED YELLOW, 10' LONG NTH 30' GAP WI H CI Y OF FORT COLLINS AND/OR MUTCD STANDARDS. f, Computer File Informotion Index of Revisions atynr pT Fort Collins _ - 1420 2ed Street 281 North College A—. Greeley. CO 80631 Fal Collins. CO 80522 Phone: (970) 350-2126 Pt — (970) 221-6605 FA (970 350-2195 FAx: 970 22t-8}78 R 70 PJO As Constructed SHIELDS SIGNING & STRIPING' STA 39+00.00 TO STA 44+75.00 ProjectNo./Code creolion Dale: 11/12/07 InaiaN: JDL Lost Modilimlion Dote: 12 15 O8 Iniliols: JOLT No Revisions: AOC M455-074 RAI Palh: Revised: Dig— J. LOFTON Deloiltr. J. U)FTON 15572 !:in File Nmme: 104601200FOR-STR Shields .dw Acod Ver. 2007 So0k: 1:50 Units: ENGLISH Vob' Sheet Subset: SIGNING & S IPINGI Subset Sheet:: 1 of 3 Sheet Number fit k� + STRIPING LEGEND NOTE: d+ l 1. ALL LONGITUDINAL PAVEMENT MARKINGS TO BE DONE IN LATEX PAVEMENT��4a [ ® DASHED WHITE LANE LINE 4" WIDE, 10' LONG WITH 30' GAP MARKING PAINT. ALL TRANSVERSE PAVEMENT MARKINGS TO BE DONE IN TIL ® WIPREFORMED THERMOPLASTIC. SOLID WHITE CHANNELIZINC LINE 8" DE © 2. DIMENSIONS SHOWN FOR STRIPING ARE FROM CENTER OF STRIPE TO CENTER y 'l SOLID WHITE LINE a" WIDE 2B o xB so OF STRIPE OR CENTER OF STRIPE TO FLOWLINE OF CURB. ` ® DOTTED WHITE LINE 4" WIDE, 2' LONG WITH a' GAP 3. ALL SIGNING AND MARKING TO BE DONE IN ACCORDANCE WITH CITY OF FORT h 33qqqq ® DOUBLE YELLOW LANE LINE 4' WIDE COLLINS AND/OR MUTCD STANDARDS. °» Y ® a" YELLOW WITH 4" DASHED YELLOW, 10' LONG NTH 30' CAP I ' L1 LIMITS OF CONSTRUCTION LIMIT IMPROVEMENT ( L T RYT (SEE CITYOF FORT COLLINS HARMONY ROAD LANE IMPROVEMENT PLANS FOR CONTINUATION) 4 p BROPHY BIKES = ONLY R2-1 .� (CL STA 47+00) I "BIKELANE" PAVEMENT ,SPECIAL ' MARKINGS (TYP.) (CL STA 48+50) •I "ONLY" AND "TURN ARROW' I (SEE NOTE o J. 7 ,_. 6: „•�— PAVEMENT MARKINGSSEE NOTE�1) `-`'• PROPOSED ROW tp• WHITE 18" S OP 12'-150' STORAGE 12' _ — .,.•,. •.- 8 BAR (63 LF)� 6 SHIELDS STREET 12• _ e 12• o 4_ 12• W W — 12' , z 4 2, Z Z t2 — _ —0 72-- 12' _ 1 12'- I L L- R —7 W/ OMB1-2(4) 1r 12' 12' U U 45+00 — — + 0 � 12' y + SECTION LANE T12A (CL STA 49+26) 51+00 7' T p +00 I — — (CL STA 49+90) ,Q 12' �; 160' TAPER- F 2ta' STORAGE (2) 12 (CL STA 50+01) 12' _ '^ 2 —� —® �— (CL STA 50+65) N2. 160' TAPER I 257' STORAGE 12 I 12' n� 12' 6—+ _ _ 6 WHITE 18" STOP d / o $ — — m 12' G 12' •il BAR L / — — — 3 I — OLE_ .. -.. .. -: ... H . OHg:-�ON 3H0 — — — . . _ :. . "BIKELANE" PAVEMENT BEGIN MARKINGS (TYP.) �.) (SEE NOTE 1) RIGHT IMRN UNE // ! BEGIN LIMITS OF CONSTRUCTION & / vlEw ro eKEs R4-7 W/ OMBI-2 (SEE CITYOF FORT COLLINS HARMONY ROAD WMAY RIGHT / R4-4 (CL STA 45+63) IMPROVEMENT PLANS FOR CONTINUATION) (CL sTA 44+90) FRONT RANGE oNLv RE / COMMUNITY COLLEGE fxisIN J py�w OR [p�Q�gp {�5��q+ }p��p{ �py g�nap, p$ p��yg TO REMAIN a OK Y OTHERS Com uter File Informotion Index of Revisions Glty°F )0T As Constructed SHIELDS SIGNING & STRIPING Project No /Code '07 Initiols: JDL Collins ' 12 15 O8 Initiols: JDL _Fort ����- ecnxrvBaisns No Revisions: STA 44+75.00 TO STA 51 +75.00 AOC M455-074 281 Norin Couege avenue 1420 2nd $heal Greeley. CO 80631 Revised: Des' a J. LOFTON '�^ ° 15572 601200FOR-STR Shields .dw Forl Collin. CO 50522 PMne: (970) 350-2126 Detoiler: J. LOFTON PI,.—(970) 221-6605 Fax: (970) 350-2198 Void: Sh-1 Number 63 Seole: 1:50 Unite: ENGLISH F.: 970 221-637B an 4 PJG $beet Subset: SIGNING k STRIPING Subset SheeC: 2 Of 1 FOR INFORMATION ONL AfORK BYO9H z PINEVIEW 1. m At P.U.D. ow 1 PHASE 11 STOP :'I z I 1 UW �'iW/ !�3R4-4 STREET NAME SIGN(D3) ABOVE (CL STA 55+74) "BIKELANE" PAVEMENT OSED ROW MARKINGS (TYPL (SEE NOTE 1) �'� 150' TAPER --s�-300' STORAGE (2) —ter _ ! 173' TAPER PINEVIEW P.U.D. PHASE /R4W/ OMB12 (CL STA 56+83) -- --_--ram---_ — _ _— —_ Z -- , _ — 12, L!_ 0 — 12' O U 8' S8+00 II' V.11 59+00 SHIELDS STREET — — SHIELDS CL= — 12 ] Z — SECTION LINE Q tit \ "ONLY" AND "T R I III I T U N ARROW PAVEMENT MARKINGS (TYP.) EX ROW (SEE NOTE 1) z .�I W \ m \\\ STRIPING LEGEND THE WOODLANDS E ® DASHED WHITE LANE LINE 4" WIDE, 10' LONG WITH 30' GAP \� CONDOMINIUMS P.U.D. W ® SOLID WHITE CHANNELIZING LINE 8" WIDE i I I Q © SOLID WHITE LINE 4" WIDE NOTE: II DOTTED WHITE LINE 4" WIDE, 2' LONG WITH 4' CAP 1. ALL LONGITUDINAL PAVEMENT MARKINGS TO BE DONE IN LATEX PAVEMENT I MARKING PAINT ALL TRANSVERSE PAVEMENT MARKINGS ® DOUBLE YELLOW LANE LINE a" WIDE 0 BE DONE IN PREFORMED THERMOPLASTIC. (E) 4" YELLOW WITH 4" DASHED YELLOW, 10' LONG WITH 30' GAP 2. DIMENSIONS SHOWN FOR STRIPING ARE FROM CENTER OF STRIPE TO CENTER OF STRIPE OR CENTER OF STRIPE TO FLOWLINE OF CURB. 3. ALL SIGNING AND MARKING TO BE DONE IN ACCORDANCE WITH CITY OF FORT COLLINS AND/OR MUTCD STANDARDS. e Computer File Information Index of Revisions Chat pr As Constructed aeatan Dale: „/1z/D7 Initials: JDL Fort Collins SHIELDS SIGNING & STRIPING Project No./Code Lost Modification Dole: 12 1s O8 Initials: JDL"��!'�. - No Revisions: STA 51+75.00 TO STA 58+61.58 AOC M455-074 FWI Path: 1420 2nd Street 281 North College A.enae Greeley, CO 80631 Revised: Designer: J. LOFTON Drawingm File Name: 104601200FOR-STR Shields .dw Fort Collins, CO 80522 Phorm: (970) 350-2126 15572 Detaler. J. LOFTON Acod Ver. 2007 Seale: 1:50 Units: ENGLISH Phone: (970) 221-6605 FM: (970) 350-2198 Void: FM: 970 221-6378 ion a PJO Sheet Subsel:SIGNING 8 STRIPING Subset Sheet:: 3 0l J Shccl Number fi4 h� ° 4 ° I 12' 6' 12 1 p' b 17 : 14, 14' ° 8' 10' 6' �O•+ (50). 1P-4 Y. ° 9 L-4 ° 11.s 10 ° $' PED POLE -P-g 7 <18 ;.. y ° ° PED POLED` — 4 0 P-3v 0 1.2: ° X ° p a 1, ,a: ° 8` I ° ° ° 6 Is ao � ° ° z 14 ° o ° 12 ° SHIELDS � SCALE . 30 t� z rz1 �0) i5° ° ° o o ° ° m A , t. r '' 2.° STREET p ° _ 7' PED POLE pE ° 16 ° ° o p I - ° ° ° it ° o ° ° ° ......a..............�.._� I LEGEND ° 17 ._ ° .. p ° ° ° TWI w, H�LPST .eu EET LIDMT 4 ° °Z ItI ° ° - 'e t20.../'° S= N. MEW � p y� I ° ° ° ° 5 ° o.. ° ° 'O _..... ° _ ._.. .° 1 p m ° ... t9•^-. PED POLE : °T rTFC Q RARAEFFC swMu HEADFM. E>tlsOMc I ° ° ° '. PEOES7MAN SCMAL HUD. MEw om ° SHIELDS 12 '1 ° of 4 ° (60) I 12' PEDESTRL SCw1 MEAD, EXGTw0 D ... STREET p ° ° ° � LO OPID[TEDTON °; - ° ° ' ', `, ° .__. _. _ n i o 3 ° e z _ ■ PULL BOy ._.. p 6. ' .p .° ° p ° ° L_a p� ._.. _ _ ........ 6 — — — — . TRAFFC sCAul CONTROLLER ®— PEDESTRUN PUSH BNTOM 12' 4 �O EMU- 10' P-.� .• p e E WEATHER STATION 6•�PED POLE OK ° 3HO .° - — - `I ll,,•• 18. 20 21 2 ° / s PED POLEFOR I °ellt������,,a. ` z a \�00 41 P�8 ° WORK BY 01 �y rrii • 10' 8,1 1 a' i a' T• `I 2' 1" 12' 15 "12' : 8' I i .4 Computer File Informotion Index of Revisions atvgT ,Fo Iothns ��-!_�� 28t North Cortege Avenue Fort Collins. CO 80522 Phone: (970) 221-6605 iAx: 970 221 -6378 IOT � 1420 2nd Slreel Cmelay. CO 8063t Phone: (970 350-2126 ) FAX (970) 350-2198 ttion 4 PJG As Constructed HARMONY/SHIELDS INTERSECTION SIGNAL PLAN Project No./Code Creation Date: 11/12/07 Initials: JDL No Revi:ions: AOC M455-074 Loll NodlRcolion Dale: 12 15 08 Iniliols: JDL Pull Polh: Revised: Deigner: J. LOFTON . 15572 Dra.i rile Name: 104601200FOR-SIG.dw Delailer: J. LOFTON Void: Sheet Numher 65 Acod Ver. 2007 Scale: 1:30 Units: ENGLISH Sheet Subset: SIGNN. Sd el Sheet:: I of 2 APPROXIMATE QUANTITIES am mmBr� 202 REMOVE TRAPFC SIGNAL POLE. SPMIRRE AND HEADS 302 REMOVE MAST ARN AN0 HEADS 301 RCMOVE C%SONG CONTROLLFA, CAB9ET AHD FOUNDARON 302 REAA)/[ 1RAJFlC ANp P[O[STRMN SNiNLL MEw 202 REMN)VE PAVEMENT MMRIINITS 6t] 3' CONDIAr (JKXCO) 613 3' CONDIAf — 913 1: CONOUO n0o 611 CONWrt e1• TRAFFIC slcR•AL CONTROLLER (6 PHLSE) fS0 1 61• CRC SIGNAL CONTROLLER 2 PHASE al• CONTROLLER CABINET ((332)) - 614 TPAFM C GARRET (]3a) 6M4 MUM SIGNAL - STREET LENT FORE - 9NpE ARM 35 m. 614 IRAFFTC SIGNAL -STREET LXRR POLE - SINGLE ARM 30 FT. eI• __M SCNAL - STREET UCHT PDLE -SINGLE ARM So n. STREET LE9rt POLE - SINGLE .NAM aO Fr. mr Sr,_"` _ e1• raAFF1C sE:NAL HEAD rAL POLE i at• PEOESTRMIN SCNAL HEAD 1l 614 PUSH BUTTOM IT VENUE DETECTOR AM"ER _ 61• MSIpG OWE 61• DASFmq OR[ SEWAL E N e14 ME . PANEL (CLASS O) ,� 61A CL[ URVE:E UTILITY C 61• LANE USE SIp14 (SON PANEL ((Cuss 1)) 6t4 ACHT LANE MUST ri1RN ACNE iERI (SX:N PANEL (CUSS I)) z at• SIDE S ANEAO (SON PANEL (CUSS I)) eI• ORE STADDN AHCAD 11SER4 PANEL, (CUSS I)) _ 6" VIDEO OETECTCN U._ 621 PAVEMENT WRNINGS (CRo$$pALK,' STOP DART 627 PAVEMENT MAR. S `ENE EWES) FO PRIN, NI - CaNTRouca 3 FOUMDArgN - POLE FOUNDATION - PED. POLE i - COwUNNiLTMW SERVICE COMMECnov =1 PEOESTRMN INFOv__ SIGN vRRWG i PURL BOX GROUND ROD LUM9WRE 3' 90 L �g 3' PVC CUMUNG a NOT � 1 9 b. R w 4= Y 12' 9' 24' C +T STREET NAME SIGN LANE USE SIGN (METRO) L-1 L-2 HEAD L-3 L-5 11. 22 56 365 282 46 414 312 57 920 594 L 34 241 PH SG 241 OW10 464 ADT 278 468 391 868 —� 237 526 62 133 72 16 6f 0 11 9 10 NB ADT 9813 fie ADT 1167 w8 ADT 9935 9935 EB ADT 6394 51 413 123 52 509 119 114 1131 264 TRAFFIC COUNT 2007 DATA TRAFFIC SIGNAL HEADS yE R .2' R 12' fR IT IY 'Y 13' Y n2' V 13' ® 12- F' C 12' V 12' HEAD HEAD HEAD G 12' I, 3.4, 7,9. 5. 6, 8. 16. PI -P8 t 10,18. 11,20, 14,1t 15, 17. 19 HEAD 2. 13 UTILITY CONTACTS: FORT CO LMS m rvv, DAN HaLLAND 970 z21-6e1a FORT COLLINS VIATER/pASTEWEa FORT COWMs ELECTRIC rtRaY ROBwSaM ROGER YAW 9M 970 z21-am. 221-6294 EC4 ENERGY PpARE VALLEY RURAL ELECTRIC a HASERBRANp TERRY FOLDING 9)0 970 225-)en 225 7547 oREsr EASTERN EARNER COUNTv PATER DSmCT UN SPEr2CE CHARLES NANNAH 970 970 37)-aw3 493-30•• COLOR D CABLE COLOR DO STATIC INaLS OENMS rfEENRALT BILL MESS 9m 9)0 464-T6a •9I-OIa7 NIItt SORT' FART COLLINS SANITATION DISTRICT TORT COUNS - LOVELAND WATER DISTRICT TERRY TARRIL TERRY FANRLL 970 970 226-1104 226-310• F M 11 G U 8I F ^u7' R MF' L 9 4 WY Y W ONLY {}y{{LDQry(CT5t6RI�)3 (jj�. 9/L�J ItDT_e�')p`' L���/((�� jRgF��'R$ �qH//p y wI �+ U Y Y VY. B 8 OTHERS - /S r Com uter File Information Index of Revisions Fort Collins �`F_��- 281 Nor111 College Avenue rort Collins, CO 80522 Paone: (970) 231-6605 FAX: 970 221-6378 »r s 142G 2n6 Street' Greeley, CO 80631 PWm (970) 350-2126 FAX: (970) 350-2198 4 PJG As Constructed HARMONY/SHIELDS INTERSECTION SIGNAL PLAN DETAILS Project No./Code Craalibn Dole: 11/1 _ Iti oh: JOL Lost M9a8zolion Dula: 121s a6 tn0bh: JDL N9 ReVisims: AOC M455-074 FJI P9lh: Revised: Designer: J. LOFTON Oetailer. J. LORON 15572 —i ale Name: 1046 01200FOR-SIG.dw AGod Ver. 2007 SCOW 1.30 Dnits:ENGLISH Void: Sheet %%del: SIGNAL SubSel Sheet:: 2 0l 2 ;heel Number 66 GROSS -HATCHING LINES CHANNELI2ING LINES GENERAL NOTES WHITE, B" WIDE Ai 25' WHITE, B" WIDE 2600'LANE DROP SIGN+� PHYSICAL THEORETICAL GORE .GORE POINT 300'�TIONAL WHITE 8TWIOEES wHliEL4'EWIOE 1. CENTER LINES 6, BROKEN YELLOW,4 IN. WIDE - 10 FT, SEGMENTS WITH _ _ f 30 FT. GAPS. 25'�If 25' f _ _ _ — _ — — — — e SOLID YELLOW 4 IN. WIDE CHARNELIZING LINES _ 1 I— �. THESE LINE$ fEPMATE ADJACENT -OPPOSITE DIRECTION TRAFFIC VARIES WHITE, B" WIDE LANES. DOUBLE LINES SHALL BE SPACED 4 IN, APMt, YELLOW, 4" WIDE OPTIONAL DECEL LANE LANE DROP AT EXIT RAMP WHHITE, LANLINES YELLOW 2. LANE LINES /^ EDGE LINES BROKEN WHITE, 4 IN. WIDE - IO FT, SEGMENTS WITH I WHITE, 4" WIDE OppOS1TE BEYOND WHITE, 4" w1OE JO'GARS. 1\1 CORE SIGN SHOULDER EDGE LINES SOLID WHITE 4 IN. WIDE. INSTALLATION CONVERGENCE THESE LINES SEPARATE ADJACENT -SAME DIRECTION TRAFFIC .,—YELLOW, 4^ WIDE LANES.A SOLID LINE MAY BE USED 70 DISCOURAGE LANE VARIES FULL WIDTH LANE TAPER TAPER FULL WIDTH LANE VARIES CHANCING, WHILE two PARALLEL SOLID WHITE LINES ARE GORE 3()0'OPTIONAL �/= LENGTH �/Z LENGTH REQUIRED TO PROHIBIT LANE CHANGING. SIGN �• 3. EDGE LINES SOLID WHITE OR YELLOW EDGE LINES SHALL BE 4 IN, WIDE. YELLOW EDGE LINES SHALL BE USED ONLY FOR LEFT EDGE, IN THE DIRECTION OF IRA ELL OF DIVIDED STREETS AND HIGHWAYS wHLTE, 4^ WIDE CHANNELIZING LINES LANE LINES LANE OROP LINES LANE LINES CHANNELIZING LINES WHITE, 4" WIDE (SEPARATED BY OTHER THAN A PAINTED MEDIA) AND ONE-WAY EOCE LINE$ WHITE, B" WIDE WHITE, 4" WIDE WHITE, 8" WIDE WHITE, 4" WIDE WHITE, 8" WIDE EDGE LINES YELLOW, 4" WIDE ROADWAYS (INCLUDING RAMPS). YELLOW, 4" WIDE PARALLEL DECEL LANE EDGE LINES ARE NOT CONTINUED THROUGH INTERSECTIONS AND PARALLEL ACCEL LANE WHITE iE, 4" WIDE ARE NOT BROKEN FOR DRIVEWAYS. CARE MUST BE TAKEN TO WHITE, 4" WIDE EDGE LINE$ EDGE LINES N AVOID EDGE LINE APPEARING AS LANE LINE ALONG ROADwars DOTTED EXTENSION CONTINUE BROKEN LINE Mt YELLOW, 4^ WIDE WITH WIDE SHOULDERS AND/OR CLOSELY SPACED DRIVEWAYS. rELLOW, 4" WIDE-� OF RIGHT EDGE LINE TO EDGE a iHRU LANE. VARIES WHITE, 4" WIDE ���--`• 4. DOTTED LINES CORE SIGN �yI �� BROKEN WHITE, WIDTH MATCHING THE LINE BEING EXIENDEO-2 FT. $EGMENI$ WITH 4 FL GAS. THESE LINES ARE USED TO DELINEATE THE EXTENSION OF A LINE THROUGH AN INTERSECTION .3._ _ _ _ _ _ _ _ _ _ L6 _ _ f _ _ _ OR INTERCHANGE AREA 5. GHATNNELIZING LINES WHITE IN WIDE CHANNELI2ING LINES LANE LINES WHITE, 4" WIDE YELLOW, 4" WIDE SOLID WHITE, 8 IN. WIDE. THESE LINES ARE USED WITH EDGE LINES WHITE, 8" WIDE - WHITE, v' WIDE WHIT LINES CHARNELIZ[NG LINES EDGE LINES ACCELERATION -DECELERATION LANES,PAVEL'FNT WIDTH YELLOW, 4° WIDE WHITE, 4• WIDE WHITE, 8• WIDE TRANSITIONS, AND LEFT -RIGHT TURN SLOTS OR ISLANDS. TAPERED DECEL LANE TAPERED ACCEL LANE WHITE, 4"WIDE 6. CRDSS-HATCHING LINES (YIELD SIGN OPTIONAL)EDGE LINE$ VARIES YELLDW, 4^ WIDE SOLID WH(iE OR YELLDW,B IN. WIDE-45 DEGREE DIAGONAL, EDGE LINE SPACED AT 25 FT. INTERVALS. THESE LINES ARE OPTIONAL AND EDGE LINE ,--� WHITE, 4" WIDE END OF RAMP CURVE l MAY BE PLACED AT LOCATIONS INDICATED ON THE PLANS OR YELLOW, 4^ WIDE \\ \ PPAAINTEDTERMINMEDIIANSBY tHE OR PAVEMENTYELLOW WIDTN RNNSI TION5USED LY. GORE .SIGN �-�� `_ t OPTIONAL DIAGONAL SHOULDER MARKINGS SHALL BE SOLID WHITE, f_ 8 IN. WIDE, SPACED AT INTERVALS OF 20 FT. MINIMUM TO 100 �- Fi.AXI MMUM. WHITE; 4" WIDE CHANNELIZING LINES LANE LINES CHANNELIZING LINE$ WHITE, 4" WIDE 7. PARKING LINES EOCE LINES WHITE, AIELI WIDE LANE LINES EDGE LINES WHITE, 4" WIDE WHITE, 4" WIDE WHITE, B" WIDE YELLOW, 4" WIDE SOLID WHITE, 3 IN. WIDE -DIAGONAL OR PARALLEL AS SHOWN ON ELLOW, 4" WIDE THE PLANS OR DIRECTED BY THE ENGINEER. DECEL RECOVERY ZONE NO ACCEL LANE (REQUIRES YIELD SIGN) B. sTaP LINES WHILE 4" WIDE WHITE, 4" WIDE SOLID WHITE, 24 IN. WIDE -EXTEND PARALLEL TO INTERSECTED EDGE LINES \ EDGE LINES ROADWAY ACROSS ALL APPROACH LANES OR AS INDICATED AT \\ CHaNNELIZING LINES LOCATIONS ON THE PLANS.LOCATE AT THE DESIRED STOPPING WHITE, B" WIDE I� j600'LARE DROP .I WHITE, 8" NG LINES -� /� YELLOW, 4" WIDE POINT,TE NOT MORE THAN IN FT NOR LESS THAN 4 E. FROM THE YELLOW, 4" WIDEN I WHITE, 8" WIDE--�1r�/ f� NEAREST EDGE OF THE INTERSKECTED TRAFFIC LANE. GORE SIGN `- ` 9. LANE DROP MARKINGS r WHITE 4" WIDE WHITE, 4" WIDE —� _ _ f _ - I _ _ I _ _ _ T _ _ _ _ _ _ _� �` EDGE LINE$ BROKEN WHITE 8 IN. WIDE - 3 FT. SEGMENTS WITH 12 FT. EDGE LINES f — — — GAPS. THESE LINES SHOULD BEGIN 2600 FT. IN ADVANCE OF —YELLOW, 4" WIDE THE THEORETICAL GORE POINT TO DISTINGUISH THE LANE DROP YELLOW, 4" WIDE' FROM A CONTINUOUS LANE. THE CHANNELIZING LINE MAY BE LANE DROP LINES LINE LINES EXTENDED) APPROXIMATELY 300 FT. UPSTREAM. 300'OPTIONAL WHITE,B"WIDE WHITE, 4"WIDE TYPICAL ENTRANCE AND COMBINATION ACCEL-DECEL LANE EXIT RAMP MARKINGS (CONTINUED ON SHEET NO.2) Computer File Information Sheet Revisions Colorado Deportment of Tronsportation PAVEMENT STANDARD PLAN NO. Creation Date: 07/04/06 Initials: KCM Dale: Comments 4201 Eosl Mkansas Avenue Last Modification Dote: 09/24/O8 Initials: KEN ® 09/24/08REVISE TO 4 IN.NOTE I,LINE 5 iJ���>��r� Denver, Colorado 80222 °=� MARKINGS FMIIPath: ,,.dot.stote.co.us/DesignSupport/ ® ���; _. Phone: (303) 757-9543 S-627-1 Drowin File Nome: Sheet_5-627-01_IoNS.d n . � •--;;^+.-szs ;-sg Fox: (303) 757-9458 CAD Ver: lAcroStotion V8 Scale: Not to Scale Lots: [nosh Staff TroffiC Bronah KCM/KEN Issued By: Traffic Engineering Unit September 24, 2008 Sheet No. I of 5 M M M r M M M M M M M M M M w r M M M M= M = " s= M M M M" w w M M M r M EDGE LINE WHITE, 4.. WIDE+���,,, CENTER LINES 4"r a - CELLOW,4" WIDE — — - EDGE LINE'-- wH1Iw10E EDGE LINENE TWO LANE HIGHWAY WHITE, 4" WIDE LAW LINE ~ WHITE, 4" WIDE -- CENTER LINES c4' YELLOW 4" WIDE TARE LTHE WHITE, 4• WIDE -� EDLINE RITE, 4" WIDE FOUR LANE UNDIVIDED HIGHWAY EDGE LINE WHITE, 4" WIDE - LANE LINE f WHITE, 4• WDE I CENTER LINES i T' YELLOW, ♦• WIDE��� t'41NIYW 4EOIkN - LANE LINE r -� WHITE, 4• WIDE EDGE LINE / WHITE, 4• WIDE FOUR LANE PAINT DIVIDED HIGHWAY EDGE LINE, WHITE, 4" WIDE,_ LANE LINE _ _ _ f _. WHITE, 4" WIDE CENTER LINES MEDIAN VARIES YELLOW, 4" WIDE LANE LINE WHITE, 4" WIDE~ EDGE LINE, WHITE, 4" WIDE - FOUR LANE DIVIDED HIGHWAY EDGE LINE, WHITE, 4" WIDE, LANE LINE f -- WHITE, 4" WIDf — 24 CENTER LINES YELLOW, 4" WIDE LANE LINE 8 WHITE, 4" WIDE 24, EDGE LINE WHITE, 4" WIDE f D/4 TRANSITION TAPER LENGTH —a1 CROSS+ WARNING SIGN YELLOW, (VI �0(VARIES) DIVIDED ROADWAY EDGE LINE, WHITE, 4• WIDEy LANE LINE WHITE, 4" WIDE— .4 CENTER LINES YELLOW, 4" WIDEN LANE LINE f� WHITE, 4" WIDE(. I EDGE LINE, WHITE, •" wTO 0/4 IRANSITION JAPER LENGTH-.{ C------AD(vARles) UNDIVIDED ROADWAY - CASE I EDGE LINE, 4", WIDE — — — — — — — — — LAELINE OR -_ ------I— 6 i0 12" CENTER LINE, WHITEy� T EDGE OF — OR YELLOW, 4• WIDE PAVEMENT : EDGE LINE, 4" WIDE— NOTE: EDGE LINES ARE NOT TO BE USED WHEN TRAVELED WAY IS LESS THAN 20 FEET. NO SHOULDER OR UNSURFACED SHOULDER EDGE LINE, 4' WIDE LANE LINE OR �� EDER V CENTER LINE, WHITE-- — — — — _ OF OR YELLOW, 4" WIDE LED WAY EDGE LINE,4• WIDE-' V ESER SHOULDER SURFACED VARIES 20' TO IDO' DIAGONAL SHOULDER a" WIDE WHITE, \ �—OERVARIES8' WIDE \ °VARIES EDGE LINE WHITE, 4" WIDE( - EDGE LINE WITH OPTIONAL DIAGONAL SHOULDER MARKING EDGE LINE WHITE,4'WIDE+ �- CENTER LINES-= YELLOW, 4" WIDE — _-- EDGE LINE WHITE, 4" WIDE 1 CHAIN LIZING LINO 32'i YP. WHITE,B" WINE TYPICAL TWO WAY LEFT TURN LANE APPROACH TO DIVIDED ROADWAY --�{ SOLID CENTER (LENGTH VARIES) I CENTER LINES 6. �— YELLOW 4" WIDE LINES `TRANSITION LINES rELLOW, B" WIDE GENERAL NOTES (CONTINUED FROM SHEET N0.0 10. CROSSWALK LINES SOLID WHITE; 12 IN. WIDE FOR TRANSVERSE LINE TYPE - EXTEND ACROSS ENT RE WIDTH OF PAVEMENT. IF NO ADVANCE STOP LINE IS PROVIDED, INCREASE THE WIDTH OF THE CROSSWALK LINES TO 24 IN. THE DISTANCE BETWEEN THE LINES IS USUALLY DETERMINED BY THE WIDTH OF THE SIDEWALKS SO CONNECTED, HOWEVER, IN NO CASE SHALL THIS BE LESS THAN 6 FT. COMPLICATED AND/DR CHANELIZED INTERSECTIONS AND MID -BLOCK CROSSWALKS SHALL BE SOLID WHITE, 12 IN. TD 24 IN. WIDE AND 8 FT. TO 10 FT.LONG FOR LONG ITOIINAL LINE TYPE AS DETAILED IN THE PLANS OR AS DIRECTED BY THE ENGINEER. It. WORD, ARROW AND SYMBOL MARKINGS ALL LETTERS, ARROWS AND SYM80LS SHALL BE IN CONFORMANCE WITH "THE STANDARD ALPHABETS FOR HIGHWAY SIGNS AD PAVEMENT MARKINGS' ADOPTED BY THE FEDERAL HIGHWAY ADMINISTRATION. 12. TRANSITION TAPER LENGTH L=YINIWAN LENGTH OF TAPER, S =DESIGN SPEED FOR NEW CONSTRUCTION OR NUMERICAL VALUE OF TIC POSTED SPEED LIMIT OF THE 85TH PERCENTILE SPEED OF EXISTING TRAFFIC.. W = WIDTH TRANSITIONED FORMULk FOR SPEED 45 MPH OR MORE, L = S . w FOR SPEED 40 MPH OR LESS, L = wSN NOTE: D = THE DISTANCE FROM THE PAVEMENT WIDTH TRANSITION SIGN (W4-2) 1O THE BEGINNING OF THE TRANSITION TAPER. 13. TRANSITION LINES SOLID YELLOW ,B IN. WIDE. THESE LINES ARE USED WHERE ADDITIONAL EMPHASIS OR VISIBILITY IS DESIRABLE AT PAVEMENT WIDTH TRANSITIONS. PLACE AT LOCATIONS INDICATED ON THE PLANS OR AS DIRECTED BY THE ENGINEER. 14.' SPEED MEASURING MARKING SOLID WHITE, 24 IN. - EXTEND 4 FT. FROM OUTSIDE (IF EDGE LINES ON SMOULDERS. EDGE LINE, WHITE, a' WIDE ANE LINE y WHITE, 4" WIDECENT— — — -- NES YELLOW, EiLw " DE LINE LINE WHITE, V. WIDE EDGE LINE, WHITE, 4"WIOE 76/4 Tom-- AD (VARIES) .LTRANSITION TAPER LENGTH UNDIVIDED ROADWAY - CASE 2 TYPICAL PAVEMENT WIDTH TRANSITION MARKINGS Creation Dote: 07/04/06 Initials: KCM-1 ® ® Date: Comments Colorado Deportment of Transportation --A` 4201 Easl Arkansas Avenue U Denver, Colorado 80222 Phone: (303) 757-9543 . F -' Fox: (303) 757-9458 Staff Traffic Branch KCM/KEN PAVEMENT �/�e �Y�Ti~Q 1�'ll-�1�11INGS STANDARD PLAN NO. Lost ModiLcabon Dote: 09/24/08 Initials: HE 09/24/OS µwv�LEOi w$° o ;`M " "--sti) 5-627_I Full Path; www.dotslole.co-bus/Design5upporl/ DrawingFile Nome: Sheet_5-627 OL2of5.d n - Issued By: Traffic Engineering Unit September 24, 2008 Sheet No. 2 of 5 CAD Ver: Microslahan V8 Scale: Not to Scale Units: English STOP LINES EDE UNE WHITE, 24' WIDE EDGE LINE WHITE, 4' WIDE �- /WMNE, l WlE CENTER LINES _ _ _ _ _ _ _ _ _ _ _ _ _ .CENTER LINES YELLOW, 4' WEE YELLOW. 4' NOE CENTER LINES STOP LINE EDGE LINE E I I --EDGE LwE YELLOW, i WIDE EDGEWHITEi WOE WHITE, f WIDE I 4' WHITE, 24' ME CHANNEUZING LINES _ I- /CCEL LANE DECEL LANE WHITE. 8• WIDE EDE LINE EDE UNE \ ✓WHITE. 4' ME WHITE, 4' MOE t— CENTER LINES �� ... .:.. ... EDGE ONES YELLOW. 4' WIDE ' YELLOW, 4' WIDE EDGE UNE �� ~ \EDE UNE CROSSWALK LINES I a' MINIMUM WHITE. i WIDE WHITE. 4' ME UNE LINES 1�2 112 LANE LINES WHITE, 1 WIE OECEL LANE ACGEL LANE WHITE, 4• AIDE TYPICAL TRANARKING CHANNELIZING LINES STOP LINE WHITE. 8• WOE _ tWHITE. 24"MOE CENTER LINES 4.1 © 10 EDGE LINES YELLOW. 4' MOE WHITE, A- WOE ' CHu1NE.L1j UNE «� Oj 2-. WHITE, 8' WIDE } TOP LINE WIE (SHORT LI OPTIONAL WHERE O MIE 7APER IS PROMOED, O EDGE L4' EDGE LINE — WMLL, 4• WIDE �. 10' MIMMUM fWNITE, 4' WIDE (D O 1 O WHTE. 8' WI ONES ENTER OWES _ WMLL 8 WIDE YELLOW, i WIDE �� — — — — — — — — — — — YEELLLOW, `' "TEEDGE RAISED MEOVN —� }O WHITE,LINE 4' WIDE '\EDGE WHITE U4' EDE NE O (`l�}-`•— CENTER NE$ TYPICAL INTERSECTION MARKINGS _ 0} \\ SOLD OR Q YELLOW. 4' vnDE DOTTED '�Y1 DOTTED 91 WAI•�''' LINE =Qj UNE LINES�^ CHNJNELIIWG UNES WHITE, 4• WIDE }Of"� }O EDGE UNE WHITE, 4' WIDE WHITE, 8• WEE LINE f WNILL, 4' WIDE T CENTER UNES YELLOW. i EDE ~ .,_CENTER LINES ��YELLOW. 4' WIDE O O OPDOILY $TOP LINE EDE UNE WHITE, 4' MOE �I .. y - - \ EDGE E U WHITE, 4' WIDE O O WHITE, 24 WE CHMNEL121NC UNE$ WHITE. WHITE, 8• WIDE cwwNEuzlNc LINES WHITE. 8• EDE CONTINENTAL CROSSWALK MARKINGS WHITE, 4• WIDE EDGE UNESPAW LONGITUDINAL LINE DETAIL CROSSWALK NOTES U DlL� 'f 12' TO 24' CENTER CROSSWALKS ON CURB RAMPS. i IF SUCH RAMPS ME NOT PROMED ENTER 8' TO 10' ON SIGNAL POLES WHEREVER PRACTICAL. CHMNEL12w1 LINES WHITE, 8• WIDE (D CENTER ON UNE, CENTER OR CHMNELIZING STOP UNE UNE. ' WHITE. 24' WIDE © CENTER OR EXTENDED FLOW LINE. CENTER LINES 4' WIDE O CENTER BETWEEN ADJACENT LINES.YELLOW, Q LINES AND SPACES TO APPROXIMATE TYPICAL ISLAND MARKINGS INTERSECTIONS. ADJACENT PATTERN. ISLANDS AND CROSSWALKS Computer File Information Sheet Revisions Colorado Deportment of Transportation PAVEMENT STANDARD PLAN NO. Creation Dale: 07-04-06 Initials: KCM Date: Comments 4201 Eost Arkansas Avenue Lost Modification Date: 07-04-06 Initials: JSW O )ui .Denver, Colorado 80222 ���� Phone: (303) 757-9543 MARKINGS s-627-1 Full Poth:www.dot.stote.co.us/Desi nSupport/ Drawing File Name: S-627-1 (3 of 5) Q' Q J7IW Fa,: (303) 757-9820 Staff Traffic Branch KCM/JSW Sheet No. 3 5 CAD Vo.: MicroSlalion VB Scale: Nol to Scale Unas: En Hin O Issued By: Traffic Engineering Unit July 4, 2006 of M M w M M M M M M r M M M M M M= M EDGE LINES lb SEE DETAIL A (TYP)—CENTER LINE EDGE .CENTER TRANSVERSE ���— J LINES LINES BAND `x--k— TWO — WAY ROADWAY NES \— _ LINES T frs MARK EA UUREMENr MULTI — eur nfvfncn ufr.HWAY — — — — — — — — —, �wMING jHOULDER 10 I 2 II —J— MIN. EDGE LINE TRAVEL LANE X R R SEE DETAIL B (TYP) DETAIL A W10-1 TYPICAL SPEED MEASUREMENT MARKING TYPICAL PAVEMENT MARKING AT RAILROAD CROSSING CHANNELIZING LINES WHITE. 8• MOE 2' �� RAILROAD CROSSING NOT S6 w = APPROXIMATELY 15 FT. (STOP LINE SHOULD BE WIN ADVANCE OF 7 ACTIVE TRAFFIC CONTROL SYSTEMS: I.E., AUTOMATIC GATES AND/OR 16' FLASHING SIGNALS). X = THE DISTANCE FROM THE RAILROAD CROSSING MARKING TO THE NEAREST TRACK WILL VARY ACCORDING TO THE APPROACH SPEED AND THE SIGHT DISTANCE OF THE VEHICULAR TRAFFIC APPROACHING, BUT NOT LESS THAN 50 FT. (REFERENCE NOTE 1). Y = ON MULTI -LANE ROADS THE TRANSVERSE BANDS SHOULD EXTEND ACROSS ALL APPROACH LANES, AND INDIVIDUAL RR SYMBOLS (80RD�NE 20' SHOULD BE USED IN EACH APPROACH LANE. _ — 16' Z = NORMALLY 8 Fr. (WIDTH MAY VARY ACCORDING TO LANE WIDTH). 1. THE WARNING SIGN SHALL BE PLACED ACCORDING TO THE WARNING 6' SIGN PLACEMENT TABLE IN THE MUTCO. IF CONDITIONS DO NOT UM I ALLOW PLACEMENT ACCORDING TO THE TABLE, IT SHALL BE AS — — --1 3'1— APPROVED BY THE ENGINEER. L 24' 2. REFER TO 'THE STANDARD ALPHABETS FOR HIGHWAY SIGNS AND AREA = 69 SOFT. PAVEMENT MARKINGS', ADOPTED BY THE FEDERAL HIGHWAY NOTE: BARS NOT INCLUDED ADMINISTRATION, FOR RR SYMBOL DETAILS. NOTE: THIS CONFIGURATION 1 SHOULD ALSO BE USED WHERE 2' THERE ARE MORE THAN TWO T' TURN LANES. ' I I DETAIL B CHANNEL12114a LANES WHITE, 8' WIDE TYPICAL DOUBLE LEFT TURN MARKINGS Computer File Information Sheet Revisions Colorado Deportment of Transportation PAVEMENT STANDARD PLAN NO. D Creation Date: 0704-06 Initials: KCM Dote: Comments 4201 East Arkansas Avenue Last Modification ote:07-04-06 Initials: JSW Q �%' Denver, Colorado 80222 MARKINGS S-627_ ] Full Poth:www.dol.stote.co.us/Desi nSuPPort/ Q �� Phone: (303) 757-9543 Drawing File Name: S-627-1 (4 of 5) Q d,,,:,,,, Fo.: (303) 757-9620 CAD Ver.: Miaroslotion v8 Scale: Not to Scale units: English O Staff Traffic Branch KCM/JSW Issued By. Traffic Engineering Unit July 4, 2006 Sheet No. 4 of 5 6 -1" L 8, 1 11.5" AREA = 15.5 SOFT. AREA = 12.5 SOYT 3 -2 I - 2{' -10.5" I � 5'- V 7 -2" AREA = 27.5 SOYT. D LI D LI LI D LI L II I I I-_6'-3"- I F--7'-10"�I I L EDGE OF PAVEMENT OR LANE LINE VARIES 20' CENTERED VARIES LANE LINE �O �- 2'-9' �.Fi / �/p, 2. AREA = 42 SOFT. T To DD To T T Tp o D LI I LII II LIIB II LII II LII I LI I I-'-9'-4"-- ---I 4'-6" Fes- 4---5'-9"--I F--S'-6"-i ---I 4'-6'. 1—LANE SCHOOL DESIGNATED PAYMENT AREAS FOR THE FOLLOWING H. W. AND S DIMENSIONS PAY: H = 4' WORDS BIKE - 5.5 SO.rT. LANE - 6.0 SOFT. ONLY - 6.0 SOFT. XING - 5.0 SOFT. H = 8' WORDS STOP - 23.0 SO.rf. XING - 20.0 SOFT. ONLY - 22.5 SOFT. LANE - 22.5 SO.FT. AHEAD - 29D SOFT. BIKE - 21.0 SOFT. BUS - 18.5 SOFT. HWY - 16.5 SOFT. THRU - 22.0 SOFT. SCHOOL(IL) - 33.0 SOFT. PED - 17,5 SOFT. SCHOOL(2L) - 85.0 SOFT. L� H = HEIGHT W = WIDTH S = STROKE TYPICAL TT R MEASUREMENTS -1Wr -1WWr S S D 5 S S H=,8' H=4' W = 1'-3.4' TO V-4' W = 7.7" TO 8' S = 3,8" TO 4" S 1.9" TO 2" r r 3 WORD AND SYMBOL NOTES BLUE IF HEIGHT IS INCREASED OR DECREASED THEN ALL IO' 8' 12' 6" 28" Y MEASUREMENTS CHANCE PROPORTIONATELY. EXAMPLE: O O I M' MEASUREMENT FOR STOP IS 1/4 OF 3. 4' FROM LL L 8' THEN SQUARE FEET = 5.75 (1/4 OF 23.0 50. FT.). 3"T PAVEMENT WORD AND SYMBOL MARKINGS. TRANSVERSE 19'-4' �1 �'1 4'-2' ham- r-� 2 -6" I AND LONGITUDINAL (CONTINENTAL) CROSSWALK LINES. STROKE = 8" AREA = 10.5 SOFT. AREA 10 SO.fT. 3" 24" 3 AND STOP LINES WILL BE PAID FOR IN SQUARE FEET = 2—LANE SCHOOL *WHITE 3" STROKE WIDTH (BORDER USING THEIR SPECIFIC BID ITEMS, MAY BE 4" STROKE WIDTH) PAVEMENT MARKING WORDS AND SYMBOLS Computer File Information Q Q Q Sheet Revisions Colorado Deportment of Transportation 4201 East Arkansas Avenue DOT Denver, Colorado 80222 Phone: (303) 757-9543 Fa.: (303) 757-9820 Staff Traffic Branch _ KCM/JSW PAVEMENT MARKINGS `IGS STANDARD PLAN NO. Creation Date: 07-04-06 Initials: KCM Dole: Comments Last Modification Date:07-04-06 Initials: JSW -627-1 Full Path:www.dot.slate.co.us/Deli nSupport/ Drawing File Nome: 5-627-1 (5 of 5) Issued By. Traffic Engineering Unit July 4, 2006 Sheet No. 5 of 5 CAD Ver.: Microstolion V8 Scale: Not to Scale Units: English r ■r r w M M M r M M M r= M M M M M CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00100 Instruction to Bidders 00300 Bid Form 00400 Supplements to Bid Forms 00410 Bid Bond 00420 Statements of Bidders Qualifications 00430 Schedule of Major Subcontractors CONTRACT DOCUMENTS 00500 Agreement Forms 00510 Notice of Award 00520 Agreement- 00530 Notice to Proceed 00600 Bonds and Certificates 00610 Performance Bond 00615 Payment Bond . 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release(Contractor) 00660 Consent of Surety 00670 Application for Exemption Certificate CONDITIONS OF THE CONTRACT 00700 General Conditions Exhibit GC -A 00800 Supplementary Conditions 00900 Addenda, Modifications, and Payment 00950 Contract Change Order 00960 Application for Payment SPECIFICATIONS 00020-1 - 00020-2 00100-1 - 00100-9 00300-1 - 00300-3 00400-1 00410-1 - 00410-2 00420-1 - 00420-3 00430-1 00500-1 00510-0 00520-1 > 00520-6 00530-1 00600-1 00610-1 - 00610-2 00615-1 - 00615-2 00630-1 00635-1 00640-1 00650-1 - 00650-2 00660-1 00670-1 - 00670-2 00700-1 - 00700-34 GC -Al - GC-A2 00800-1 - 00800-2 00900-1 00950-1 - 00950-2 00960-1 - 00960-4 r m r w m m r m m m m m m m m w m m m I. ALL CONSTRUCTION ZONE TRAFFIC CONTROL DEVICES, INCLUDING BUT NOT LIMITED TO BARRICADES, SIGNS, ARROW PANELS, FLASHING BEACON (PORTABLE), AND CHANNELIZING DEVICES, SHAD BE FURNISHED, INSTALLED, MAINTAINED (INCLUDING WASHING), REPLACED IF DAMAGED, REMOVED WHEN TEMPORARILY NOT IN USE AND RETURNED WHEN REQUIRED, RESET AS NECESSARY DURING THE PROGRESS OF CONSTRUCTION, AND REMOVED ENTIRELY WHEN THE PROJECT 15 COMPLETED. ALL DEVICES SHALL MEET THE REQUIREMENTS OF ATSSA 'QUALITY STANDARDS FOR WORK ZONE TRAFFIC CONTROL - 1992' 2. WORK ON THE PROJECT SHALL NOT BE STARTED UNTIL ALL REOUIREO TRAFFIC CONTROL DEVICES ARE IN PLACE, AND APPROVED BY THE ENGINEER. 3, WHEN SPEED LIMIT REDUCTION IS REQUIRED, SUCH REDUCTION SHALL BE IN ACCORDANCE WITH CDOT FORM 568. 'AUTHORIZATION AND DECLARATION OF TEMPORARY SPEED LIMITS.' WHEN A CHANGE IN AN EXISTING SPEED LIMIT IS REQUIRED, THE R2-1 SIGNS, SHOWN ON THE SCHEDULE OF CONSTRUCTION TRAFFIC CONTROL DEVICES, SHOULD BE INSTALLED AT THE LOCATIONS SHOWN ON THE TYPICAL CASES BY R2-1 (OPTIONAL) SIGNS. AN ADVISORY SPEED PLATE (W13-1) MAY BE USED WITH A WARNING SIGN WHEN THE MAXIMUM RECOMMENDED SPEED FOR CONDITION NAMED IS LOWER THAN THE POSTED SPEED LIMIT. 'THE REGULATORY OR ADVISORY SPEED REDUCTION DISPLAYED SHALL NOT EXCEED 15 MPH PER SIGN INSTALLATION. 4. ANY TRAFFIC CONTROL DEVICE THAT IS DAMAGED. WEATHERED, WORN, OR OTHERWISE DEEMED UNACCEPTABLE BY THE ENGINEER, SHALL BE REPLACED. 5. CONTRACTOR AND PERSONAL VEHICLE PARKING IS PROHIBITED WITHIN THE RIGHT-OF-WAY UNLESS DESIGNATED ON THE PLANS, OR APPROVED BY THE ENGINEER. 6. CONSTRUCTION TRAFFIC SIGNS SHALL BE MEASURED BY THE FOLLOWING SIZES AND DESCRIPTIONS: PANEL S1ZE A 0.01 TO 9.00 SO. FT. (INCLUDING TYPE I AND TYPE 2 BARRICADES). PANEL SIZE B 9.01 TO 16.00 SO. FT. PANEL SIZE C GREATER THAN 16 50. FT. CONSTRUCTION TRAFFIC SIGN (SPECIAL), SO. FT., MAY BE USED FOR SOME PROJECT SPECIFIC INFORMATION SIGNS. FOR DETAILED DIMENSIONS OF SIGNS WITH SIGN CODE NUMBERS, SEE 'STANDARD HIGHWAY SIGNS' AND THE 'COLORADO SUPPLEMENT' THERETO. SIGN LAYOUTS FOR OTHER SIGNS WILL BE FURNISHED IN THE PLANS, TRANSMITTED TO THE ENGINEER AFTER AWARD, OR MAY BE AVAILABLE UPON REQUEST. W20-5 WARNING SIGNS SHALL BE FURNISHED WITH EXCHANGEABLE PLAQUES READING "RIGHT', 'LEFT". 'CENTER', 'RIGHT 2". ETC. AT NO ADDITIONAL COST. 7. ALL WARNING AND REGULATORY SIGNS SHALL BE POSTED ON BOTH SIDES OF THE ROADWAY ON DIVIDED HIGHWAYS, MULTI -LANE RAMPS, ONE-WAY STREETS, AND AS DIRECTED BY THE ENGINEER, EXCEPT WHERE ONLY ONE SHOULDER IS CLOSED (EX: CASE II ON SHEET 6). B. ADDITIONAL TRAFFIC CONTROL DEVICES ADDRESSING FLAGGING, SPEED REDUCTION, ETC. WILL BE NECESSARY FOR SET-UP AND TAKE -DOWN OF MOST CASE APPLICATIONS; DAILY WORK SITE ACCESS: AND PAVEMENT MARKING REMOVAL AND INSTALLATION OPERATIONS, In Date: 07-04-06 - Initials: File Name: S-630-1 (1 MicrOStation V8 Scale: Not GENERAL NOTES 9. BASED ON SIGHT DISTANCE AND OTHER CONSIDERATIONS, THE FINAL LOCATIONS OF SIGNS ARE SUBJECT TO APPROVAL OF THE ENGINEER. 10. IF CONSTRUCTION RELATED TRAFFIC CONGESTION BACKS UP BEYOND THE INSTALLED ADVANCE SIGN SEQUENCE, ADDITIONAL ADVANCE SIGNING SHALL BE PLACED BEYOND THE CONGESTION. 11. ALL SIGN MATERIAL SHALL BE SOUND AND DURABLE TO THE DEGREE NECESSARY FOR MAINTAINING EFFECTIVE AND NEAT APPEARING TRAFFIC CONTROLS. AND: a. SIGN PANELS MAY BE FABRICATED FROM PLYWOOD, STEEL. ALUMINUM, OR OTHER SUITABLE MATERIAL. b. REFLECTIVE SHEETING SHALL CONFORM TO ASTM 04956. THE TYPE SHALL BE AS DESCRIBED IN THE STANDARD SPECIFICATIONS AND/OR AS SHOWN ON THE PLANS. c. SYMBOLS AND LEGEND SHALL BE OF GOOD WORKMANSHIP (UNEVEN OR HAND LETTERING WILL NOT BE ACCEPTED). d. PORTABLE OR TEMPORARY MOUNTING SHALL NOT BE CONSTRUCTED OR WEIGHTED BY ANY METHOD OR MATERIAL THAT MAKES THEM HAZARDOUS TO TRAFFIC. e. CERTAIN POST SIZES AND SHAPES REQUIRE A 'BREAK -AWAY' DEVICE. SEE THE APPLICABLE STANDARD PUN. OTHER POST DESIGNS OR SYSTEMS REQUIRE THE SUBMITTAL OF AN FHWA LETTER OF ACCEPTANCE TO THE ENGINEER, AND MUST BE APPROVED BY THE ENGINEER PRIOR TO THEIR USE. 12. ALL CONSTRUCTION SIGN PLACEMENT SWJl BE IN ACCORDANCE WITH STANDARD PUN 'TYPICAL GROUND SIGN PLACEMENT' UNLESS OTHERWISE APPROVED. SIGNS APPROVED TO BE MOUNTED ON PORTABLE SUPPORTS, OR APPROPRIATE SIGNS MOUNTED ON BARRICADES, MAY BE AT LOWER HEIGHTS, BUT THE BOTTOM OF THE SIGNS SHALL NOT BE LESS THAN ONE FOOT ABOVE THE PAVEMENT ELEVATION. 13. SIGNS MOUNTED ON THE MEDIAN OF DIVIDED HIGHWAYS WHERE MEDIAN BARRIER IS IN PLACE MAY BE MOUNTED ON THE BARRIER WITH A SADDLE TYPE BRACKET. IF THE BRACKET ALLOWS THE SIGN PANEL TO BE TURNED PARALLEL TO THE ROADWAY, THE SIGN MAY REMAIN IN PLACE WHEN NOT APPLICABLE. BUT LAYING THE SIGN PANEL DOWN IN A HORIZONTAL POSITION IS NOT PERMITTED. 14. TRAFFIC CONES SHALL BE AT LEAST 28 INCHES IN HEIGHT. HOWEVER, THE MINIMUM SIZE SHALL BE 36 INCHES WHEN THEY ARE USED ON FREEWAYS AND EXPRESSWAYS, OR DURING NIGHT TIME WORKING HOURS. THEY SHOULD ALSO BE 36 INCHES WHEN USED ON OTHER HIGH SPEED ROADWAYS (45 MPH OR MORE) WITH AN ADT OF 6,000 OR MORE. 15. TYPE I BARRICADES AND VERTICAL PANELS SHALL NOT BE USED ON FREEWAYS, EXPRESSWAYS, OR OTHER HIGH SPEED ROADWAYS (45 MPH OR MORE). 16. WHEN TWO-WAY TRAFFIC IS PLACED ON ONE ROADWAY OF A NORMALLY DIVIDED HIGHWAY, OPPOSING TRAFFIC SHALL BE SEPARATED EITHER WITH CONCRETE BARRIER (TEMPORARY), OR WITH CHANNELIZING DEVICES APPROVED FOR THIS APPLICATION, THROUGHOUT THE LENGTH OF TWO-WAY OPERATION. THE TRANSITION ZONES SHALL HAVE CONCRETE BARRIER (TEMPORARY). THE BARRIER SHALL BE TIED TO AN EXISTING STRUCTURE OR GUARD RAIL, FLARED OR EXTENDED TO MEET CLEAR ZONE REQUIREMENTS, OR FITTED WITH AN IMPACT ATTENUATION DEVICE. 17. CHANNEUZWG DEVICE SPACMC, IN FEET, SHALL BE AS FOLLOWS: a. FOR TAPERS AND TRANSITIONS, SPACING EQUALS THE NUMERICAL VALUE OF THE SPEED LIMIT. (e.g. 45 MPH = 45 FEET) b. FOR TANGENTS ALONG THE BUFFER SPACE OR WORK AREA, SPACING MAY NOT BE GREATER THAN TWO TIMES THE SPEED LIMIT. (e.g. 50 MPH = 50 FEET TO 100 FEET MAXIMUM) 18. FOR DETAILS ON BARRICADES, CONCRETE BARRIER (TEMPORARY), VERTICAL PANELS, AND FLASHING BEACON (PORTABLE), SEE THE APPUCABLE STANDARD PUNS. IS. FLOOD LIGHTS SHALL BE USED TO ILLUMINATE FLAGGER STATIONS DURING THE HOURS OF DARKNESS UNLESS OTHERWISE APPROVED. A TYPICAL LIGHT SHOULD PROVIDE THE FOLLOWING: A FULLY DIRECTIONAL SW VEL MOUNT QUARTZ LIGHT SOURCE (500 WAR MINIMUM), SELF-SUPPORTING STAND WITH VARIABLE LIGHT HEIGHT FROM OF MINIMUM OF EIGHT FEET ABOVE THE ROADWAY, AND A POWER SOURCE. IT SHALL ILLUMINATE THE STATION AREA AND A FLAGGER ESCAPE PATH, BUT SHALL NOT PRESENT ANY GLARE TO TRAFFIC. 20. IF WORK ON THE ROADWAY IS FOR AN EXTENDED PERIOD. INAPPLICABLE PAVEMENT MARKINGS ARE TO BE REMOVED. AND FULL COMPLIANCE PAVEMENT MARKINGS ARE TO BE INSTALLED IN ACCORDANCE WITH THE APPLICABLE SPECIFICATIONS, (PAVEMENT MARKING - GENERAL), AND/OR AS DETAILED ON THE PUNS. FOR ADDITIONAL PAVEMENT MARKING DETAILS, SEE STANDARD PLAN 'TYPICAL PAVEMENT MARKINGS'. 21. BUFFER SPACE IS OPTIONAL. NEED MUST BE DETERMINED ON A PROJECT OR SITE SPECIFIC BASIS AS DIRECTED BY THE ENGINEER. WHEN A BUFFER SPACE IS USED, DIMENSIONS AND/OR DEVICES USED ARE TO BE, INCORPORATED IN THE TRAFFIC CONTROL PLAN (TCP) OR THE CONTRACTOR'S METHOD OF HANDLING TRAFFIC (MHT). 22. ADDITIONAL VMS SIGNAGE SHOULD BE CONSIDERED AT LEAST A MILE IN ADVANCE OF THE SIGNING SHOWN IN THE DETAIL FOR ANY LANE CLOSURES ON INTERSTATE AND OTHER HIGH SPEED FACILITIES ESPECIALLY WHEN THE LEVEL OF SERVICE IS SIGNIFICANTLY REDUCED AS A RESULT OF CONSTRUCTION. THE LEGENDS SHOULD BE CHANGED TO ADVISE MOTORISTS OF UPCOMING TRAFFIC CONDITIONS AND TO ALERT THEM OF UPCOMING LANE USAGE. ADDITIONAL ADVANCE WARNING SIGNAGE IS ENCOURAGED IN ALL CASES WHERE TRAFFIC VOLUMES AND SPEEDS ARE HIGH AND/OR WHERE THERE ARE INFREQUENT EXITS. ADDITIONAL SIGNAGE IS ALSO ENCOURAGED IN LOCATIONS WHERE DRIVERS' LINE OF SIGHT TO ADVANCE WARNING SIGNS IS OBSTRUCTED. 23. RAISED PAVEMENT MARKERS MAY BE USED TO SUPPLEMENT TEMPORARY STRIPING DURING NON -SNOW PERIODS. THEIR USE IS ENCOURAGED ON HIGHER SPEED FACILITIES WHEN TRAFFIC IS BEING DIVERTED FROM ITS USUAL COURSE, 24. THE TYPICAL CASES DEPICTED IN THIS STANDARD REFLECT THE MINIMUM REQUIREMENTS, UNLESS AS OTHERWISE DIRECTED BY THE PROJECT PLANS AND SPECIFICATIONS, AND/OR THE PROJECT ENGINEER. weer Kevlslons Colorado Deportment of Transportation TRAFFIC CONTROLS Dale: Comments 4201 East Arkansas Avenue FOR HIGHWAY o OT Denver, Colorado 80222 O FaHO"(303)3757-982043 CONSTRUCTION o -- o Staff Traffic Branch KCM/JSW Issued By. Traffic Engineering Unit July 4, 2006 STANDARD PLAN NO. S-630-1 Sheet No. 1 of 12 SPEED M ARROW PANEL (C ry) R2-1(00) I R2-I(00) I r r r r r II 2640 l000' S001000' A PL PCL- AA •A ROAD WORN POAO WORK CLO6E0 �� L1N ) NOT <>[DO 1 MILE NEKT KX YIliS hMIU OlaAO fl I c2o-, soo F PASS 3 DRUMS, FLASHING W20-1 W20-5(L) W20-5(L) W4-2(L) 114-1 ADVANCE SEQUENCE I . 36W1-8 r ROAD R11-2 CLOSED WI-6(L) MOUNT ON BARP'r•nr (WE SM-0) ( LEGEND • CHANNELIZING DEVICE: FOR TYPE OF DEVICE TO BE USED, SEE SCHEDULE OF TRAFFIC CONTROL DEVICES INCLUDED IN THE PLANS. TYPE M BARRICADE CONCRETE BARRIER (TEMPORARY) .-- FLAGGER TYPICAL 2—WAY ZONE STRIPING DIRECTION OF TRAVEL 4 INCH ® WORK AREA CENTER LINES CENTER L TRANSITION TAPER LENGTH: LINES L = MINIMUM LENGTH OF TAPER 14, JOINT SPEED 45 MPH OR MORE: L= S x W 1 SEE ENLARGED DETAILS ADVANCE SIGNING AND END SIGNING SEQUENCES ARE THE SAME FOR THE OPPOSITE DIRECTION «- KT2 CLOSED RII-2 M L0151100001 SPEED MOUNT ON BARRICADE(HANKS YOU LIMIT (TYPE 3M-D) (TEMP) '"',J 15555f 00 R4-2 G20-10 R2-1(DO) 7.2EI RETE (TEMP) I END SEQUENCE J SPEED 40 MPH OR LESS: L = W52 • 12 - \icmr/ a c bowl (ILMPJ 60 S - NUMERICAL VALUE. OF SPEED LIMIT 74 I 1 F OR 85 PERCENTILE SPEED ' W = WIDTH OF OFFSET CHANNELIZING ADVANCE WARNING FLASHING OR DEVICE BASE r SEQUENCING ARROW PANEL r A = 100' (URBAN LOW SPEED) 1 r r 350' (URBAN HIGH SPEED) 500 (RURAL) A ' 1.000(EXPRESSWAY / FREEWAY) CZ CLEAR ZONE (SEE GENERAL NOTE 16). THESE DEVICES ARE OPTIONAL. THEIR NEED SHALL BE DETERMINED BY DETOUR DESIGN AND/OR SCOPE OF CONSTRUCTION ACTIVITY. AND ARE ' REQUIRED WHEN THEY ARE INCLUDED IN THE SCHEDULE OF CONSTRUCTION CONTROL DEVICES. WRONG SPEED TEMPORARY 'SOLID VARIES BUFFER SPACE (SEE GENERAL NOTE, WAY CASE N0. t RS-IA j't LIMIT 00 1f ,t TEMPORARY SOLID WHITE 4' EDGE LINE YELLOW 4' EDGE LINE ® IMPACT AITENUATOR AS DETAILED LED ON THE PLANS TYPICAL APPLICATION R4-2 PUSHING BEACON W6-3 R5-1 CLOSURE OF ONE ROADWAY 4—LANE DIVIDED HIGHWAY R2-I(OO) W6-3 Computer File Information -Sheet Revisions Colorado Deportment of Transportation TRAFFIC CONTROLS STANDARD PLAN NO. Creation Dale: 07-04-06 Initials: KCM Dole: Comments 1201 East Arkansas Avenue DOT FOR HIGHWAY Last Modification Oote:07-04-06 Initials: JSW O Denver, Colorado 80222 , Phone: (303) 757-9543 S-630-1 Full Polh:www.dot.slale.co.us/DesignSupporl/ CONSTRUCTION Growing File Nome: S-630-1 (2 of 12) Q --=Ow' Fa.: (303) 757-9820 CAD Vtt.: MiuoSlalan ve Scale: Not to Scale units: En ish O Staff TroffiC Branch KCM/JSW Issued By. Traffic Engineering Unit July 4, 2006 Sheet No. 2 of 12 = M= r M=== m m M m r m= M M M M I. OR TEMPORARY YELLOW /® ® ' .I I I ; XACE -1(00 1 TC'B* B' A L I 1/2 L 1 1/2 L MIN. VARIE TYPE IN B R RI ADES 200' 500' MW. 500' WHEN IS NOT USEDSPEEDLIMITODR2-1(00) RW Nt IANC OR EYI SPEED CLOSED CLOSED WI -3(L) L"" "URTIOY-YOULIMITSSi565 �9 W20-5(R) W20-5(R) W4-2(R) AR PANEL �WI3-I(00) CASE N0. 2 LIMIT C20-10 TYPICAL APPLICATION CLOSURE OF HALF OF A —LANE HIGHWAY NOT PHYSICAL(Y DIVIDED I VAR. VAR. � 1-5 5003 500 J\ • STAY 3 LAIN NE W10R(R) WIOR R () RDAD OLOSEO RI1-2 O TEMPORARY WHITE EDGE LINES WI-4 L OR SI ++ < 01 N E AND MPoRARf SEQUENCE OWI-3(L) AN CYI CORSTROEIIOR THANXS YOU - SPEED LIMIT 00 1 R4-9 SPEED uMIT 00 • W13-1(00) R4-7 WI-6 R IUT MARKITHE <.. �r 00 FOR RIE OPPa51 0 CTK)N AW13-I(DO) 556SSSSSSS R2-1(00) C20-10 00 R2-I(OO) CASE NO. 3 TYPICAL APPLICATION ROAD CLOSURE USE OF ADJACENT SHOULDERS ation Sheet R ' LEGEN • CHANNELIZING DEVICE: FOR TYPE OF DEVICE TO BE USED. SEE THE SCHEDULE OF CONSTRUCTION TRAFFIC CONTROL DEVICES INCLUDED IN THE PLAINS. •� TYPE D BARRICADE CONCRETE BARRIER (TEMPORARY) W— FLAGGER 4— DIRECTION OF TRAVEL ® WORK AREA L TRANSITION TAPER I FNGTH L = MINIMUM LENGTH OF TAPER SPEED 45 MPH OR MORE: L - 5 x W 2 SPEED 40 MPH OR LESS: L - �- S = NUMERICAL VALUE OF SPEED LIMN OR 85 PERCENTILE SPEED W = WIDTH OF OFFSET SHOULDER TAPER = 1/3 L ADVANCE WARNING FLASHING OR SEOUENCING ARROW PANEL A = 100' (URBAN LOW SPEED) 350 (URBAN HIGH SPEED) 500' (RURAL) 1.000' (EXPRESSWAY / FREEWAY) CZ CLEAR ZONE (SEE GENERAL NOTE 16). THESE DEVICES ARE OPTIONAL. THEIR NEED SHALL BE DETERMINED BY DETOUR DESIGN AND/OR SCOPE OF CONSTRUCTION ACTIVITY. AND ARE REQUIRED WHEN THEY ARE INCLUDED IN THE SCHEDULE OF CONSTRUCTION CONTROL DEVICES. VARIES BUFFER SPACE (SEE GENERAL NOTE 21). REQUIRED WHEN WORK OCCUPIES THE LOCATION FOR MORE THAN 3 DAYS. _ FLASHING BEACON * KFY TO AOVAmrF zir`wmr. nlCTAAIY`FC ROAD TYPE DISTANCE A BETWEEN 8 SIGNS C URBAN <=40 MPH 100 too 100 URBAN >=45 MPH 350 350 350 RURAL 500 500 500 EXPRESSWAY FREEWAY 1000 1500 2640 Date: 07-04-06 Initials: KCM - Date: eommens Comments Colorado Deportment of Transportation totion TRAFFIC CONTROLS STANDARD PLAN NO. lification Date:07-04-06 Initials: JSW o 42D, East Arkansas Avenue OT Denver, Colorado 80222 FOR HIGHWAY �v—dot.state.ao.us/DesignSupport/ File Nome: S-630-1 (3 of 12) C= Phone: (303) 757-9543 Fax: (303) 757-9820 CONSTRUCTION S-630-1 YicroStutlon V8 Scale: Not to Scale units: English Q Staff Traffic Branch KCM/JSW Issued By. Traffic Engineering Unit July 4, 2006 Sheet No: 3 of 12 SPEED TEMPORARY OUBLE LIMIT YELLOW CENTERLINE WI-8a, O O R2-1(0) TEMPORARY WHITE EDGE LINE ,� ONCRETE BARRIER (TEMP) LI I II' it WI-8 C2 1 � L � wf-8 500' 500' L VARI k- \ BARRICADES 50 5 OD. Ij 15 0'± TYP may{ mm 11 ROAD R11-2 cLosEo EY2 SPEED CONSIRUC- LIMIT THANKS YOU RDAD 1 W24-I(l) WORK WI-6(L QQ SSS�S65� " ROAD DOD FT 00, G20-10 R2-I(0) WORN W13 I0 1500 D W20-1 ( ) SIGN SEOUENCE IS THE SAME FOR THE OPPOSITE DIRECTION W20-1 CASE NO. 4 TYPICAL APPLICATION ROAD CLOSURE, BYPASS DETOUR PROVIDED TEMPORARY YELLOW EDGE LINE BARRICADES 00' r . 1 . LANE !1 17ME 12 LANE 13 LANE 14 TRUCK MOUNTED ARENUATOR ROaD SPEED LEFT M (REQUIRED FORSHORT TYZ SPEEDDIIOTSED TERM SENDS N LIEU [OXSIRUCTION LIMIT 1 MILE E �I I ARROW PANEL OF BARRICADES) THANKS YOU 5555555555 0 0 W20-1 R2-I(00) W20-5(L) R2-I(0) W4-2(L) G20-10 R2-1(0) LEGEND CHANNELIZING DEVICE: FOR TYPE OF DEVICE i0 BE USED, SEE THE SCHEDULE - OF CONSTRUCTION TRAFFIC CONTROL DEVICES INCLUDED IN THE PLANS. TYPE 0 BARRICADE CONCRETE BARRIER (TEMPORARY) ff--' FLAGGER �-- DIRECTION OF TRAVEL ® WORK AREA L TRANSITION TAPER LENGTH: L = MINIMUM LENGTH OF TAPER SPEED 45 MPH OR MORE: L = S x W z SPEED 40 MPH OR LESS: L = 660 S - NUMERICAL VALUE OF SPEED LIMIT OR 85 PERCENTILE SPEED W =WIDTH OF OFFSET SHOULDER TAPER = 1/3 L ADVANCE WARNING FLASHING OR SEQUENCING ARROW PANEL CZ CLEAR ZONE (SEE GENERAL NOTE 16). THESE DEVICES ARE OPTIONAL. THEIR NEED SHALL BE DETERMINED BY DETOUR DESIGN AND/OR SCOPE OF CONSTRUCTION ACTIVITY, AND ARE REQUIRED WHEN THEY ARE INCLUDED IN THE SCHEDULE OF CONSTRUCTION CONTROL DEVICES. VARIES BUFFER SPACE (SEE GENERAL NOTE 21). • REQUIRED WHEN WORK OCCUPIES THE LOCATION FOR MORE THAN 3 DAYS. ®i TRUCK MOUNTED ATTENUAIOR )l - FLASHING BEACON CASE NO. 5 TYPICAL APPLICATION LANE Al CLOSURE. MULTILANE FREEWAY Computer File Information O Q. Q Q Sheet Revisions Colorodo Deportment of Tronsportotion 4201 East Arkansas Avenue OT Denver, Colorado 80222 ��� Phone: (303) 757-9543 Fox: (303) 757-9820 '"""" °' ""`""'"' Staff Troffic Bronch KCM/JSW TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION STANDARD PLAN NO. Creation Dale: 07-04-06 Initials: KCM Date: Comments Lost Modification Dote: 07-04-06 Initials: JSW 5-630-1 Pdol.slate.co.us/Desi nSuppork/ DFun rawingoth:www.File Name: S-630-1 (4 of 12) Issued By. Traffic Engineering Unit July 4, 2006 Sheet No. 4 of 12 CAD V— MicroStotion V8 Scale: Not to Scale units: En isH r M= M w M it M M M M M M r M r r M M rr rr rr r� rr r rr r� r r rr rr rr rr r rr rr r rr • TEMPORARY YELLOW EDGE UNE I I N BARRICADES 200' - . LANE f 1 -� AfE 12 - LANE IS UNE f4 LEGEN 00' 1 rrru^ ' N 1 N ~ D 1 500 1500' . 10 2640' 1 1000' L 2 L L VARIES 50p' 500' • CHANNELIZUIG DEVICE: FOR TYPE OF DEVICE TO BE USED, SEE THE SCHEDULE OF CONSTRUCTION TRAFFIC CONTROL DEVICES INCLUDED IN THE PLANS. ♦ TRUCK MOUNTED ATTENUATOR ♦ 1 ROAD SPEED EEn SPEED •: I © YY2 SPEED �� TYPE m BARRICADE WORE LIMIT 1C105[U LIMIT ARROW PANEL TEERUU15ETl1P5 'OR EDAfItREDRX LIMIT — CONCRETE BARRIER (TEMPORAfn') Qo hutM 00 ARROW PANEL WI-2(L) OF BARRICADES) THANKS YOU DD �--_ FLAGGER ( CASE NO. 6 sss-sssasss Rz 1 OO) W20-I R2-I DO) w20-Sa(L) R2-I(O0) W4-2(L) G20-70 ( �- DIRECTION OF TRAVEL TYPICAL APPLICATION ® WORK AREA • TEMPORARY WHITE iRANSIT10N TAP R N EDGE LINE BARRICADES L F I i 1 I I I I I I L O MINIMUM LENGTH OF TAPER UNE f I LANE /2 SPEED 45 MPH OR MORE: l = 5 . µ LANE 13 _ _ - - - - - - - - - _ SPEED 40 MPH OR LESS: L = W60T LANE 14 N -+ S NUMERICAL PERCENTILE SPEEDE OF ED LIMIT OR 85I I I W = WIDTH OF OFFSET L 2 L S00 SW 1000' L VARIES 500' S00' SHOULDER TAPER - I/3 L T640' 1500' I000' Q ADVANCE WARNING FLASHING OR _ _ SEQUENCING ARROW PANEL ROAp M PEED O I :� TRUCKMOMOTUNTED ATTENUATORR.'D PESO CZCLEAR ZONE (SEE GENERAL NOTE I6). WORKux[ IIOM1 MILE[IDSED LIMIT I .� MROW PANEL ARROW PMTEL(REQUIRED FOR SHORT LIMIT hMM Do w4-T(R) YOU THESE DEVICESAREOPTIONAL. THEIR PERMSETUPS IN LIEU 55E 00 ♦ NEED SHALL BE DETERMINED BY W20-1 R2-1(0p) W20-5a(R) R2-1(00) OF BARRICADE R2-1(00) DETOUR DESIGN AND/OR SCOPE OF W4-2(R) CASE NO, 7 G20-10 CONSTRUCTION ACTMIY, AND ARE TYPICAL APPLICATION REQUIRED WHEN THEY ARE INCLUDED LANE 03 CLOSURE MULTILANE FREEWAY IN THE SCHEanE DF CONSTRUCTION CONTROL DEVICES. At rfPE TEMPORARY WHITE- VARIES BUFFER SPACE (SEE 1 BARRIICADES EDGE LINE GENERAL NOTE 21). LANE )I 0 REQUIRED WHEN WORK OCCUPIES THE LANE 02 - - - - - - _ - - - - - - - - — LOCADON FOR MORE THAN S DAYS. LANE fD - - - - — I TRUCK MOUNTED ATTENUATOR LANE /4 500 500. 2640' 1500, 1000' L VARIES 500, SOO. R0A0 SPEED WORN LIMIT I MILE MINT ux[ -ACLOSED -A SPEED LIMIT a TRUCK MOKYZ SPEED UNTED ATTENUATOR C014TRUCIII OY LMIT ARROW PANEL (REQUIRED FOR SHORT TERM D D MILE THANKS YOU 00 W20-1 R2-I(00) W20-5(R) R2-1(00) w4-z(R> SETUPS IN LIEU Or BARRICADES) 555-5555555 R2-I(00) CASE NO, 8 czo-Io TYPICAL APPLICATION LANE 04 CLOSUR MULTILANE FRFFWA- Com Ater File Information 0ate: Sheet Revisions Colorado Department of Transportation TRAFFIC CONTROLS STANDARD PLAN NO. Creation Dale: Initials: KC M Comments n Date:06 Lost Modification Dale:07-04-06 Initials: JSW Q 4201 East Arkansas Avenue DOT Denver, Colorado 80222 FOR HIGHWAY Full Poth:www.dot.state.co.us/OesignSupport/ Q . Phone: (303) 757-9543 S-630-1 Drawing File Name: S-630-1 (5 of 12) Q V!MFax: (303) 757-9820 CONSTRUCTION CAD Ver.: MicroSlotion V8 Scale: Not to Seale units: En li5h Q Staff Traffic Branch KCM/JSW Issued By-, Traffic Engineering Unit July 4, 2006 Sheet No. 5 of 12 • TEMPORARY WHITE • 1 1 1 1 EDGE LANES y — — — — 1 1500' 1000' .. L -f/�'H-50t2640' 2L L � LEGEN ROAD WORK O SPEED LIMIT OO IWIT UN CLOS[D SPEED LIMIT ,� O a EDGE LINE , CHANNELIZINC DEVICE: FOR TYPE OF uw[R r O �IIL TY2 SPEED OF CONSTRUCTgN D.R SEE THE CONTROL OR aosio TRUCK MOUNTED ATTENUATOR C095IIUCYOY LIMIT DEVICES INCLUDED IN THE PLANS, ARROYI PANEL THANYS YOU t MILE hull[ OO ARROW PANEL AN[AD OO TYPE M BARRICADE RBARRRICADES) W20-1 R2-1 00 ( ) W20-5(R) R2-1(00) W4-2(R) W9-3a W12-1 SETUUPS EN LIEU OF ss5ssf5555 R2-I 00) — CONCRETE BARRIER (TEMPORARY) W9-3 C20-10 ( ) - ll FLAMER CASE N0, 9 DIRECRON OF TRAVEL CENTER TYPICAL APPLICATION LANE CLOSURE — MULTILANE FREEWAY ® WORK AREA • BARRICADES • TEMPORARY WHITE DC LINE LINE L TRANSITION TAPER LENGTH: ' 1 1 1 1 1 L- MINIMUM LENGTH OF TAPER SPEED 45 MPH OR MORE: L = S . W SPEED IO MPH OR LESS: L = S - NUMERICAL VALUE OF SPEED LIMIT 'L 1 2640 f•-50 1 1 I 1500' F— 500' 1000' L i--VNi. I 100'--1 0,,�"OT 1 OR 85 PERCENTILE SPEED' W . WIDTH OF OFFSELT ' Mom' SHOULDER TAPER - 1/3 L 5 K SPEED rAR UN SPEED LIMIT - DO TRUCK MOUNTED ATTENUATOR l NOT (REQUIRED FOR SHORT TERN PA55 SETUPS IN LIEU OF BARRICADES) PASS TIU WITH [OYSI9U[IIOY CARE TNANYS YOU SPEED LIMIT ADVANCE WARNING FLASHING OR Q SEOUENCINC ARROW PANEL -� [LOs[D 'h mlS OO ARROW PANEL RI-1 Ss}5555555 RI-2 OO CZ CLUB ZONE (SEE GENERAL NOTE 16). .1 R2 1(00) W20-5(R) R2-I(00) W4_2(R) C20-10 R2-I(OO) - THESE DEVICES ARE OPTIONAL. THEIR NEED SHALL BE DETERMINED BY DETOUR SCOPE CASE NO. tO ONSTRUCTIONNACTMTYR AND AREF TYPICAL APPLICATION EY CONNswUCTION+ IN E THE SCHEDULE WHEN THOF ONE LANE CLOSED — FOUR —LANE DIVIDED HIGHWAY CONTROL DEVICES. VARIES BUFFER SPACE (SEE GENERAL NOTE 21). • TEMPORARY WHITE EDGE LANE • PEOUIRED WHEN WORK OCCUPIES THE 1 LOCATION FOR MORE THAN 3 DAYS. 1 6=--- TRUCK MOUNTED ATTENUATOR y .0. CONCRETE BARRIER (TEMPORARY) WITH LIGHTS Creation Dole: 07-04-06 Initials: KCM Lost Modification Dote: 07-04-06 Initials: JSW Q Full Poth:www. dot. stale.co. us/Design Support/ Q Drawing File Nome: 5-630-1 (6 of 12) Q CAD Vec: MicroStalion V8 Scale: Not to Scale Units: English Q I Revisions Colorado Deportment of Transportation Comments East Arkanso9 13— FOR HIGHWAY OT Denver, Colorado 80222 222 Phone: (303) 757-9543 CONSTRUCTION Fo.: (303) 757-9820 57-95 Staff Traffic Branch KCM/JSW Issued By. Traffic Engineering Unit July 4, 2006 STANDARD PLAN NO. S-630-1 Sheet No. 6 of 12 • TEMPORARY WHITE EDGE LINES 1 1 1 F / 1 500 2640, ~ 1500' ~ 1000' L 1000' L 100'MMA%. 500 50D • • TRUCK MOUNTED ATTEN T. LEGEND - FOR SHORT TERM SETUPS OR = CRANNEUZING DEVICE: FOR TYPE OF ROAD SPEED SPEED O BARRICADES FOR LONG TERu DEVICE TO BE USED, SEE THE SCHEDULE Gxr LAN ' RU OF CONSTRUCTION INCLUDED TRAFFIC CONTROL woRK LIMIT SETUPS REQUIRED WHEN $PACE IYISPEED 1 MILE CLOSED LIMIT TEMPORARY RESET [ONSTPUCTION DEVICES INCLUDED IN THE PLANS. IhMIIE PERMITS. EXIT WHEN REQUIRED THANKS YOU LIMIT OO OO ARROW PANEI. TO MAINTAIN 55`r5553555 OO TYPE m BARRICADE VISW20-1 R2-I(00) W20-5(R) R2-I(00) W4-2(R) CASE NO, 12 G20-10 R2-I(Op) CONCRETE B4RRIER (TEMPORARY) TYPICAL APPLICATION OF TRAFFIC CONTROL ON FREEWAY NEAR AN OFF RAMP r- FLAGGER qq..--,���,. t✓ DIRECTION OF TRAVEL • TYPE III U="- TRUCK MOUNTED AnENUATOR ® WORK AREA BARRICADES (REQUIRED FOR SHORT TERM SETUPS IN • TEMPORARY WHITE 1 1 1 LIEU OF BARRICADES) EDGE LINE L TRANSITION TAPER IFNC.TH L L - MINIMUM LENGTH OF TAPER -�� - - - - - - - - - - - - - - - - - - - - - - - - SPEED 45 MPH OR MORE: L = S . W SPEED 40 MPH OR LESS: L = S S= NUMERICAL VALUE OF SPEED LIMIT 2640' ~5Po 1500' ~SO IODD L VARIES 500, OR B5 PERCENTILE SPEED i� IN = WIDTH OF OFFSET �Y� SOu TEMPORARY YELLOW SHOULDER TAPER = I/} L O O O O O EDGE UNE RDaO SPEED xi u SPEED KY2 ADVANCE WARNING FLASHING OR WORK LIMIT CLDSCD LIMIT I O ROAD �* CONSTRUCTION SPEED SEQUENCING ARROW PANEL 1 MI1E WORK ` THANKS YOU LFMIT hullE AHEAD ARROW PANEL SSS-5555555 OO C2 CLEAR ZONE (SEE GENERAL NOTE 16). W20-1 R2-1(00) W20-5(R) R2-I(OO) W4-2(R) W20-1 W4-3R G20-I0R2-I(OO) THESE DEVICES ARE OPTIONAL. THEIR SASE NO, 13 NEED SHALL BE DETERMINED BY DETOUR DESIGN AND/OR SCOPE OF TYPICAL APPLICATION OF TRAFFIC CONTROL ON FREEWAY BEFORE AN ON RAMP CONSTRUCTION ACTIVITY, AND ARE REOUIREO WHEN THEY ARE INCLUDED IN THE SCHEDULE OF CONSTRUCTION CONTROL DEVICES. • TEMPORARY' WHITE VARIES BUFFER SPACE SEE 72640' EDGEUNESGENERAL NOTE 21). • REQUIRED WHEN WORK OCCl1PIES THE LOCATION FOR MORE THAN 3 DAYS. TRUCK MOUNTED ATTENUATOR 1 1T500SOO.50* MIN. I500' 1000' L / IDo' MAK. 500' S00' ROAD SPEED Hi UN SPEED 1 YTELD �YRLE LIMIT CLOSED LIMIT ' \yI • TEMPORARY • OO iiMILE OO I ` O YELLOW R1-2 CDNSTAUCTK. EDGE LINES SPEED WTO-I R2-1(00) W20-5(R) R2-I(OO) W4-2(R) ROAD O LIMIT T WORK w3-2a HANKS YOU TRUCK MOUNTED SETUPS FOR AHEAD ARROW PANEL SHORT TERM SETUPS OR BARRICADES SSSSSSSSSS CASE N0. 1 4 W20-1 FOR LONG TERM SETUPS REQUIRED C20-10 R2-I(00) W4-1R WHEN SPACE PERMITS, TYPICAL APPLICATION OF TRAFFIC CONTROL ON FREEWAY ALLOWING ACCESS FROf� OM RAMP Computer Fite Information Sheet Revisions Colorado Deportment of Transportation TRAFFIC CONTROLS STANDARD PLAN NO. Creation Dote: utter 06 Initials: KCM Date: Comments Lost Modification Dale:07-04-06 Initials: JSW 42D1 East Arkansas Avenue FOR HIGHWAY DST Denver, Colorado 80222 Full Poth:www.dOt.5tOtC.co.us/DesignSuppork/ Q �� Phone: (303) 757-9543 S-630-1 Drawing File Nome: S-630-1 (7 of 12) o ---a Fox: (303) 757-9820 CONSTRUCTION CAD Ver.: MicroStatim VB Scale: Not to Scale Units: En Rsh Q Staff Traffic Bronch KCM/JSW Issued By. Traffic Engineering Unit July 4, 2006 Sheet No. 7 of 12 tHV / O SIGN SEQUENCE IS THE SAME FOR OPPOSITE DIRECTION TURN OFF i-•AY N.NIO vx�aa w20-7o W22-2 CASE NO.l5 TYPICAL APPLICATION - FOR BLASTING SPEED 1001 LIMIT R2-I(OO SIGN SEQUENCE IS THE SAME FOR OPPOSITE DIRECTION � I I (\/I1 • \ t•— SfID'�-J�Sf1f1'� • • I • • / . • AC SPEED LIMIT A 50'MININ. • ��. 00 J\ THIS TAPER MUST BE �BE ENOUGH NOT •� ®ROA. MI R oNE uN BE MISTAKEN FOR A RM �� O TRANSITION. W20-1 W20-4 W20-7o ITZ s0o- tounocno� TRARu rou $55-555-5555 CASE NO.17 G20-10 TYPICAL APPLICATION LANE CLOSURE, 2-LANE HIGHWAY, AT CURVE DESIRED 501M!� IO'MIN. 100'MA%IN. . •TEMPORARY WORK AHEAD W HITE EDGE LINE O W20-63 W20-7o Ed CASE NO. 16 TYPICAL APPLICATION G20-10 RAMP CONSTRUCTION WHERE PARTIAL RAMP IS CLOSED LEGEND • CHANNELIZING DEVICE: FOR TYPE OF DEVICE TO BE USED,SEE THE SCHEDULE OF CONSTRUCTION TRAFFIC CONTROL DEVICES INCLUDED IN THE PLANS. TYPE III BARRICADE CONCRETE BARRIER (TEMPORARY) r FLACCER �— DIRECTION OF TRAVEL WORK AREA L TRANSITION TAPER LENGTH: L = MINIMUM LENGTH OF TAPER SPEED 45 MPH OR MOREL = S x W SPEED 40 MPH OR LESS:L S = NUMERICAL VALUE OF SPEED LIMIT OR 85 PERCENTILE SPEED W = WIDTH OF OFFSET SHOULDER TAPER = 1/3 L ADVANCE WARNING FLASHING OR SEQUENCING ARROW PANEL CZ CLEAR ZONE (SEE GENERAL NOTE 16). THESE DEVICES ARE OPTIONAL. THEIR ♦ NEED SHALL BE DETERMINED BY DETOUR DESIGN AND/OR SCOPE OF CONSTRUCTION ACTIVITY AND ARE REQUIRED WHEN THEY AkE INCLUDED IN THE SCHEDULE OF CONSTRUCTION CONTROL DEVICES. VARIES BUFFER SPACE (SEE GENERAL NOTE 21). ♦ REQUIRED WHEN WORK OCCUPIES THE LOCATION FOR MORE THAN 3 DAYS. A KEY TO ADVANCE SIGNING DISTANCES ROAD TYPE DISTANCE BETWEEN SIGN A B C URBAN (<= 40 MPH) 100 100 IGO URBAN (>=45 MPH) 1 350 350 350 S RURAL 500 500 500 EXPRESSWAY/FREEWAY I 1000 1500 2640 uom user rue inTormotlon I (� (ED (M = I aneet Revisions Colorado Deportment of Transportation --t 4201 East Arkansas Avenue t„3 I Denver, Colorado 80222 ^i Phone: (303) 757-9543 -TM' - Fox: (303) 757-9458 Staff Traffic Branch KCM/KEN TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION STANDARD PLAN NO. Creation Date: 07/04/06 Initials: KCM Date: 03/05/07 Comments W20-1 & W20-4 SIGNS REVISED Lost Mod'f cation Date: 03/05/07 Initials: KEN 5-630-1 Full Path_: www.dot state.co.us/DesignSupport/ DrawingFile Name Sheet_5-630-01-8ofl3.d n Issued By: Traffic Engineering Unit March 5, 2007 Sheet No. 8 of 12 CAD Ver.: MicroStotion V8 Scale: Not to Scale Units: English r rr rr rr rr rr rr r� r� r■r r r r �r r rr r r r M M M M W M M M M M r M® M M M M M I Creation ROAD WORK ) AHEAD #C NR [YNSTRULIIYM W20-4 I I iHANNS YOU 5S&SSSiS55 G20-10 RxM MNE I I «osm (o1sTJ #B [UISR LRPY W20-5(R) I l - WORK iNANNS YOU AHEAD 555 5553555 #A G20-10 I I W20-I Iti L to- 1 • MIN. • TYPE Mr f - • . VARIES I ROAD TY2 WORN AHEAD fAYSIIU[11AY I iXA NRS YOU W20-1 SSSSSSi555 I � G20-10 CASE NO. 18 TYPICAL APPLICATION OF TRAFFIC CONTROL AROUND A WORK AREA N SIGN PLACEMENT SHOWN ON CASES 18 AND 19 TYPIFIES RURAL APPLICATIONS. URBAN APPLICATIONS REWIRE THE SIGNS TO BE PLACED WITHIN ONE, OR PERHAPS TWO, BLOCKS. uate: U7-U4-U6 Initials: KCM iificolion Dale: 07-04-06 Initials: JSW Q iswww.dot.state.co.us/Design5upport/ Q File Name: S-630-1 (9 of 12) 0 ROAD WORK IT AHEAD #C LANSIINLItlY iNANNS YOU W20-1 555.5555555 ONE UN ROAD G20-10 xx n # B W20-4 ONE LAN ROAD �•w l WORK O #A 11 x% n ANEAD IYP 50' MIN. W20-7. W20-4 W20-1ROAD CPYSIIUC11A1 W20-7a IDD' MA%. 10 iHANNS YOU • MIN. SSSSSSi555 #A #B #C G20-f0� 100' 1 10' MIN. • 0TYPE )Q BARRICADE jl #C 1 #B 1 #A VARIES I0' 1 MIN. 50 MIN. AHEAD / 500' A ROAD CPNSIPULIIPM WORK ONE �N O /W20-7o TNANNS YDU ' > ROAD #B SSSSSSi555 W20-I W20-4 W20-70 I ONE LAN G20-10 LU ,\`�jT//ROAD *C W20-4 G20-10 J/ ROAD WORK CASE NO, 19 AHEAD TYPICAL APPLICATION OF TRAFFIC CONTROL AROUND A WORK AREA NEAR AN INTERSECTION ROAD ROAD ROAD CLOSED CIOSED CLOSED �wf6�ExGD soo rt loco n R11-3 o-a TYPE S TYPE )Q W20-3 W20-3 R11R4 BARRICADE BARRICADE 500' S00' S 1 1 RIND CLOSED ROAD ROAD DETOUR OR a. DETOUR ¢s a�A CLOSED CLOSED ROAD I500 R AHEAD xwnc loco rt Soo rt CLOSED CASE NO, 20 t RIOR3 W20-3 W20-3 Rll-2 TYPICAL SIGNING W20-2 W20-2 R11-` FOR ROAD CLOSURE DETOUR M4-10 Colorado Department of Transportation TRAFFIC CONTROLS 4201 East Arkansas Avenue FOR HIGHWAY DOT Denver, Colorado 80222 Phone: (303) 757-9543 CONSTRUCTION Fax: (303) 757-9820 Staff Traffic Branch KCM/JSW Issued By Troffic Engineering Unit July 4, 2006 LEGEN CHANNELIZING DEVICE: FOR TYPE OF DEVICE TO BE USED, SEE THE SCHEDULE OF CONSTRUCTION TRAFFIC CONTROL DEVICES INCLUDED IN THE PLANS. TYPE M BARRICADE CONCRETE BARRIER (TEMPORARY) ■— FLAGGER �— DIRECTION OF TRAVEL ® WORK AREA L TRANSITION TAPER LENGTH: L = MINIMUM LENGTH OF TAPER SPEED 45 MPH OR MORE: L = S x.W SPEED 40 MPH OR LESS: L = 60 S = NUMERICAL VALUE OF SPEED LIMIT OR 85 PERCENTILE SPEED W = WIDTH OF OFFSET SHOULDER TAPER = 1/3 L . ADVANCE WARNING FLASHING OR SEQUENCING ARROW PANEL CZ CLEAR ZONE (SEE GENERAL NOTE 16). AL THESE DEVICES ARE OPTIONAL. THEIR NEED SHALL BE DETERMINED BY DETOUR DESIGN AND/OR SCOPE OF CONSTRUCBON ACTIVITY, AND ARE REQUIRED WHEN THEY ARE INCLUDED IN THE SCHEDULE OF CONSTRUCTION CONTROL. DEVICES. VARIES BUFFER SPACE (SEE GENERAL NOTE 21). • REQUIRED WHEN WORK OCCUPIES THE LOCATION FOR MORE THAN 3 DAYS. # KFY TO AOVANCF CI mwr. nICTANrrC ROAD TYPE DISTANCE A BETWEEN B SIGNS C URBAN <=40 MPH 100 I00 100 URBAN >=45 MPH 350 350 350 RURAL 500 500 500 EXPRESSWAY FREEWAY 1000 1500 2640 STANDARD PLAN NO. S-630-1 Sheet No. 9 of 12 S : %% CLOSED ALL iRArrIO NUit F%li X SPECIAL OR 2-PHASE VMS ROAD • TEMPORARY YELLOW CLOSED 'EDGE LINE ITT 1-2 TYPE III V\ (ON BARRICADES) BARRICADES O O LAE"D" LIMIT I .',' ,'I I: I �� ILL O O ARROW ARROW PANEL FALL Exrr R2-I(00) W20-5o(L) R2-1(00) W4-2(L) PANEL W4-2(L) R3-76 CASE NO. 21 TYPICAL APPLICATION FULL CLOSURE. MULTILANE FREEWAY LEGEND Q ADVANCE WARNING FLASHING OR SEOUENCING ARROW PANEL A THESE DEVICES ARE OPTIONAL. THEIR NEED WILL BE DETERMINED BY THE DESIGNER BASED ON DETOUR DESIGN AND/OR SCOPE OF THE CONSTRUCTION ACTMTY, AND ARE REQUIRED WHEN THEY ARE INCLUDED IN THE PLANS. • REQUIRED WHEN WORK OCCUPIES THE LOCATION FOR MORE THAN 3 DAYS, CHANNELIZING DEVICE: FOR TYPE OF DEVICE TO BE USED. SEE THE SCHEDULE OF CONSTRUCTION TRAFFIC CONTROL DEVICES INCLUDED IN THE PLANS. �—. TYPE IT BARRICADE r DIRECTION OF TRAVEL L TRANSITION TAPER LENGTH: L - MINIMUM LENGTH OF TAPER SPEED 45 MPH OR MORE: L = S . W z SPEED 40 MPH OR LESS: L = 60 S = NUMERICAL VALUE OF SPEED LIMIT OR 85 PERCENTILE SPEED W = MOTH OF OFFSET SHOULDER TAPER - 1/3 L Ar CLOSURE AND EXIT MESSAGES ON SIGN LEGEND(S) SHOULD BE MODIFIED TO FIT THE SITUATION. E%IT EXIT CLOSED CLOSED • TEMPORARY WHITE E5-7o E5-2o 1 1 I 1 r EDGE'UNE (ON BARRICADES) (ON BARRICADES) %%%CLOSED%li uiC xxxxxxxxx EXIT CLOSCD E%IT CLOSED Exli AAA • TEMPORARY WHITE E5-2a E5-2o SPECIAL OR EDGE LINE (ON BARRICADES) (ON BARRICADES) r r 500' ...� - 2-PHASE VMS III ~ r • 500 2640' 1600 1000 660' TAPER RI 1320' BARRICADES r - Ru E . 500' S00' NO, 22 BARRICADES CASE NO. 23 TYPE III SION -gI�zMS OCASE ARROW PANEL TYPICAL APPLICATION TYPICAL APPLICATION wzD-s(R) CONTINUOUS LANE RAMP CLOSURE. MULTILANE FREEWAY SIMPLE RAMP CLOSURE. MULTILANE FREEWAY %% WZO-5(R) W4-2(R) " OLOSEO USEE�XIXx,�AXxX 82-1(00) NOT 1, NOTICE OF EXIT CLOSURE SHALL ALSO BE GIVEN IN ADVANCE OF THE PREVIOUS EXIT TO PROVIDE X SPECIAL OR MOTORISTS NTH THE OPTION TO EXIT AT THAT LOCATION. . 2-PHASE VMS 2. ADDITIONAL SIGNING TO REDIRECT DETOURED TRAFFIC SHALL BE PROVIDED FOR IN THE PROJECTS METHOD OF HANDLING TRAFFIC. .. 3. FOR LONG TERM SETUPS, A BLACK ON ORANGE -EXIT CLOSED- (0-20 PANEL SHALL BE MOUNTED DIAGONALLY ACROSS ALL EXISTING GUIDE SIGNS THAT PERTAIN TO THE CLOSED EXIT. Com uter File Informotion Creation Dote: 07-04-06 Initials: KCM Q Qom. Q Dote: Sheet Revisions Comments Colorodo Deportment of Tronsportotion 4201 East Arkansas Avenue Denver, Colorado 80222 Phone: (303) 757-9543 Fox: (303) 757-9820 Stoff Traffic Bronch KCM/JSW TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION STANDARD PLAN NO. Last Modification Dote:07-04-06 Initials: JSW S-630-1 Full Poth:www.dot.stote.co.us/DesignSupporl/ Drawing File Name: S-630-1 (10 of 12) CAD Ver.: MicroSlalion V8 Scale: Not to scale units: English Issued By. Traffic Engineering Unit July 4, 2006 Sheet No. 10 of 12 SECTION 00020 INVITATION TO BID 0 E u ul 1 Rev10/20/07 Section 00020 Page 2 J M M M MM M i M Mon M MMM MMM M SIGN SEQUENCE IS THE SAME FOR THE OPPOSITE DIRECTION LEGEND 4— DIRECTION OF TRAVEL ♦ THESE DEVICES ARE OPTIONAL. THEIR NEED WILL BE DETERMINED BY THE DESIGNER BASED ON DETOUR DESIGN AND/OR SCOPE OF THE I I I CONSTRUCTION ACTIVITY,AND ARE REOUIRED WHEN THEY ARE INCLUDED IN THE PLANS. 500' 250' S00' (ELATED 250' FLASHING BEACON VARIES 500' 750' LIMITS OF ACTIVE WORK OR CONSTRUCTION HAZARDS 500' A ' 1` G20-5 ZONE G20-5 ZONE G20-5 XYZ SP[[D ♦ NLIYgTQQR2-1(DO) QO Rz-1(00) DOUBLE 56sss6s56 OQ DOUBLE FINES NOTESTD BE PROVIDED EVERY CASE NO.24 G20-10 R2-1(00) 1. SIGNS SHALL NOT BE PLACED SOONER THAN FOUR HOURS BEFORE WORK IS TO BEGIN AND SHALL BE INt R52-6a 2600'OR AS DIRECTED R52-6b REMOVED AS SOON AS WORK ACTIVITIES ARE CONCLUDED UNLESS POTENTIAL HAZARDS INTRODUCED u BY THE ENGINEER. TYPICAL APPLICATION A RESULT THE WORK ARE STILL PRESENT Al THE EN d OF THE WORK DAY. IF SIGNS ARE LEFT IN PLACE R52-60 SHALL BE A STEP-DOWN SPEED IS REOUIRED WHEN AFTER WORK ACTIVITIES THE TRAFFIC CONTROL SUPERVISOR SHALL MAKE AN ENTRY IN THEIR DAILY W20-1 PLACED NTHAN OT MORE THERE IS MORE THAN A IS MPH DIFFERENCE "FINES DOUBLE IN WORK ZONE" SIGNING DIARY THAT JUSTIFIES ACTIVITIES, USE. THE FIRSTSPEEDBETWEEN THE NORMAL SPEED LIMIT AND THE (WITH SPEED REDUCTION) LIMIT SIGN ARRAY. CONSTRUCTION ZONE SPEED LIMIT. "HAZARDS" INCLUDE BUT ARE NOT LIMITED TO: EDGE DROP OFFS WORK EQUIPMENT, WORKERS OR NON -SHIELDED OBJECTS IN THE CLEAR ZONE ZONE G20-5 ADDITIONAL SIGNS SHOULD BE ROUGH PAVEMENT ADDED AFTER ALL ACCESSES MAJOR CHANGE IN ALIGNMENT THAT FEED SIGNIFICANT TRAFFIC REDUCED SHOULDER WIDTH SIGN SEQUENCE IS THE SAME TEMPORARY GUARD RAIL OR BARRIER FOR THE OPPOSITE DIRECTION — flNE9 R2-6 TO THE HIGHWAY. LANE CLOSURE DOUBLE a. 2. "FINES DOUBLE" SIGNS SHALL ONLY BE PLACED WHERE WORKERS ARE PRESENT IN THE ROADWAY OR CLEAR ZONE OR ARE AT RISK,OR WHERE THERE ARE HAZARDS IN THE TRAVELWAY, SHOULDERS OR CLEAR ZONE. 3. "FINES DOUBLE" SHOULD BE PLACED SO THAT MOTORISTS IMMEDIATELY ASSOCIATE THE SIGNS WITH PRESENT WORK ACTIVITIES. IF THE ZONE OF WORK ACTIVITY MOVES, THE SIGNS SHOULD BE MOVED t I ACCORDINGLY. I I I 500' 250' 25p 4. SIGNING SHOWN IS REQUIRED TO ENFORCE DOUBLE FINES IN A WORK ZONE. ADDITIONAL SIGNING SHALL BE IN ACCORDANCE WITH THAT NORMALLY REQUIRED FOR THE PARTICULAR WORK ZONE. PLACEMENT OF "FINES DOUBLE" SIGNING MAY BE ADJUSTED AS NEEDED TO PROVIDE A MINIMUM 250'SPACING BETWEEN VARIES LIMITS OF.IVE WORK OR CONSTRUCTION RELATED HAZARDS 500' S00' OTHER SIGNING REQUIRED FOR THE SPECIFIC WORK ZONE SETUP. WDIJR •ZONE: G20-5 M�pPo( C20-5 SPA LIAR q2-1(pp) FNES R2-6 ADDITIONAL SIGNS SHOULD BE ADDED AFTER ALL ACCESSES THAT FEED SIGNIFICANT TRAFFIC QQ DOUBIE TO THE HIGHWAY. t! R52-6a SHALL BE PLACED NOT ZONE G20-5 FINES MORE THAN 500'BEFORE THE ♦ D LIMITS OF ACTIVE WORK OR CONSTRUCTION REEATEO MAZMDS.R2-6 XVZ 71MN(S YW M � DOUBLE NOAD TO BE PROVIDED EVERY CASE NO. 25 R52-6o ro0 2600'OR AS DIRECTED Vym tNZONE G25 R2-I(00) rc BY THE ENGINEER. TYPICAL APPLICATION R52-6b W20-1 "FINES DOUBLE IN WORK ZONE" SIGNING (WITHOUT SPEED REDUCTION) Computer File Information Sheet Revisions Colorado Deportment of Trans art O 10 Creation Date: 07/04/06 Initials: KCMCE) 'Dote: Comments w Lost Modification Dole: 07/31/08 Initials: KEN (� 07/31/08 R2-6 SIGNS REVISEDsij ,7 4201 East Arkansas Avenue Denver, Colorado 80222 Full Path: www.dot.stote.co.us/[)esignSupport/ ....:,�«- Phone: (303) 757-9543 Drawing File Name: Sheet_5-630-0I_I1013.d n -�" — -azT^..!a>=::= Fox: (303) 757-9458 CAD Ver.: MicroSlaliun V8 Scale: Not to Scale Units: English Staff Traffic Branch KCM/KEN TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION Issued By: Traffic Engineering Unit July 31, 2008 STANDARD PLAN NO. S-630-1 Sheet No. 11 of 12 THESE SIGNING NOTES ARE INTENDED AS A QUICK REFERENCE FOR TYPICAL SIGN USE AND PLACEMENT IN CONSTRUCTION ZONES. G20-1 'ROAD/WORK/NEXT IN MILES' - THIS SIGN SHALL BE ERECTED AT THE LIMITS OF ANY ROAD CONSTRUCTION OR MAINTENANCE PROJECT OF MORE THAN 2 MILES IN LENGTH WHERE TRAFFIC IS MAINTAINED THROUGH THE PROJECT. C20-10 THANK YOU SIGN - THIS SIGN SHOULD BE ERECTED APPROXIMATELY 500 FEET BEYOND THE . END OF THE PROJECT. C20-4 'PILOT CAR/FOLLOW ME - THIS SIGN SHALL BE MOUNTED IN A CONSPICUOUS POSITION ON THE REAR OF A VEHICLE USED FOR GUIDING ONE-WAY TRAFFIC THROUGH OR AROUND BILE PROJECT. M4-9O 'DETOUR/«««' - THIS SIGN 6 USED FOR UNNUMBERED ROUTES: FOR USE IN EMERGENCY SITUATIONS: FOR PERIODS OF SHORT DURATION; OR WHERE. OVER RELATIVELY SHORT DISTANCES. IT IS NOT NECESSARY TO SHOW ROUTE MARKERS TO GUIDE TRAFFIC ALONG ME DETOUR AND BACK TO ITS AUTHORIZED ROUTE. M4-10() _DETOUR ARROW' - THIS SIGN SHOULD BE MOUNTED JUST BELOW THE ROAD CLOSED SIGN AT THE POINT WHERE THE DETOUR ROADWAY OR ROUTE HAS BEEN ESTABLISHED DUE TO THE CLOSURE OF THE STREET OR HIGHWAY TO THROUGH TRAFFIC. R2-1( J "SPEED/LIMIT/XX' - THESE SIGNS ARE UNTENDED TO REDUCE TRAFFIC SPEED IN ADVANCE OF ME ONLY WORK AREA WITHIN THE OVERALL PROJECT LIMITS. R2-1(XX) 'SPEED/LIMIT/XX' - THIS SIGN IS INTENDED FOR USE 500 FEET PAST THE 'THANK YDU" SIGN TO BRING TRAFFIC BACK TO ORIGINAL POSTED SPEED. R11-2 -ROM/CLOSED' - THIS SIGN IS TO BE MOUNTED ON THE BARRICADE THAT 6 PLACED BEFORE THE WORK ZONE ENTRANCE TO PROHIBIT TRAFFIC FROM ENTERING THE WORK ZONE. R11-3 )ROAD CLOSED/X MILES AHEAD/LT.O. - THIS SIGN SHOULD BE PLACED WHERE THROUGH TRAFFIC MUST DETOUR TO AVOID THE CLOSURE OF THE ROAD SOME DISTANCE BEYOND, BUT WHERE THE ROAD 6 OPEN TO LOCH. TRAFFIC UP TO THE POINT OF CLOSURE. R11-4 'ROAD CLOSED/TO/THRU TRAFFIC' FOR URBAN USE - THIS SIGN SHOULD BE PLACED WHERE THROUGH TRAFFIC MUST DETOUR TO AVOID THE CLOSURE OF THE ROAD SOME DISTANCE BEYOND, BUT WHERE THE ROAD IS OPEN TO LOCK TRAFFIC UP TO THE POINT OF CLOSURE. Wl-l() -TURN ARROW' - THIS SIGN IS INTENDED FOR USE WHERE ENGINEERING INVESRGATIONS OF ROADWAY CONDITONS SHOW THE RECOMMENDED SPEED ON THE TURN TO BE 30 MPH OR LESS.* WI-2( ) 'CURVE ARROW' - THIS SIGN IS INTENDED FOR USE WHERE ENGINEERING INVESTIGATIONS OF ROADWAY CONDITIONS SHOW THE RECOMMENDED SPEED ON THE CURVE TO BE IN THE RANGE BETWEEN 30 AND 60 MILES PER HOUR. * WI-3() -REVERSE TURN ARROW - THIS SIGN 15 INTENDED FOR USE WHERE TWO TURNS OR THE CURVE AND A TURN IN OPPOSITE DIRECTIONS ARE SEPARATED BY A TANGENT OF LESS THAN 6DO FEET. W1-4() -REVERSE CURVE ARROW - THIS SIGN IS INTENDED FOR USE WHERE TWO CURVES IN OPPOSITE DIRECTIONS ARE SEPARATED BY A TANGENT OF LESS THAN 600 FEET. * WI -6( 'ARROW - THIS SIGN SHOULD BE MOUNTED ,UST BELOW THE ROAD CLOSED SIGN AT THE POINT WHERE THE DIVERSION HAS BEEN ESTABLISHED DUE TO THE LANE CLOSURE. W3-2 '7ELD AHEAD' - THIS SIGN 6 INTENDED FOR USE AT THE APPROACH TO THE YIELD SIGN THAT IS NOT VISIBLE FOR A SUFFICIENT D67ANCE TO PERMIT THE DRIVER TO BRING HIS VEHICLE TO A STOP AT THE YIELD SIGN.* W4-2 -EFT (RIGHT) VANE TRANSITION SYMBOL' -'THIS SIGN IS INTENDED FOR USE IN ADVANCE OF THE REDUCTION IN THE NUMBER OF TRAFFIC LANES IN THE DIRECTION OF TRAVEL ON THE MULTILANE HIGHWAY. W5-1 'ROAD NARROWS' - THIS SIGN 6 INTENDED FOR USE IN ADVANCE OF THE TRANSITION ON THE ROAD WHERE THE PAVEMENT WIDTH 6 REDUCED ABRUPTLY TO A WIDTH SUCH THAT TWO CARS CANNOT PASS WITHOUT REDUCING SPEED. * W5-2a -NARROW BRIDGE SYMBOL" - THIS SIGN 6 INTENDED FOR USE IN ADVANCE OF A BRIDGE OR CULVERT KNVING A CLEAR TWO-WAY ROADWAY WIDTH OF 16 TO 18 FEET OR ANY BRIDGE OR CULVERT HAVING A ROADWAY CLEARANCE LESS THAN THE WIDTH OF THE APPROACH PAVEMENT, W5-3 'ONE LANE/BRIDGE- - THIS SIGN SHOULD BE PLACED ON TWO-WAY ROADWAYS IN ADVANCE OF ME BRIDGES OR CULVERTS WHERE THE ROADWAY MOTH IS LESS THAN 16 FEET (18 FEET FOR COMMERCIAL VEHICLES) OR WHEN THE ALIGNMENT 6 POOR ON THE APPROACH TO THE STRUCTURE HAVING A CLEAR ROADWAY WIDTH OF 18 FEET OR LESS. W6-I 'DIVIDED HICHWAY SYMBOL' - THIS SIGN SHOULD BE PLACED ON THE APPROACHES TO THE SECTION OF HIGHWAY WHERE OPPOSING FLOWS OF TRAFFIC ARE SEPARATED BY A PKYSrk MEDLIN W6-2 _DIVIDED HIGHWAY ENDS SYMBOL' - THIS SIGN SHOULD BE PLACED AT THE END OF THE SECTION OF PHYSICALLY DIVIDED HIGHWAY AS A WARNING OF TWO-WAY TRAFFIC AHEAD. TYPICAL CONSTRUCTION ZONE SIGNS 06-3 'TWO-WAY TRAFFIC SYMBOL' - THIS SIGN IS INTENDED FOR USE TO GIVE WARNING OF TRANSITION FROM A SEPARATED ONE-WAY ROADWAY TO A TWO-WAY ROADWAY. * W7-1 'HILL SYMBOL' - THIS SIGN SHOULD BE PLACED AT A POINT IN ADVANCE OF THE DOWNGRADE WHERE THE LENGTH, PERCENT OF GRADE. HORIZONTAL CURVATURE, OR OTHER PHYSICAL FEATURES REWIRE SPECK CONSIDERATION ON THE PART OF DRIVERS. * W8-I.W8-2 'BUMP'/ -VP' - THESE SIGNS ARE INTENDED FOR USE TO GIVE WARNING OF A SHARP RISE OR DEPRESSION IN THE PROFILE OF THE ROAD THAT 6 SUFFICIENTLY ABRUPT TO AFFECT VEHCLE OPERATION OR CAUSE CONSIDERABLE DISCOMFORT TO PASSENGERS. * W8-3o 'PAVEMENT ENDS SYMBOL' - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF A POINT WHERE THE PAVEMENT SURFACE CHANGES FROM A HARD -SURFACED PAVEMENT TO THE LOW -TYPE SURFACE OR FAITH ROAD. * W8-4 'SOFT SHOULDER' - THIS SIGN IS INTENDED FOR USE TO WARN OF A SOFT SHOULDER CONDITION THAT COULD PRESENT A PROBLEM TO VEHICLES THAT MAY GET OFF THE PAVEMENT. * W8-5 'SLIPPERY WHEN WET SYMBOL' - THIS SIGN SHOULD BE PLACED IN ADVANCE OF THE CONDITION WHERE THE HIGHWAY SURFACE IS SUPPERY BEYOND WHAT 6 ORDINARY WHEN WET. * W8-9a 'SHOULDER DROP-OFF' - THIS SICK 6 INTENDED FOR USE IN ADVANCE OF A SHOULDER DROP-OFF THAT EXCEEDS THREE INCHES IN HEIGHT. * W8-11 'UNEVEN LANES" - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF AN UNEVEN ADJACENT LANE SITUATION THAT EXCEEDS ONE INCH IN HEIGHT. * W9-I() 'LEFT (RIGHT) LANE ENDS" - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF THE PAVEMENT WIDTH TRANSITION SIGN (W4-2). W9-2() LANE ENDS/MERGE LEFT (RIGHT)' - THIS SIGN IS INTENDED FOR USE AS A SUPPLEMENT TO THE PAVEMENT WIDTH TRANSITION SIGN (W4-2). W9-3 OR 'CENTER LANE CLOSED AHEAD" - THIS SIGN SHOULD BE USED IN ADVANCE OF THE POINT W9-3o() WHERE WORK OCCUPIES THE CENTER LANE AND MASTIC IS DIRECTED TO THE RIGHT OR LEFT OF THE WORK ZONE. * W12-1 'DOUBLE ARROW SYMBOL' - THIS SIGN SHOULD BE PLACED AT THE POINT OF THE OBSTRUCTION IN THE ROADWAY, WHERE TRAFFIC IS PERMITTED TO PASS ON EITHER SIDE OF THE OBSTRUCTION, W12-2 TOW CLEARANCE SYMBOL' - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF AN OBSTRUCTION TO WARN VEHICLE OPERATORS OF CLEARANCES LESS THAN THE MAXIMUM VENCLE HEIGHT PERMITTED PLUS 12 INCHES. * W13-1( ) 'ADVISORY SPEED PLAQUE' - THIS SIGN 6 INTENDED TO SUPPLEMENT WARNING SIGNS ONLY AND SHALL NOT BE MOUNTED ALONE. IT IS USED TO INDICATE THE MAXIMUM RECOMMENDED SPEED FOR THE INDICATED CONDITION. W20-1 'ROAD/WORK/AHEAD' - THIS SIGN IS TO BE LOCATED IN ADVANCE OF THE INITIAL ACTIVITY OR DETOUR A DRIVER MAY ENCOUNTER. AND IS INTENDED TO BE USED AS A WARNING OF OBSTRUCTIONS OR RESTRICTIONS. W20-2 -DETOUR/(DIST.)' - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF THE POINT AT WHICH TRAFFIC 6.DIVERTED OVER A TEMPORARY ROADWAY OR ROUTE. W20-3 'ROAD/CLOSED/(DISF)' - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF A POINT AT WHICH A ROADWAY IS CLOSED TO ALL TRAFFIC OR TO ALL BUT LOCAL TRAFFIC. W20-4 'ONE LANE/ROAD/(GIST.)" - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF A POINT WHERE TRAFFIC IN BOTH DIRECTIONS MUST USE,A SINGLE LANE. W20-5() 'XXX LANE/CLOSED/(DIST.)' - THIS SIGN 6 INTENDED FOR USE IN ADVANCE OF A POINT WHERE ONE LANE OF A MULTIPLE -LANE ROADWAY IS CLOSED. IT SHOULD BE PROVIDED WITH INTERCHANGEABLE PLAQUES READING"RIGHT'. 'LEFT', AND 'CENTER' At NO ADDITIONAL COST TO THE PROJECT. W20-7o 'FLAGGER SYMBOL' - THIS SIGN 15 INTENDED FOR USE IN ADVANCE OF ANY POINT AT WHICH A FLAGLER HAS BEEN STATIONED TO CONTROL TRAFFIC THROUGH OR AROUND THE PROJECT. * W20-52 "GROOVED/PAVEMENT/AHEAD' - THIS SIGN IS INTENDED TO BE USED IN ADVANCE OF A ROADWAY MAT HAS BEEN GROOVED AND/OR ROTO MILLED. W21-10 'WORKER SYMBOL' - THIS SIGN IS INTENDED FOR USE IN CONJUNCTION WITH MINOR MNNTENANCE AND PUBLIC UTILITY OPERATIONS FOR THE PROTECTION OF MEN WORKING IN OR NEAR THE ROADWAY. W21-2 'FRESH/OIL - THIS SIGN 6 INTENDED FOR USE WHERE RE -SURFACING OPERATIONS HAVE RENDERED THE SURFACE OF THE PAVEMENT TEMPORARILY WET, AND OBJECTIONABLE SPLASHING ON VEHCLES MAY OCCUR. * W21-3 'ROAD/MACKNERY/AHEAD' - THIS SIGN 6 INTENDED FOR USE IN ADVANCE OF THE AREAS WHERE HEAVE EQUIPMENT IS OPERATING IN OR ADJACENT TO THE ROADWAY. * W21-4 "ROAD/WORK/(DIST.)" - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF MNNIENANCE FOR MINOR RECONSTRUCTION OPERATIONS IN THE ROADWAY, W21-5 "SHOULDER/WORK - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF THE PROJECT INVOLVING THE SHOULDER. WHERE THE TRAVELED WAY REMAINS UNOBSTRUCTED, W21-6 "SURVEY/CREW" - THIS SIGN 6 VNTENOED FOR USE IN ADVANCE OF A POINT WHERE A SURVEYING CREW 6 WORKING IN OR ADJACENT TO THE ROADWAY. »[ W22-1 'BLASTING/ZONE/(DIST.)" - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF ANY POINT OR WORK SITE WHERE MERE ARE EXPLOSIVES BEING USED. ME W22-2 AND W22-3 SIGNS MUST BE USED IN SEQUENCE WITH THIS SIGN. W22-2 "TURN OFF/2-WAY RADIOS/AND/CELLULAR/PHONES' - THIS SIGN 6 TO BE USED IN SEQUENCE WITH THE W22-1 AND W22-3 SIGNS AND PLACED AT LEAST 1000 FEET FROM THE BEGINNING OF THE BUSING ZONE. W22-3 'END/8LAS1ING/ZONE' - THIS SIGN 6 TO BE USED TO DENOTE THE END OF THE RADIO INFLUENCE AREA AND SHALL BE ARCED A MINIMUM OF 1000 FEET FROM THE BUSTING ZONE, EITHER WITH OR PRECEDING THE END CONSTRUCTION SIGN. ADVANCE PLACEMENT DISTANCE (FEET) ++CONOITDN B: DECLARATION TO THE LISTED ADVISORY SPEED o g + (MPH) FOR THE CONDITION MPH 0 10 20 30 40 50 60 70 20 225 • • -- -- -- -- -- -- 25 325 • • O -- -- -- -- -- 30 450 • • __ __ __ __ __ 35 550 • • • • __ __ __ __ 40 650 125 • • • -- -- -- -- 45 750 175 125 • • • -- -- -- 50 850 250 200 150 100 • -- -- -- 55 950 325 275 225 175 100 • -- -- 60 1100 400 350 300 250 175 • -- -- 65 1200 475 425 400 350 275 175 0 -- 70 1250 550 525 500 425 350 250 150 -- 75 1350 650 621 600 525 4SO 1. 2. 1. +CONDITION A SPEED REDUCTION AND LANE CHANGING IN HEAVY TRAFFIC, TYPICAL SIGNS ARE *MERGE' AND 'RIGHT LANE ENDS'. ++ CONDITION B: TYPICAL CONDITIONS ARE THE WARNING OF A POTENTIAL STOP SITUATION AND LOCATIONS WHERE THE ROAD USER MUST DECREASE SPEED TO MANEUVER THROUGH THE WARNED CONDITION. TYPICAL SIGNS ARE STOP AHEAD', 'SIGNAL MEND'. 'IELO AHEAD', 'CURVE', 'REVERSE CURVE', 'TURN'. • NO SUGGESTED DISTANCES ARE PROVIDED AT THESE SPEEDS. AS THE PLACEMENT 6 DEPENDENT ON SITE CONDITIONS AND OTHER SIGNING. A SUPPLEMENTAL PLAQUE MAY BE USED WITH WARNING SIGNS SPECIFYING THE DISTANCE TO THE CONDITION IF THERE IS AN IN-BETWEEN INTERSECTION THAT MINT CONFUSE THE MOTORIST. * PLACEMENT SHOULD BE IN ACCORDANCE WITH WARNING SIGN PLACEMENT TABLE. Computer File Information . Sheet Revisions Colorodo Deportment of Tronsportotion TRAFFIC CONTROLS STANDARD PLAN NO. Creation Dote: 07-04-06 Initials: KCM Dale: Comments 4201 East Arkansas Avenue OT FOR HIGHWAY Last Modification Oate:07-04-06 Initiols: JSW Q Denver, Colorado 80222 Phone: 7 5-630-1 :w Full Pothww.dot.slole.co.us/DesignSupporl/ Q �� (303) Fax: (303) 757-9820 3 9820 CONSTRUCTION Drawing File Noma: 5-630-I (72 of 12) Q Stoff Troffic Bronch KCM/JSW Issued By. Traffic Engineering Unit July 4, 2006 Sheet No. 12 of 12 CAD Ver.: Microslalion V8 Stole: Not to stole Units: English Q M M M M IM SWIM M M M� M M M M M M r r COLORADO DEPARTMENT OF TRANSPORTATION O Region 4 Address: 1420 2nd street Greeley, CO 80631 � , Phone: (970) 350-2153 FAX: (970) 350-2178 Right of Way Plans Unit: DGM r`r1Nl\7CNITIr1NIAl C:lr`NIC C.." tine - - _ % L..aal nn nroeeny « rroa a v' ^ cly uroil, Rwlro,d E.i,ti.9 R99a _________-___ c9 v.l a Acc•,s iIi Ii Acesa d.Ned or aced r'�' °•_ _ _ �y .�_;_ _ _ Rigel es w,y Ur. — urn -�� ai — - _ _ _ _ Prot«tea by nary (MFQin Location) _ _ _ TOP of Cute — — — — — — — — — — — — — — - — — — To. al F3I. -- — — . — Bortad w e Fmue -a—g— — — — — — — cndin u.n F.nc. .— wb. — Com,inatio° F«c. — Sn9r F.nce- - For- 0— F.— .a , 00walla°.,ref R I., Ln.a { ,. JI( •.. 4.w.we Q .. a a...e.., Elee. Trana. Tore. • [,Nti • .,. • .wa�a • ,a a ,..ana 8,6.d Tel.Coale -- —. ..ied -- Cade ___------_s.______o______ a, coin ___s.__-----______ .______,—,��°_s_. ul win --'._ — °-----------•°—.—.=. slarm Road ApOroccM1a, CWr Rrts��arains I BrM9ea NW CORNER SECTION 2: FOUND 3 1/4' ALUM. CAP. IN MON. BOX STAMPED PLS 5028 PER MONUMENT FILED MARCH 11, 1996 BY PLS# 28285 w = u. i 1p ezH WEST 1/4. CORNER SECTION 2; 3 FOUND 3 1/4" ALUM, CAP, IN MON.'BOX. STAMPED PLS 5028 PER MONUMENT FILED MARCH 11, 1996 BY PLS# 28265 BASIS OF BEARINGS All bearings are based on The west line of the northwest quarter of Section 2, Township 6 North Range 69 West bearing North 00. degrees 17 m nutes 56 second East a distance of 2642.28 feet based upon CPS observation, momumented as shown. Sheet Revisions CITY OF FORT COLLINS TRANSPORTATION DIVISION RIGHT OF WAY PLAN OF PROPOSED FEDERAL AID PROJECT NO. AQC M455-074 HARMONY/SHIELDS INTERSECTION IMPROVEMENTS LARIMER COUNTY RIGHT OF WAY T.7N. T.BN R.69N. — 13 ,)....... WS \ `,: 9 % M61I)ellands 34 oy W 35/ SfA 57+61.58 END PROJECT i r... 1/ HARMUNIY ROAU)'�I, • i T.7N. STA 36+99.37 BEGIN PROJECT R.60W. SCALE: 1r.1500' S OF I- 1DRAWING HOS "=50'¢ OWNERSHIP MAP - 1"=100' LENGTH OF PROJECT 0.39 MILES Title Sheet INDEX OF SHEETS 1 Title Sheet 2-2A Tabulation of Properties 3-3A Survey Control Diagram 4 Monumentotion Sheets 5-7 Plan Sheets 8-9 Ownership Maps REG10N IV APPROVAL BLOCK rn.s. Right-ot-Way plans non been —Arrod d appear to moot minimom Fo Aoml Standards wuE WR COLORADO DEPARTMENT OF TRANSPORTATION O Regfon 4 Ljt�"14" Address. 1420 2nd street (970) 350-2153 FAX: (970) 350-2178 Greeley.80631 Ph(9 .10 Phone: Right of Way Plans Unit: DGM Sheet Revisions Sheet Revisions Sheet Revisions Right of Way Plans oa os acHs[o sx¢r xtnenx llx "` Tabulation of Pro ti do Properties Sheet Pro'ecl Number. M455-0 Project Location: HARMONY SHIELDS INTERSEC.IMP Pro'ecl Location:TT o.t. s IM s t: sheet No. TO No. of shear uszz z-zs-ae or z z s R.O.W. TABULATION OF PROPERTIES IN LARIMER COUNTY HARMONY ROAD/SHIELDS STREET PARCEL N0. OWNER ADDRESS LOCATION AREA IN SQUARE FEET (AC=ACRES) BOOK— PAGE REMARKS A AREA OF PARCEL EXISTING ROW NET AREA LEFr RIrHT T7N, R69W 6TH P.M. SE 1/4 SEC 34 1 DARRELL KNUDSON PO BOX 1001 16.6231 16,623i 14.212 ACt TUSTIN, CA 92781 PE1 (SAME AS ABOVE) (SAME AS ABOVE) (SAME AS ABOVE) 9,651t 9,6612 PERMANENT DRAINAGE & UTILITY EASEMENT T6N, R69W 6TH P.M. NE 1/4 SEC 3 2 MARK BROPHY & MARY WHITLEY BROPHY 1109 HARMONY RD 20,100t 20,100t 4.589 ACt FORT COLLINS, CO 80526 UE2 (SAME AS ABOVE) (SAME AS ABOVE) (SAME AS ABOVE) 1,337i 1,337i PERMANENT UTILITY EASEMENT UE2A (SAME AS ABOVE) (SAME AS ABOVE) (SAME AS ABOVE) 176t 1782 PERMANENT UTILITY EASEMENT TE2 (SAME AS ABOVE) (SAME AS ABOVE) (SAME AS ABOVE) 2,480* 2,480t TEMPORARY CONSTRUCTION EASEMENT TE2A (SAME AS ABOVE) (SAME AS ABOVE) (SAME AS ABOVE) 1,318t 1,3181 TEMPORARY CONSTRUCTION EASEMENT TE2B (SAME AS ABOVE) (SAME AS ABOVE) (SAME AS ABOVE) 2491 249t TEMPORARY CONSTRUCTION EASEMENT NE 1/4 SEC 3 3 MARCIA COLLINS 4621 SHIELDS ST 2,215: 2,215t 1.300 ACt FORT COLLINS, CO 80526 UE3 (SAME AS ABOVE) (SAME AS ABOVE) (SAME AS ABOVE), 105:. 1053 PERMANENT UTILITY EASEMENT UE3A (SAME AS ABOVE) (SAME AS ABOVE) (SAME AS ABOVE) 191t 1911 PERMANENT UTILITY EASEMENT SE3 (SAME AS ABOVE) (SAME AS ABOVE) (SAME AS ABOVE) 628t 628t PERMANENT SLOPE EASEMENT TE3 (SAME AS ABOVE) (SAME AS ABOVE) (SAME AS ABOVE) 347t 347t TEMPORARY CONSTRUCTION EASEMENT TE3A (SAME AS ABOVE) (SAME AS ABOVE) (SAME AS ABOVE)' 800t 800± TEMPORARY CONSTRUCTION EASEMENT COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Woy Plans O Region 4 42 �0,•M.Q,r; , e „ �, !w Tabulation of Properties Sheet Address: 1420 2nd street ai RkM5C9 vaF] _R ra oo� Greeley, CO 80631 Project Number: AOC M455-074 Phone: (970) 350-2153 FAX: (970) 350-2178 Project Location: HARMONY SHIELDS INTERSEC.IMPVI Pro'ecl Right of Way Plans Unit: DGM a9 1 ca.: locatio�,n:I ,a. Ool. s ! SMeb sn.a �.. ]9 a n,. I55]2 2-25-08 2 01 2 2A 9 R.O.W. TABULATION OF PROPERTIES IN LARIMER COUNTY HARMONY ROAD/SHIELDS STREET PARCEL N0• OWNER ADDRESS LOCATION AREA IN SQUARE FEET (AC=ACRES) BOOK- PAGE REMARKS DELETED AREA PARCELLLEIT EXISTING ROW NET AREARFUJ NW 1/4 SEC 2 + STATE OF COLORADO 1391 SPEER BLVD e49:- ao-• is -Beg} DEPARTMENT OF HIGHER EDUCATION SUITE 600 STATE BOARD FOR COMMUNITY DENVER, CO 80204 COLLEGES & OCCUPATIONAL EDUCATION, POUDRE SCHOOL DISTRICT NO. R-1, THOMPSON SCHOOL DISTRICT NO. R-2J, & PARK SCHOOL DISTRICT NO. R-3 UE4 RIN (SAME AS ABOVE) (SAME AS ABOVE) (SAME AS ABOVE) 6,505t 6,505t - PERMANENT UTILITY EASEMENT iiE+B (8AME-*S"AB6VE) DELETED IFE+- (S*ME *8ABOVE) jffi0tE-*&-k09fE}- ( A8-h9BVEj- DELETED Pea (SAME AS -ABOVE) (SAME AS ABOVE) (SAME AS ABOVE) 29,9I33 29,9I3: PERMANENT PUBLIC ACCESS EASEMENT COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Way Plans xxna ""x xxnx' Coordinate Summary O Region 4 of ae gaASro sx(FI NUUBFR .bl Y Address: 1420 2nd street 1 Project Number: AOC M455-074 Greeley, CO 80631 1 Project Location: HARMONY SHIELDS INTERSEC.IMPVi RrAffii Phone: (970) 350-2153 FAX: (970) 350-2223 1I.Project Location: Rieht of Wav Plans Unit: MG n.o.ci coo.: i.sr u.e. o.". I - s- I sn..i x.. % a N. an.. _s1x POINT NAME GEODETIC COORDINATES NAD-83(92) (CHARN) LATITUDE(N) LONGITUDE(W) ELEV(USft) (GPS-NGVD 29) MAPPING ANGLE SCALE NAD-83(92) ZONE 0501 PROJECT COORDINATES ELEV(USft) (NGVD 29) NORTHING FASTING NORTH (USft) EAST (usft) 557 40'31'51.14025 105'0546.07797" 5085.69 0*15'39" 0.99972863 1436493.134 3112263.674 110551.247 189439.670 591 40*31'24.91431 105'05'46.08299" 5084.35 01539" 0.99972808 1433839.182 3112275.374 107896.561 189438.139 592 40'31'24.88868" 105*05'11.77419" 5051.60 0*16'02" 0.99972965 1433848.798 3114924.785 107892.969 192088.273 599 40'30'58.81117" 105'05'46.24664" 5083.09 0*1539" 0.99972755 1431197.608 3112274,766 105254.315 189424.359 605 40'31'24.89243" 105606'20.25293" 5118.57 0*1517" 0.99972644 1433825.093 3109636.707 107895.626 186798.729 CP 8 40'31'24.51331" 105'05'45.06181 0*1540" 0.99972817 1433798.963 3112354.416 107855.937 189517.001 5082.26 CP 11 40'31'26.33959" 105'05'46.65951 0*15'39" 0.99972808 1433983.212 3112230.197 108040.853 189393.669 5085.13 CP 15 40'31'29.79480" 105'05'45.61208" 0*15'40" 0.99972807 1434333.233 3112309.489 108390.567 189474.726 5086.89 CP 25 40'31'22.20024" 105'05'45,33946" 0*1540" 0,99972790 1433564.793 3112334.0,12 107621.809 189495.454 5086.87 O TYPICAL CONTROL TABULATION OF FOUND PINS MONUMENT NO CAP BASIS OF BEARINGS: The west line of the northwest quarter of Section 2 NOT TO SCALE is considered to bear North 00 degrees 17 minutes 56 seconds East NO. . PIN DESCRIPTION NORTHING EASTING between a found 3-1\4" alum, cap monument at the weat quarter corner 20000 P.K. NAIL 107866.591 189407.878 of the said Section 2 and a found 3-1\4" alum, cop monument at the CP - Control Point Monument wereset by the City of Fort Collins. north west corner of the said Section 2, based upon GPS observation. They ore 60d nails set flush with ground. 20001 PIN & CAP, BENT 107971.324 189388.016 20002 1 2" REBAR 107271.648 189404.877 BASIS OF ELEVATIONS: The project is based upon an elevation of 5084.52 "City SURVEYOR'S STATEMENT: Wallace C. Muscott, being first duly sworn on his 20003 1\2" REBAR 107271.101 189384.903 feel on a City of. Fort Collins Bench Mork stamped of Fort Collins oath, deposes and says: that he is a Registered Professional Land 16-94" located at the north east corner of the intersection of West Harmony Surveyor under the laws of the Slate of Colorado; that this survey of 20007 1 2" REBAR 107396.672 189405.424 Road and South Shields Street on a concrete traffic signal base. The City the control and right of way monumentalion was made by him or under his of Fart Collins vertical control is based upon NGVD 29 unadjusted datum. A supervision; that the survey is accurately represented on the attached complete set of the City of Fort Collins vertical control is available at the plot; and that the statements contained hereon were read by him and the City Engineering Department. Supplementary verticol control for this project same are true and correct to the best of his professional knowledge, was tied into the City vertical datum by differential level loop using the City's belief and opinion. - Leico NA2002 digital level and Digital Level Rod. COORDINATE DATUM: Project coordinates are a transverse mercotor projection, with the origin at Lorimer County HARN densificotion point No. FC2694. Point FC2694 ------------ ----------------------------------- has a Latitude of 40 degrees 30 minutes 06.92556 seconds North (NAD 83/92) Wallace C. Muscott P.L.S. 17497 and Longitude .of 105 degrees 03 minutes 29.34852 seconds West with a false P.O. Box 580 Fort Collins, Colorado northing :of 100000.000 and a false easting of 200000.000 and a scole factor of 1.000264281, using the 99 Geoid. This is the ground coordinate system that the City of Fort Collins Engineering Deportment has adopted for all of their projects. M M M M M r M M M M M M M M M M r M r M M M_ m m m r m m m s see m r s M M COLORADO DEPARTMENT OF TRANSPORTATION O Region 4 Address: 1420 2nd street Greeley. Co 80631 Phone: (970) 350-2153 FAX: (970) 350-2223 Right of Way Plans Unit: MG SECTION 34 Sheet Revisions W J _W 2 to Revisions POINT #557 E 1/4 CORNER SECTION 34, T7N R69W, FOUND 2-1/2" ALUMINUM CAP IN A MONUMENT BOX. STAMPED LS 17497 SECTION 35 Revisions POINT #605 I N 1/4 CORNER SECTION 3, T6N, R69W J FOUND 3" ALUMINUM CAP IN A MONUMENT BOX, ,ICI-15 °� POINT g592 STAMPED PLS 20123 N 1/4 CORNER SECTION 2, T6N R69W CP-1 1 I FOUND 3-1/4" ALUMINUM - IN A MONUMENT I STAMPED PLS CAP BOX, 5028- �� CP-8 --- HARMON RY OAD (— POINT #591 NW CORNER SECTION 2, T6N R69W CP-25 FOUND 3-1/4" ALUMINUM CAPY, I IN A MONUMENT BOX, STAMPED PLS 5028 SECTION 3 I POINT #599 W 1/4 CORNER SECTION 2, T6N. R69W FOUND 3-1/4" ALUMINUM CAP IN A MONUMENT BOX, STAMPED PLS 5028 SECTION 2 300 O -o 6Po SCAIF: I"• 600' GENERAL NOTES I. This Right of Way plan is not o complete boundary survey of all adjoining owners and is prepared for Transportation Deportment purposes Only. 2. Survey Control Points set with ❑ higher degree of accuracy than ROW Markers. 3. NOTICE: According to Colorado low you must commence any legal action based upon any defect in this survey within three years after you first discover such defect. In no event, may any action based upon any defect in this survey be commenced more than ten years from the dote of the certification shown hereon. 4. All R.O.W. Markers set from survey control points. 5. All centerline and offset stationing is theoretical only and may not represent the centerline as constructed in the field. All stationing is approximate. . 6. All coordinates listed ore project coordinates only. 7. Field survey control precision computed to exceed 1120,000. LEGEND Section Line Section Corner Section Quarter Corner 6 Section Sixteenth Corner B Vertical and Horizontal Control Point COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Way Plans Region 4 az Xensro ao.�. wrix[Xs ro ¢ sa 4 "" Monumentotion Sheet Address: 1420 2nd street Evn wars ro eE sium m I Project Number: AOC M455-074 vs�e�Greeley. CO 80631 of x[ws[o-- --HProject Location: HARMONY SHIELDS INTERSEC.IMPVT Phone: (970) 350-2153 FAX: (970) 350-2178 Project Location: Ro 1 co0r: La1 25- * S ` SnxU SM[I Xa. ioltl W. of 9rXlr Right of Way Plans Unit: DGM ,,,,, ,_„_�, , a , , TABULATION OF R.O.W. MARKERS TO BE SET POINT NO. NORTHING EASTING 5028^� 707271.55---189386.17--' 5029 .• 107280.98 i 189390.97 5030 107332.76 1893BB.05 5031 107365.08 189385.73 _ 5032 . 107566.23 � 189386.13 5033` 107668.12 �_ 189363.94 5034 107808.44 189364 68,.E 5035 _: 107825.53 189347.67 5065 107396.55 189382.97 5068 107810.52 189313.15 5071__ 107956.53 ,_ 164347.17 5072 : 108125.-9- 1._...- _ 5077 ' 108285.24 _ 189359.41 , 5078 108361.69 189362.83 ' 5080 108450.05 189369.83 5081 108457.60 189367.23 19142 __1107271.55 ! 189384.88 TABULATION OF PERMANENT EASEMENT POINTS TO BE STAKED POINT NO_. NORTHING FASTING MOD 107814.53 189493.71 !PE4, UE4 6661 107823.48 189502.73 PE4, UE4 5002 107729.73 189493.27 PE4UE , 4 5005 107405.99 189503.10 '.UE4 5006 107538.95 189511.09 .UE4 5007 107729.80 189508.27 :UE4 5008 107808.48 189508.68 ;UE4 5048� _107785.53 189354.56 'UE2, TE2A 1_.5049.Y_ 56 107785.53 � 189364.,UE2, TE2A .. _5052_._� 107396.55 189 '2.9 __ _4UE3, TE2 __. I 5053 10738655 18937298 UE3 TE3A __.. ....__ 5054 107366.55 189383.85 WE3, TE3A 5058 107271.55 189374.02 �SE3, TE3 ,5059107289.72189374.OijSE3, TE3 5060 i 107316.55 ; 189379.71 ISE3, TE3 ! ' 5061 _ 107316.55 87 _ 189386.96 !,UE3A, SE3 50107407.04 _189485.59 IPE4 ' 5088 107416.15 _ 189485.63 '.PE4, UE4 5089 _ 107407.04 _ _ 189485.54 UE4 5090 166589.19__ 169481.32 -PE4 166114.54 189303.26 ;PE1 5113 108126.87 189303.27 'PE1 5114 108287. 14 169315.43 !PE1 _ 5115 108365.17 _ 189318.96 'PE1 5116 108426.53 189323.83 IPE1 , 5134 107326.55 189388.40 ;UE3A, 7E 3AI 5135 107326.55 189373.00 (UE3A, TE3A' 5136 107326.54 189369.56 :UE3A 5137 _ 107653.79 _ 989346_46 _;UE2A 5136 _107643.79_ _ 189346.41 _;UE2A --_- -5139 107653.70 ' 189380.96 WE2A,TE2Ai 5140 107643.70 - �189364.09 'UE2A, TE2 5141 � 10764375 189354.09-.'TE2 _ _ 5142 ; 107653.75„189353.96 iTE2 -r......_.... _._..... 5143 107316.'4 189369.57 !UE3A . _ ... ..._ _......18 . ,.. _ .. ... . 5203 107823.46 189522.98 'PE4, UE4 5204 107808.46 189522.96 UE4 23033 708424.59 _ 189344.45 ,PE1 _ 23034 _. 108114.74 18934427 TABULATION OF TEMPORARY EASEMENT POINTS TO BE STAKED POINT NO. NORTHING EASTING 5050 107668.17 189353.94 TE2A _ 5051 10756536 189358.16 ' TE2 5656 107316.54 189368.Do TE3 5057 107271.55 189368.02 TE3 _ 5069 107866.56 _ 789437.98' _ 'fE28 QUANTITY OF MONUMENTS TO BE SET CAP MONUMENT TYPE TYPE r re v �e x :e n c a RIGHT OF WAY TABULATION OF POINTS (FOR INFORMATION ONLY) POINT NO. NORTHING EASTING 5067 �1 107925.52 �--188313.{5- _ 5087 107407.04' 189485.59 _ _ 5202 107866.45 189523.04 ` 19031 168441.94 189388.46 19033 107 971. 52 _ _ 1893a818 19034 107971.54_ 188373.18 _ 19035 107866.52 789313.15 i 19271 107866.55 189407.98 19272 - 167866, S2- 189467.98 ..._ �19273 _ ._....---__..._.--' 107396.56 189405.53 _. 19274 � 107271.56��-189404.88 SURVEYOR CERTIFICATE (OFFICE) I, Wallace C. Muscolt, a professional land surveyor licensed in the State of Colorado, do hereby stale to the Colorado Department of Transportation that based upon my knowledge, information and belief, research, calculations and evaluation of the survey evidence were performed and this Right -of -Way Plan was prepared under my responsible charge in accordance with applicable standards of pralice defined by Colorado Department of Transportation publications. This statement is not a guaranty of warranty, either expressed or implied. eW_l___PL__N__7_4_9J o_e GENERAL NOTES 1. This Right of Way plan is not a complete boundary survey of all adjoining owners and is prepared for Transportation Deportment purposes Only. 2. Survey Control Points set with a higher degree of accuracy than ROW Markers. . 3. NOTICE: According to Colorado to, you must commence any legal action based upon any defect in this survey within three years after you first discover such defect. In no event, may any action based upon any defect in this survey be commenced more than ten years from the dote of the certification shown hereon. 4. All R.O.W. Markers set from survey control points. S. All centerline and offset stationing is theoretical only and may not represent the centerline as constructed ,n the field. All stationing is approximate. 6. All coordinates listed ore project coordinates only. 7. Field survey control precision meets the minimum horizontal control tolerances of a COOT Type B survey (4-29-1992). B. Commitments for title insurance supplied by City of Fort Collins and Land Title Guarantee Co. (See Below) Front Range Community College Department of Higher Education, Stale Board for Community Colleges and Occupational Education, Poudre School District No. R-1, Thompson School District No. R-2J, Pork School District No. R-3 FCC 25068748-2 October 15, 2007. 5PM Pineview Phase II Darrell L. Knudson FCC 25068760-2 October 15, 2007, 5PM Mark Joseph Brophy and Mary Whitley Brophy FCC 25068766-2 October 15, 2007, 5PM Marcia F. Collins FCC 25068765-2 October 15, 2007, 5PM SURVEYOR CERTIFICATE (FIELD) 1, Wallace C. Muscolt, a professional land surveyor licensed in the State of Colorado, do hereby stale to the Colorado Department of Transportation that based upon my knowledge, information and belief, adequate research, calculations and evaluation of the survey evidence were performed and this Right -of -Way monuments depicted on this Right -of Way Plan were set under my responsible charge in accordance with applicable standards of pralice defined by Colorado Deportment of Transportation publications. This statement is not'a guaranty of warranty, either expressed or implied. Wallace C. Muscolt PLS No. 17497 Date r r ter. M M m m m r M M m m m w M M r M m ® ® m ® m ® ® ® m m ® ! ® m = m C�OLLOORADDOO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions �(�/JU%.� Region 4 of mcrto ..0 Address: 2nd street o e y�r per. ,pr Greeley, CO 80631 ✓9fJR&f'A Phone: (970) 350-2153 FAX: (970) 350-2178 _ Right of Way Plans Unit: DGM T. 6 N., R. 69 W., 6th P.M. NE 1/4 SECTION 3 I I I WESTBURY P.U.D. H , 2ND FILING 25 o 25 so I / SCRLC: 1"= 50' I I f TRACT D r---T - ---------�_ — TRACT E --STA 36+99.37-----'Ce — --- -- �-�--=--- _ _BEGIN PROJECT ---------- _ _ _ _ _ _I SHIELDS STREET W PROPOSED CL= 38+00 39+00 40+00 SECTION LINE Z 37+00 at+00 42+00 .Oj 3 O 4 WEST L/NE OF NW OUAR7ER OF SEC77ON 2 -1 5087 '� h V O S007756"W 2642.28' .Oj 3 3: LLB,— W Y 1 W h EX ROW L/NE k O� U 5090 I I EX 20' OE & U£ 2 (PER REC/ 94069424) Z W o / / U SOO7756 w 1277.54 W Zi _ -- -_-��� w, _h, N00'1756E: L826.96� — — —m3-�, LINE TABLE LINE LENGTH BEARING L34 20.00 S89'26'36"W NW 1/4 SECTION 2 FRONT RANGE COMMUNITY COLLEGE PE4 UE4 0.EV ' :« PERMANENT PUBLIC ACCESS EASEMENT COLORADO DEPARTMENT OF TRANSPORTATION dd A O ",ill4 Address: 1420 2nd street of at Greeley, CO 80631 gMW'Phone: (970) 350-2153 Right of Way Plans Unit: DGM FAX: (970) 350-2178 COLLINS � W O UE3 UE3A W TE3 TE3A SE3 I I I I I L3 8.5058 7 TIE-3L59 UE3A TE3A C OSB 514} � P.0.TE3 La L5 5135 135 L6 0 1 53 19142 161` `+""'"L52- Sheet Revisions Sheet Revisions Sheet Revisions c ucu 4 rt�IkFO W -D aL 9 It of Way P Plan Sheet i T . 6 N . , R " 69 W . , 6 th P.M. SEE COFC HARMONY ROAD IMPROVEMENT PLANS FOR CONTINUATION NE 1/4 I TE21B BROPHY SECTION 3 L23 5068 4 O 5069 Lzz P 0 B TE2 W 5046� L24 25 0 25 50 !! UE2 UE2A SCALE: 1" 50' 5047 gy4''e�l UE2A L54 L21 261 +z TE2 TE2A TE2B TE2 5137 PROPOSED ROW LINE�� 5138 TE2A 5141_ �5142 NOO-17.567E 50481 41 Y '_• _ 5028 SE3 •, ,: 4 -- /SK �. :_.-..L12 UO 5065 C L",. L13 l _--__ P.O.B. SE3_ ,r 5060 5030 ��5o5a h7<4, TE2 & UEa -�•Nr-.+-,.T: . T •, y4POB .:'. , J_.ti . ;4i=,.L _. n_ t .;;^Jn r. h 19274 a p S007756 W 125.10'- 19273 50 7; c- 5029 - 5134-P.O.B------. TE3AJ p,0.8. PAR 3----�-� --- -- -----. 44+00 P.O.B. UE3A � 3 PROPOSED CL= 45+00 46+00 SECTION LINE 5088, N007756 E _ _•� N00'1T56"E 826.96-/ EX AE & TE (PER REC/ 20060078JOJ) LINE TABLE LENGTH BEARING LINE LENGTH BEARING 18.71 S89'58'47"W L24 41.00 SOO'00'00"E 12.16 N89'58'47"E L25 16.61 N89'58'47"E 600 N89'58'47"E L26 15.00 NO0'17'56"E rLINE 45.00 SOO-01.13"E L27 17.91 N89'58'47"E 11.71 S89'58'47"W L44 55,06 N89'55'20"W 60.00 S00'01'13"E L45 42.99 NOO.04'39"E 10.00 N00'14'15"W L46 20.26 S89'55'20"E 10.04 N89'58'47"E 147 15.00 NOO'04'39"E L9 22.56 S89'58'47"W L48 14.28 S89'55'20"E L1O 10.04 N05'00'00"W L28 22.91 SOO'17'56"W 111 10.87 N89'58'47"E L49 17.54 1 S86'33'35"E L12 21.55 N05-00'00"W L50 15.93 S14'27'05"W L13 10.02 NO3'13'35"W L51 9.11 S00'17'56"W L14 35.63 NO3'13'35"W L52 1.29 N89'58'47"E L15 10.58 N26'58'22"E L53 10.00 N89'42'04"W L16 18.17 S00'01'13"E L54 10.00 SOO'17'56"W L17 27.43 S12'00'00"w L55 10.00 S89'42'04"E L18 9.25 S89'58'47"W L56 17.68 S89'42'04"E L19 10.00 S89'58'47"W L57 17.50 N89'42'04"W L20 25.00 N89'58'47"E L58 t9.39 N89-58.47"E L21 25.00 1 S00'17'56"WL59 10.00' SOO'01'13"E L22 16.53 1 N89'58'47"E L60 18.83 589'58'47"W L23 15.00 S00'00'00"E L61 15.40 N89'58'47"E L62 1 6.21 NO3'13'35"W 5032 w1 1 a 5033 ¢ X t $1< �V '(P O B1}, r"'t� 5034�� / 2 \/ ..U.1UE2A4 /ikci x 1 '(tirC^' tTE2A^A a +.k"1 xssl / P.O.B. PAR 2 �\ - 47000' -` : NW CORNER SEC7ILW 2, I6N R69W FOUND J. 1/4" ALUM/NUM CAP _ O 3 EX ROW LINE SHIELDS STREET O 47+00 48+00 W /N A MONUMENT 80X,-'� STAMPED PLS 5028 WEST LINE OF NW OUARTER OF 5ECT70N 2 49+00 50+ S007756"W 2642.28' 30 19272 1277.54 /-EX ROW LINE W P.O.B. O B. PE4 66 ..-.'"''.:°.?�'i; -. CURVE TABLE LENGTH RADIUS DELTA CHORD LENGTH 32.41 1047.00 1'46'25" N04'06'a7"W 32.41 78.51 1113.00 4'02'30" S02'58'45"E 78.49 77.59 1103.00 4'01'49" S02'59'O6"E 77.57 ECURVE 26.80 17.00 90'19'08" N44'51'38"W 24.11 14.10 900 89'46'44" S45'11'18"W 12.70 14.42 1113.00 O'44'32" NOO'04'20"W 14.42 14.42 1103.00 0'44'57" S00'04'33"E 14.42 C18 10.00 1103.00 0'31'10" 1 S00'42'36"E 10.00 FRONT RANGE COMMUNITY COLLEGE PE4 UE4 REV 190.87' S00'17'56'W 78.68' UE4 5007 5008 REV SEE COFC HARMONY ROAD IMPROVEMENT PLANS FOR CONTINUATION f 0, RIGHT-OF-WAY ACQUISITION t2C PERMANENT PUBLIC ACCESS EASEMENT PERMANENT EASEMENT �1s" TEMPORARY EASEMENT 5n7 NW 1/4 SECTION 2 \a EX JO' 0 2 I I I ((� 50 m m m r m m m m m m r r s m m r m m r SECTION 00020 INVITATION TO BID Date: January 5, 2009 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:Ob P.M., our clock, on January 30, 2009, for the Harmony -Shields Intersection Improvements; BID NO. 7003. If delivered, they are to be delivered to 215 North Mason Street, 2°d Floor, Fort Collins; Colorado, 80524. If mailed, the mailing address is P. 0. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of Bid 7003 Harmony - Shields Intersection Improvements. The contract documents provide for: 1. Reconstruction and widening of approximately 2000 LF of arterial roadway including part of the Harmony and Shields intersection. 2. Approximately 5,400 SY of Concrete Paving (10.5 inch and 11 inch thick). 3. Full roadway reconstruction (asphalt) with section of mill and inlay. Total asphalt quantity is approximately 3,900 TONS. 4. Signal work, signing and striping, traffic control, and surveying are by City forces. This is a Federal Project and the DBE Goal is 100. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North .Mason St., 2nd'floor, Fort Collins, Colorado 80524. Contract Documents will be available Monday, January 6th, 2009. A prebid conference and job walk with representatives of prospective Bidders will be held at 1: 00 p.m., on Friday, January 16th, 2009, at 215 N. Mason, 19t ' Floor, Community Room, Fort Collins. Prospective Bidders are invited !to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at: ' City of Fort Collins BuySpeed: https://secure2.fcgov.com/bso/login.jsp Bids will be received as set forth in the Bidding Documents. ' , Rev 10/20/07 Section 00020 Page 1 COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Way Plans Q Region 4 of eenso 9a1 ■1ua[n n v"� "•° Plan Sheet Address: 1420 2nd street Greeley CO 80631 Project Number: AOC M1455-074 Phone: (970) 350-2753 FAX: (970) 350-2178 Project Locotion: HARMONY SH"LOS INTERSEC.IMPVT Right of Way Plans Unit: DGM Project Location: Pro' i u.e. Dole seer sn..i. v..i w. rota ra. a sn..i . �5573 2-il T. 7 N., R. 69 W., 6th P.M. SE 1/4 PINEVIEW P.U.D. SECTION 34 PHASE 11 Z (NO PLATTED LOT NUMBER) JSOoEX DE & UE m ( R L UE Cu PLAT ': O W P£PAT) ) 4, m Z I II PE1 1• 4 1 { 2e 0 zs so snz I sn3 I ••1 III II s`.�E` �"' e°• L31 r 1404.2019 PROPOSED ROW LINE I�.._ ; 4 16073 .5114 M� C5 sns N043159E 5116 l.!� I )I PINEVIEW P.U.D. ~ 507t P.O.B. PEI s�`� PEi �•*p-,� `s `y" X a')l�.i `�'� .+�,` ,+ —'�� l I •I i_ I I PHASE 1 230}4 r£''a er {,it �. �.: ti' N r r 1� �• II. I.. OOVI 59 E I68 66 `� t3. 4t 7I I { t 470 S00'01 59 309 84 I I ' I 1 E 160 51 230}} Ir 08 — — — — — — — — — — NO g N 5 1 I L h 5072 N. S Fib„ -t - - C7 N04 .1 59 E I' I r. 63 1m TRACT A r - W c2r ti zS Y r M1% t t W u p a q y 4 5078 5080 1 1903 Z t903i - - _- 5[K1t7759W- - >��o--� - c= - -_ Y --= --- G9 --- - - --_- -�- 470.42' - -- - --------- - - L _ P.0.8. PAR 1 •po EX ROW LINE --~�� ----- -- ----------------- t9--=----- - --------- FU- Q k STA 57+61.58 END PROJECT It 52+00 53+00 57+00 58+00 51+00 w£ST L/NE L�F''SW WARIER OF SECTION J5 .54+00 _.55+00 56+00 SOOV1'59"W 2654.69' SHIELDS STREET PROPOSED CL= _ _ SECTION LINE .... 3000' EX // �, 1 �� DE & UE .. (PER PLAT) I I CURVE CI TABLE I — — — — — — — — — — — 1 — I I I Z I I F/ 4r RIGHT-OF-WAY ACQUISITION CURVE LENGTH I RADIUS I DELTA I CHORD LENGTH C5 78.12 1153.00 3-52'56" 1 S02-35-31"W 1 78.11 C6 23.49. 15.00 89'43'42" N44-56'39"E 21.16 C7 76.54 1109. 01, 3'57'16" 1 S02'33'21"W 76.53 CB 8.22 10.007'04'59" N19'004304"WW270..9290NC9 22.16 15.00 3" 421 O 4! " s x> THE WOODLANDS CONDOMINIUMS P.U.D. LINE TABLE LINE LENGTH BEARING L29 26.06 N89'58'47"E L30 41.00 S89'58'01 "E L31 12.10 S00'01'59"W L32 20.71 N84'37'26"W L33 T67 N84-37'26"W w Z I ILIII PERMANENT EASEMENT SE 1/4 SECTION 35 COL/ORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Woy Plans Region 4 az merto r. �¢u ezr� m+sm uer..meo K. .n vu Ownership Mop Address: 1620 2nd street az axsco sx¢r Project Number: AOC M455-074 Greeley CO 60631 Project Location: HARMONY SHIELDS INTERSEC.IMPVT Phone: (970) 350-2153 FAX: (970) 350-2178 Project Location: Right of Wav Plans Unit: DGM we r coa: i•.r uae. oai• swnr sn•.ie sn«r xo. mra_r». a sn..i. T. 6 N., R. 69 W., 6th P.M. NW 1/4 SECTION 3 RIGHT—OF—WAY ACQUISITION ^� COLLINS . 4621 SHIELDS ST. BROPHY ` PERMANENT PUBLIC ACCESS EASEMENT 1 109 HARMONY RD. :r a FORT COLLINS, CO 80526 FORT COLLINS, CO 80526 FCC 25068765-2 FCC 25068766-2 scncr. i ioo .,',_t7 PERMANENT EASEMENT QC REC# 97077905 QC REC# 96071339 TEMPORARY CONSTRUCTION ® O ,EASEMENT UE3 UE3A ',,, � TE3 TE3A UE2 UE2A WESTBURY P.U.D. SE3 TE2 ®TE2A � m 2ND FILING UE3A UE3 UUE2 TE2 E2A TE2A W TE3 TE3A ??y TRACT D SE3 PROPOSED ROW LINE �• I TRACT E q �—�- " SHIELDS STREET EX ROW L/NE '•+ ^T W o Woo EX ROW L/NE o o - 3 ttEST L/NE OF NW OUARTER OF SEC770N 2 26 64 2 ^so — — — — _ 3 t w PROPOSED CL= U PE4 SECTION LINE Z PE4 EX ROW C/NE=- REV / / f RO NT RANGE NW CORNER SEC7701V 2• T61V R69W Z COMMUNITY COLLEGE FOUND J 7N A MONUMENT BOX, W 1391 SPEER BLVD. STAMPED RLS 5028 V DENVER,CO 80204 u FCC 25068748-2 IL QC REC# 95045372 PE4 UE4 REV T. 6 N., R. 69 W. 6th P.M. NW 1/4 SECTION 2 *�/r ;.i W F z J COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Woy Plans Region w R D s-T R R .n una nv Ownership Map Address:: 1420 2nd street Project Number: AOC M455-074 Greeley, Co 80631 Phone: (970) 350-2153 FAx: (970) 350-2178 Project Location: HARMONY SHIELDS INTERSEC.IMFVT Right of Way Plans Unit: DGM Project Location: T. 7 N., R. 69 W., 6th P.M. SE 1/4 SECTION 34 PINEVIEW P.U.D. PHASE II PO BOX 1001 TUSTIN, CA 92781 O a scn�: i •• _ . FCC 25068760.2 1 oo• PE1 Z QC REC# 92068801 J5 00' Ex m O ("I-? PiAT W Z EX DES I bR 2 t �& UE `nci k PE1 I Zx ` _ — TRACT A 3 "o SHIELDS STREET PROPOSED CL= — — — — I W SECTION LINE U WEST LINE OF SW OUAR7ER OF SEC7701V J5 I'7,0 °& I EX \\� THE WOODLANDS m I (PER PLAT) CONDOMINIUMS P.U.D. m Z I RIGHT-OF-WAY ACQUISITION PERMANENT EASEMENT T. 7 N., R. 69 W., 6th P.M. SE 1/4 SECTION 35 I The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. ' The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. ' No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. ' The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany 1 each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City ' Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision -making authority concerning such sale or any supervisory authority, over the services ' to be rendered. This rule also applies to subcontracts with the City. Soliciting or. accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do ' business with the City of Fort Collins is prohibited n City of Fort Collins By James B. O'Neill, II, CPPO, FNIGP Purchasing & Risk Management Director Rev 10/20/07 Section 00020 Page 2 C. Under Revision of Section 105 Violation of Working Time Limitation: the Price Reduction Schedule -Table shall be replaced with the following' FIncident Incident Rate Total Price Reduction 1 St Notice to Stop Work ---- 2"d $150 $150 3`d 300. 450 4th 600 1, 050 5ch. 1,200 2;250 6in 1,200 31450 Etc. 1,200 4;650 Etc. Etc. D. Add the following Section to the Proiect Standard Special Provisions: April 12, 2007 REVISION OF SECTION 107 TON -MILE TAX Section 107 of the Standard Specifications is hereby revised for this project as follows: In subsection 107.02, delete the third paragraph. E. Under Revision of Section 109 Fuel Cost Adiustment• Change the Date on the second page to the following: Currently Reads: DRAFT September 7, 2006 Change To: November 30, 2006 F. Under Revision of Section 208 Storm Drain Inlet Protection: Chan a the Title on both pages for this section to the following: Currently Reads: October 25, 2007 2 REVISION OF SECTION 208 STORM DRAIN INLET PROTECTION And: October 25, 2007 3 REVISION OF SECTION 208 . STORM DRAIN INLET. PROTECTION r t SECTION 00100 INSTRUCTIONS TO BIDDERS SECTION 00100 INSTRUCTIONS TO BIDDERS DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). ' 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 1 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available ' on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the .time of the Bid opening, a written statement of ' .qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-160 of the Code of the City of Fort Rev10/20/07 Section 00100 Page 1 Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services. required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, 'experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the. Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Rev10/20/07 Section 00100 Page 2 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions ' answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 1 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required ' contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the ' Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after ' the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. Rev10/20/07 Section 00100 Page 3 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations.against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate' unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of SUMS. Rev 10/20/07 Section 00100 Page 4 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed 1 and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. ' 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers.of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each ' such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation' to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the .mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. Rev10/20/07 Section 00100 Page 5 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0'BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45).days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and'all•Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award, to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof .will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. Rev10/20/07 Section 00100 Page 6 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work Iwhen such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to r OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45). days after the date of the Bid opening. 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. ' 19.0 SIGNING OF AGREEMENT. 1 When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be Rev 10/20/07 Section 00100 Page 7 included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21..0 RETAINAGE. Provisions concerning retainage are set forth in the.Agreement. , 22.0 PURCHASING RESTRICTIONS. , Purchasing restrictions.: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self -stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION Rev10/20/07 Section 00100 Page 8 SECTION 00300 BID FORM Change To: And: . REVISION OF SECTION 208 STORM DRAIN INLET PROTECTION 2 REVISION OF SECTION 208 STORM DRAIN INLET PROTECTION October 25, 2007 October 25, 2007 G. Under Revision of Section-412 Concrete Pavement Joints: Omit the Hiqhliqhted section shown below: This is .a standard special provision that revises or modifies CDOT's Standard Specifications for Road and Bridge Construction. It has gone through a formal review and approval process and has been issued by CDOT's Project Development Branch with formal instructionsregarding its use'ph CDOT construction projects. It is to be used as written without change. Do not use modified versions of this special provision on CDOT construction projects, and do not use this spediai provision on CDOT projects in a manner other than that specified in the instructions unless such.'use is first approved by the Standards and Specifications Unit of the Project Development Branch. The instructions for use on CDOT construction projects appear below. Other agencies that use the Standard Specifications for Road and Bridge Construction to administer'construction projects may use this special provision as appropriate and at their own risk. INSTRUCTIONS FOR USE ON CDOT CONSTRUCTION PROJECTS: Use this standard special provision on projects having portland •cement concrete pavement. H. On Page 141 of the Posted Contract Documents : Change the Heading: Currently Reads: Change To: April 12, 2007 REVISION OF SECTION 601, 606, 608, 609 AND 618 CONCRETE FINISHING REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE July 3, 2008 I. Replace the entire REVISION OF SECTION 702 Bituminus Material with attachment A: ' SECTION 00300 BID FORM PROJECT: City of Fort Collins - Purchasingg Div. Place 215 N. Mason Ft. Collins, Co. 80522 Date 1. In compliance with your Invitation to Bid dated January 30 =, 20 09 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. ' 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made.in good faith, without collusion or connection with any ' other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be ' done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5% ' ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. ' 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: Safeco Insurance CO. Safeco Plaza Seattle, Wa. 98185 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. ' 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. 01 through 01 . Rev10/20/07 Section 00300 Page 1 M Project: Harmony / Shields Intersection Improvements Project Federal Aid Project No. AQC M455-074 Addendum 1 Spec/Item Estimated :Number Description Unit knit Cost Item Cost Quantity Harntoni, / Shields Intersection Improvements Project 201-00000 Clearing and Grubbing 1 LS 3118.35 3118.35 202-00010 Removal of Tree 202-0001 1 Tree Trimming 202-00035 Removal of Concrete Pipe 202-00037 Removal of End Section 202-00200 Removal of Sidewalk 202-00202 Removal of Concrete Gutter (10 Foot Wide) 202-00203 Removal of Curb and Gutter 202-00206 Removal of Curb Ramp 202-00210 Removal of Concrete Pavement 202-00220 Removal of Asphalt Mat 202-xxxx Removal of Concrete Traffic Signal Pole Base (Top 3 Feet) 96 EA 182.22 17,493.12 10 EA 81.90 819.00 112 LF 10 71 1,199.52 3 EA 198.44 595.32 740 SY 1.94 1,435-60 60 LF 5.04 302.40 1329 LF 1.73 2,299.17 36 SY 8.40 302.40 45 SY 8140 378.00 9551 SY 4.22 40, 305.22 4 EA 498.73 1,994.92 M M M w r M M M M M M M M M M M M M M Project: Harmonv / Shields Intersection Improvements Project Federal Aid Project No. AQC N1455-074 Addendum I Spec/Item Estimated Description Unit Unit Cost Item Cost Number Quantity 203-00010 Unclassified Excavation (Complete In Place) 3917 CY 5.04 19,741.68 203-00100 Muck Excavation 200 CY 28.03 5,606.00 203-01596 Potholing With Surveying and Stationing of U/G Utilities I LS 7,369.21 7,369.21 8.40 294.00 206-00000 Structure Excavation 35 CY 206-00050 Structure Backfill 18 CY 23. 73 427.14 206-00530 Filter Material (Class C) 10 CY 33.70 337.00 207-00205 Topsoil 593 CY 9.45 5.6O3.s5 207-00210 Stockpile Topsoil 1907 CY 2.83 5,396.81 2(7-00405 Topsoil (Special) - Amended Onsite for Median and Parkway Areas 913 CY 17.85 16,297.05 208-00005 Wattle (25' sections) 5.2 EA 152.24 791.65 208-00020 silt Fence 515 LF 1.00 515.00 208-xxxxx Construction Fence 900 LF 1.63 1,46700 M M M M i M M M M M M M M M M M M M M Project: Harmony / Shields Intersection Improvements Project Federal Aid Project No..AQC N1455-074 Addendum t Spec/Item Estimated Description Unit Unit Cost Item Cost Number Quantity 208-00045 Concrete Washout Structure I EA 813.71 813.71 208-00050 Storm Drain Inlet Protection (Type 1) 3 EA 183.74 551.22 208-00051 Storm Drain Inlet Protection (Type 2) 2 EA 1 83 74 367 , 48 208-00052 Storm Drain Inlet Protection (Type 3) 3 EA 204.74 614.22 208-00070 Stabilized Construction Entrance 2 EA 1,522.43 3,044.86 208-00205 Erosion Control Supervisor 75 HR 41.75 3,131.25 209-00100 Water (Landscaping) I LS _1, 093.83 1,093.83 210-00010 Reset Mailbox Structure I EA 157.49 157.49 210-00030 Reset Water Service 2 - EA 802.16 1,604.32 210-01000 Reset Fence 721 LF 9.19 6,625.99 210-04010 Adjust Manhole 3 EA 362.55 1,087.65 210-04020 Modify Inlet I EA 3,197.09 3,197.09 210-04050 Adjust valve Box 8 EA 258.96 2,071.68 r� rr r rr rr �r rr rr �r r� rr r rr rr ® rr �r �r r Project: Harmony / Shields Intersection Improvements Project Federal Aid Project No. AQC 11455-074 Addendum I Spec/Item Estimated Description Unit Unit Cost Item Cost Numher Quantity 212-00005 Native Seeding 0.59 ACRE 304-04000 Aggregate Base Course (Class 5 or 6) (4" Depth) - Driveways and 2' Wide Shoulder 10 TON 7 2 . 00 720.00 304-06000 Aggregate Base Course (Class 5 or 6) (6" Depth) 2995 TON ) 3 8b 41,510.7 307-00075 Fly Ash 846 TON 56.43 47,739.78 307-00250 Processing Fly Ash Treated Subgrade (12" Depth) 14094 SY 2.71 38,194.74 403-00720 Hot Mix Asphalt (Patching) (Asphalt) 55 TON 98.00 5,390.00 403-32821 Hot Mix Asphalt (Grading SG) (100) (PG 58-28) (7" Depth) 2981 TON 45.75 136, 380. 75 403-33851 Hot Mix Asphalt (Grading S) (100) (PG 64-28) (2" Depth) 852 TON 80.25 68, 373.00 412-006W Concrete Pavement (6 Inch) 14 SY 56.61 792.54 412-01050 Concrete Pavement (10.5 Inch) 3304 SY 54.46 179,935.84 M M M M M M M M M M i M M i i i i M Project: Harmony / Shields Intersection Improvements Project Federal Aid Project No. AQC N1455-074 Addendum 1 Spec/Item Estimated Description Unit Unit Cost Item Cost Number Quantity 412-xxxxx Concrete Pavement (10.5 Inch) - Colored and Stamped Concrete Crosswalks 455 SY 91.45 41,609.75 412-01060 Concrete Pavement (10.5 Inch) - Fast Track (48 Hour) 1508 SY 56.67 85,458.36 412-01061 Concrete Pavement (10.5 Inch) - Fast Track (24 Hour) 150 SY 75.33 11,299.50 412-01100 Concrete Pavement (I I Inch) 45 SY 65.88 2964.60 506-00212 Riprap (12 Inch) 94 CY 46.72 4,391.68 514-00100 Handrail 18.5 LF 164.26 3,038.81 601-01050 Concrete Class B (Wall) 33 CY 515.89 17,024.37 603-01365 36 Inch Reinforced Concrete Pipe (Complete In Place) 44 LF 88.62 3,899.28 603-02365 29 x 45 Inch Reinforced Concrete Pipe (Complete In Place) 27 LF 151.61 4,093.47 603-05036 36 Inch Reinforced Concrete End Section I EA 1,342.88 1,342.88 Project: Harmony / Shields Intersection Improvements Project Federal Aid Project No. AQC N145S-074 Addendum 1 Spec/Item Estimated Description Unit Unit Cost Item Cost Number Quantity 604-19310 Inlet Type R L 15 (10 Foot) I EA 5,918.56 5,918.56 604-30006 Manhole Slab Base (6 Foot) 2 EA 2,072.60 4,145.20 605-00004 41nch Non -Perforated Pipe Underdrain 176 LF 19.06 3,354.56 605-00040 41nch Perforated Pipe Underdrain 775 LF 13.96 10, 819.00 608-00006 Concrete Sidewalk (6 Inch) 1275 SY 30.82 39,295.50 608-00010 Concrete Curb Ramp 158 SY 89.73 14,177.34 609-21010 Curb and Gutter Type 2 (Section I-B) 2154 LF 10.57 22,767.78 609-21020 Curb and Gutter Type 2 (Section 11-13) 1910 LF 11.32 21,621.20 609-24010 Gutter Type 2 (10 Foot) 60 LF 60.89 3,653.40 610-00010 Median Cover Material (Decorative) 1231 SF 6.09 7,496.79 M s M M r M M M M M M® r M M M s M M Project: Harmonv / Shields Intersection Improvements Project Federal Aid Project No. AQC A1455-074 Addendum I Spec/Item Estimated DescriptionUnit Unit Cost Item Cost Number Quantity 613-00200 2 Inch Electrical Conduit 300 LF 6.93 2,079.00 613-00400 4 Inch Electrical Conduit 300 LF 8.71 2,613.00 613-07010 Pull Box (Surface Mounted) 2 EA 1,154.94 2,309.88 620-00020 Sanitary Facility 2 EA 556.47 1,112.94 626-00" Mobilization 1 LS 62,815.29 62,815.29 700-70010 F/A Minor Contract Revisions I F/A $ 77.175.00 S 77,175.00 700-70012 F/A Asphalt Pavement Incentive I F/A $ 1,200.00 $ 1,200.00 700-70013 F/A Concrete Pavement Incentive I F/A $ 2,500.00 S 2,500.00 700-70016 F/A Fuel Cost Adjustment I F/A $ 7,800.00 S 7,800.00 700-70019 F/A Asphalt Cement Cost Adjustment I F/A $ 28,710.00 S 28,710,00 700-70021 F/A On the Job Trainee 320 HR $ 1.88 S 601.60 700-70022 F/A OJT Colorado Training Program I F/A $ 525.00 S 525.00 � M s M M M r M M M M M M M M M ® ® M Project: Harmony / Shlelds Intersection Improvements Project Federal Aid Proiect No. AQC h14155-074 Addendum I Spec/Item Estimated Number Description Quantity Unit Unit Cost Item Cost 700-70380 F/A Erosion Control I F/A $ 1,500.00 S 1,500.00 TOTAL PROJECT COST (Harmony/Shields Intersection Improvements Prgiect) = S 1 , 177,956.23 OneP9Million One Hundred Seventy Seven Thousand Nine Hundred Fifty Six Dollars Twenty Three Cents F', 1 9. J Acceptance of Fuel Cost Adjustments Bidders have the option to accept Fuel Cost Adjustments in accordance with the Revision of Section 109 - Fuel Cost Adjustment. To accept this standard special provision the bidder must fill in an "X" next to "YES" below. No Fuel Cost Adjustment will be made due to fuel cost changes for bidders who answer "NO". If neither line is marked, the Department will assume the bidder rejects Fuel Cost Adjustments for this project. After bids are submitted, bidders will not be given any other opportunity to accept or reject this adjustment. (Mark only one •line with an "X"): X Ye's I choose to accept Fuel Cost Adjustments for this project. No I `choose NOT to accept Fuel Cost Adjustments for this project (;kf.,. neither line is marked, the default is "NO", I choose NOT to accept`F.-uel Cost Adjustments for this project. 10. PRICES!' ,The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. ' Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does ' not exceed twenty-five percent (25%) of the total Agreement Price. Ll 1 I Rev 10/20/07 Section 00300 Page 1 h J. Replace the entire On The Job Training Section with attachment B• K. On Page 201 of the posted Contract Documents Add the following Title to the top of the Page: August 1, 2005 REQUIRED CONTRACT PROVISIONS - FEDERAL -AID CONSTRUCTION CONTRACTS L. Replace the entire Required Contract Provisions and Federal- Aid Construction Contracts Section with Attachment C: IV. The Attached Bid Schedule Changes: A. Deletes Line Items: 210-04015 Modify Manhole B. Add Line Items: 202-xxxxx Removal of Concrete Traffic Signal Pole Base (Top 3 Feet) 4 EA 210-04020 Modify Inlet 1 EA 700-70010 F/A Minor Contract Revision 1 F.A. $ 77,175.00 700-70012 F/A Asphalt Pavement Incentive 1 F.A. $ 1,200.00 700-70013 F/A Concrete Pavement Incentive 1. F.A. $ 2,500.00 700-70016 F/A Fuel Cost Adjustment 1 F.A. $ 7,800.00 700-70019 F/A Asphalt Cement Cost Adjustment 1 F.A. $ 28,710.00 700-70021 F/A On the Job Trainee 320 H.R. $ 600.00 700-70022 F/A OJT Colorado Training Program 1 F.A. $ 525.00 700-70380 F/A Erosion Control 1 F.A. $ 1,500.00 C. Revises Line Items: Currently Reads: 202-00035 Removal of Concrete Pipe 58LF 209-00100 Watering (Landscaping) 2700 GAL 304-04000 Aggregate Base Course (Class 6) (4" Depth) — Driveways and 2' Wide Shoulder - 1 304-06000 Aggregate Base Course (Class 6) (6" Depth) Change To: f 202-00035 Removal of Concrete Pipe 112LF 209-00100 Watering (Landscaping) 1 LS 304-04000 Aggregate Base Course (Class 5 or 6) (4" Depth) — Driveways and 2' Wide Shoulder 304-06000 Aggregate Base Course (Class 5 or 6).(6" Depth) (Seal - i Attest: RESPECTFULLY SUBMITTED: Lafarge West, Inc. CONTRACTOR BY: Kenneth R. Ball General Manager Title 00239 License Number (If Applicable) is by corporatipf) Address Fort Collins, Co. 80521 Telephone 970 407-3600 Email N/A / X-50 log Date Rev 10/20/07 Section 00300 Page 2 I SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors SECTION 00410 Rev 10/20/07 Section 00410 Page 1 BID BOND f KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned *SEEBELOW* _ as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of S **SEE BELOW** for the ' payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Princ�pa1 has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Xgreement for the ' construction of Fort Collins Project, 7003 Harmony -Shields Intersection Improvements. NOW TI9EREFORE, ' (a) If said Bid shall be rejected, or (b) If. said Bid shall be accepted and the Principal shall execute and deliver ' a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for .his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The! Surety, for value received, hereby stipulates and agrees that the ' obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the: State of Colorado and be accepted by the OWNER. *Lafarge North American, Inc dba Lafarge West, Inc* ' **Five Percent (5%) of Amount Bid** Rev 1o120/07 Section 00410 Page 2 1 E 11 11 IN WITNESS WHEREOF, the principal and the Svrety have hereunto set their hands and seals this 20th day of Janua 2009, and such of them as are _rybe hereto affixed tese corporations have caused their corporate seals to ear firsthset presents to be signed by their proper officers, the day and y forth above. PRINCIPAL Lafarge North American, Inc dba Lafarge West, Inc Naine pITEST: E' Rev 10/20/07 (SEAL) SURETY Safeco Insurance Company of AmPrir= Safeco Plaza Se=&X' �jBV Sandra E. Bronson Title: Attornev-in-Fa_ �__ ( �E.AL0 Section 00410 Page 3 I Safeco Insurance Company of America POWER General Insurance Company of America R Safeco Plaza OF ATTORNEY Seattle, WA 98185 KNOW ALL BY THESE PRESENTS: No. 5014 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a 1 Washington corporation, does each hereby appoint SANDRA E. BRONSON; ROSEMARIE CAPONI; RICHARD A. JACOBUS; DENNIS C. LAUSIER; ELIZABETH MARRERO ; MAUREEN MCNEILL; WAYNE G. MCVAUGH; MARY C. O'LEARY, ADRIENNE SEAFORD; DOUGLAS R. WHEELER; DARELLA E. WHITE; Philadelphia, Pennsylvania*************************************************************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 10th day of November 2008 1 Edmund C. Kenealy, Secretary Timothy A Mikolajewski Vice President CERTIFICATE ' Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Edmund C. Kenealy . , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set y hand and affixed the facsimil seal of said corporation �.JIJI/ htil//l/lr� , this day of _ ".ew•' CWHIM SEAL W SEAL ail 19513 X F�` wAsM nfw,�elt��� S-0974/DS 10/08 Edmund C. Ke Safecorgl and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF 1 F1 1 1 1 1 • i fii$1.1i'ance • SAFECO INSURANCE COMPANY OF AMERICA FINANCIAL STATEMENT — DECEMBER 31, 2007 Assets Cash and Bank Deposits ........................... .... ....„.. S 53,483,126 *Bonds —U.S Government .... ..................................... ....16,728,067 *Other Bonds .................... ......................... ... ......... 2,478,711,287 *Stocks.................................................................... 499X5,954 RealEstate......................................:.............................. 0 Agents' Balances or Uncollected Premiums .................625,553,621 Accrued Interest and Rents .................................... 33,936,490 Other Admitted Assets ............................................. 359.599.572 Total Admitted Assets .......----««.. ------ AMPAMAE Usbitities Unearned Premiums .............................................. S 728,534,002 Reserve for Claims and Claims Expense...................1,560,913,930 Funds Held Unda Rcinsuranee Treaties ............... 430,979 Reserve for Dividends to Policyholders ......................... 2,421,611 Additional Statutory Reserve ........................... Reserve for Commissions, Taxes and _ Other Uabilities.............................................. ----936336 881 Total ................................ $3,223437,423 Special Surplus Funds.:....... S 226,334 Capital Stock. 50W,000 Paid in Surplus................................275,002,873 Unassigned Surplus ................... 558381.487 Total Liabilities and Surplus -------------- 14.n6 s& t 17 ' Bonds are stated at amortized or investment value; Stocks at Association Market Values. Seewities carried at $124,368,976 are deposited as required by law. I, TIM MMOLAJEWSn Senior Vice -President of SAFECO Insurance Company of America, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2007, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of March, 2008. SeniorVice-President V 6A registered trademark of S*ECO corporation SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: Lafarge West, Inc. 2. Permanent main office address: 1800 N. Taft Hill Rd. Ft. Collins, Co. 80521 3. When organized: 1989 4. If a corporation, where incorporated: Delaware 5. How many years have you been engaged in the contracting business under your present firm or trade name? 10+ Years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) Wal-Mart Supercenter $1 5 Million Spring 2009 Vesta Blade Factory $1.5 Million Spring 2009 Saddler Ridge $500 000 00 Spring 2009 7. General character of Work performed by your company: Asphalt, Paving, Aggregates, and Read Mix Supply 8. Have you ever failed to complete any Work awarded to you? No If so, where and why? 7 Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. Rev 10/20/07 Section 00420 Page 1 F1 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. Drake/Ziegler Improvements Phi $2 1 Million, Fa11 ?Ong, Widening City of FC 2008 Project $ 1 Million, Fall 9nng, Repair varin„c stree' City of Greeley 2008 $ 2 Million, Fall 2008 Repair various streets 12. List your major equipment available for this contract. Please see attached list ' 13. Experience in construction Work similar in importance to this project: City of Fort Collins 2008 Project Larimer County Overlay Lemav Ave. WidentinQ 'your. 14. Background and experience of the principal members of organization, including officers: Steve Peterson 20+ Years Vice President Kenneth R. Ball 20+ Years GPnPral Manavar Bob Tews 20+ Years Operations Manager ' 15. Credit available: $ Unlimited 16. Bank reference: Wells Fargo ' 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? Yes ' 18. Are you licensed as a General CONTRACTOR? 00239 If yes, in what city, county and state? Ft Collins, Tarim r, C'n, What ' class, license and numbers? General Contractor's T,r# on9'19 19. Do you anticipate subcontracting Work under this Contract? Yes ' If yes, iahat'percent of total contract? 20% and to whom? See schedule of subs 20. Are any lawsuits pending against you or your firm at this time? No IF yes;"DETAIL I� ' Rev 10/20/07 Section 00420 Page 2 ri 21. What are the limits of your public liability? DETAIL ' $10.000.000.00 What company?_ Safeco Insurance Company of America 22. What are your company's bonding limitations? $80,532,000.00 23. The undersigned hereby authorizes and requests any person, firm or ' corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at Noon this 30th day of January 2009. State of Colorado County of Larimer Kenneth R. Ball being duly sworn deposes and says that he is General Manager of Lafarge West, Inc. and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this 30th day of January 2009. Patrese E. Yarbrough Notary Public illl I My cc 1 Rev 10/20/07 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items" listed below and all subcontractors performing over 100 of the contract. ITEM SUBCONTRACTOR Concrete Dirt & Pipe Fly Ash Conduit & Pull Boxes Tree Maintance Erosion Control Fence Miling Landscaping CG&S Concre Gerrard Excavation Son -Haul Inc. C& J onst ion ordan's Tree Moving Enviornmental Logistics Town & Country Fence Don Kehn Construction A&M Landscape Section 00430 Page 1 V. Revisions to the Plans: A. On the TYPICAL LANDSCAPE MEDIAN SECTION detail the note that states "CDOT CLASS I COMPACTED STRUCTURAL BACKFILL TO 2' DEPTH BELOW GEOTEXTILE. SUBGRADE MUST BE SCARIFIED AND RECOMPANCTED TO 95% OF STANDARD PROCTOR FOR ONSITE MATERIAL TO 2' DEPTH BELOW STRUCTURAL BACKFILL" will be removed. B. There is an 18" RCP just south of the Wakerobin intersection that will be removed as part of this project VI. Pre -Bid Clarifications Not Resulting in Changes to the Bid Documents: A. Seed Mix is shown on the Erosion Control Plan Sheets. B. Excess Unclassified Excavation Material becomes the property of the Contractor. This is identified correctly in the "Summary of Earthwork Quantities" Plan Sheets. C. Item 207-00405 Topsoil (Special) to be a mix of 75% topsoil and 25% composted manure mixed well prior to being placed in medians and in parkways. t Please contact John D. Stephen, CPPO, CPPB, Senior Buyer at (970) 221-6777 with r any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM , HAS BEEN RECEIVED. 1 where renewal is a way of Fife 1 t-o LAFARGE WEST, INC. EQUIPMENT LIST ASPHALT PLANTS -4. 4 Oil Distributors 18 Field Conveyors 2 Draglines SPRAYERS 11 Light plants & Generators 14 Conveyors, portable 17 Silos 3 Baghouses TRUCKS & AUTOMOBILES 22 Passenger Cars 10 Single Axle Mechanic's 2 Single Axle FlatBeds 1 Tandem Flatbed 7 Single Axle Water 4 Single Axle Water 2 Tilt Trailers 40 Pickup Trucks 7 Tandem Patch Trucks .6 Tandem Water Trucks 22 Tandem Dump Trucks 30 Over -the -Road 2 Gravel Tailers 1 Gravel Tractors 10 Tool Trailers 7 Oil Trailers 1 4000 Gallon Water 1 Pipe Trailer 8 Lab & Office Trailers 5 Loboy & Hiboy Trailers 1 Rock Trailers 3 Single Axle Fuel Trucks 7 1-Ton w/Dist. -Tanks TRACTOR— CRAWLERS 2 Farm Tractors 1 834 CAT Dozer LOADERS 1 5 Michigan Loader 1 75A Michigan Loader TRAILERS W/RAMPS 1 AC Loader TERRAIN HYDRA CRANE 1 125 Michigan Loader 1 175B Michigan Loader 2 966 CAT Loader 1 275B Michigan Loaders TRUCKS 3 920 CAT Loaders TRUCKS 7 910 CAT Loaders TRUCKS 2 936 CAT Loaders 1 950 CAT Loader TRACTORS 3 Scoopmobiles 1 224 CAT Loader COMPACTORS 2 Vibro Plate Compactors CAT 815 WEIGHING EQUIPMENT 1 Scales 4 Ramsey Belt Scales SCRAPERS 5 613 CAT Scraper ROAD WIDENERS 1 Blaw Knox Road Widener RAILROAD CARS 35 Gondola Type Cars 1 1 COLORADO DEPARTMENT OF TRANSPORTATION Project No.: BIDDERS LIST DATA and UNDERUTILIZED ACQM455-074 DBE (UDBE) BID CONDITIONS ASSURANCE Location: Harmony and Shields Intersection Fart Collins Prime Contractor Instructions: This form has two sections, both must be completed and submitted with your bid. Complete Section I to list all subcontract quotes received (non -DBE and DBE). Complete Section II to report only Underutilized DBE (UDBE) participation percentages which qualify under the contract goal specification for this project. Please review CDOT Form #715 instructions before completing Section II. Attach additional sheets as necessary. POLICY It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have equal opportunity to participate on projects financed with federal, state or local entity funds. Consistent with 49 Code of Federal Regulations (CFR) Part 26.11, the Bidders List data provided by the Contractors will provide CDOT as accurate data as possible about the universe of DBE and non -DBE firms actively seeking work on its highway construction contracts, for use in setting overall DBE goals. cFr_TInnl I• rnnT BIDDERS LIST INFORMATION (Non -DBEs and DBEs) 1) Are all subcontract bids (quotes) received by your firm for this project listed below? [ Yes ❑ No 2) If No, make certain any additional subcontract bidding information is submitted to the CDOT Business Programs Office before 4:00 pm on the day after bids are opened to ensure CDOT has the best data possible for setting future DBE goals (use the same table format as below): COOT Business Programs Office 4201 E. Arkansas Ave., Room 200 Denver, Colorado 80222 FAX: 303-757-9019 EMAIL: eo@dot. state.co.us 3) The most recent CDOT Bidders List will be posted online at: www.dot.state.co.us/EEO/DBEProgramPage.htm -F NAME OF FIRM SUBMITTING BID/QUOTE CERTIFIED DBE FIRM? WORK ITEMS) DESCRIPTION FIRM BEING USED? ® Yes ❑ No 1. ❑ Yes R] No ❑ Maybe C&J Construction Conduit & Pull Boxes [� Yes ❑ No 2. Tree MovingTree El Yes � No Maintenance ElJOrdan's Maybe U Yes El No 3. Environmental Lo ist [3 Yes ❑ No cs Erosion Control El Maybe 4 Town & Country El ® No El Yes Maybe ❑ No Fence Fence ® Yes ❑ No 5. El Yes El No ❑ Maybe Son -Haul Inc. Fly -Ash Yes ❑ No 6. ❑ Yes No ❑ Maybe Don Kehn Constr. Milling ❑ Yes f] No 7. Garza Concrete [3 Yes ❑ No Concrete Structures ❑ Maybe ® Yes ❑ No 8, ❑ Yes ] No ❑ Maybe A&M Landscape Landscaping ❑ Yes ® No g. Phoenix Enterprises_ ❑ Yes EJ No Erosion Control ❑ Maybe El Yes )[I No 10. ❑Yes E] No El Maybe Alpha MillingMilling [M Yes ❑ No 11. ® Yes ❑ No ❑ Maybe CG&SGConcrete Concrete g Yes ❑ No 12. ❑ Yes K] No ❑ Maybe Gerrard Excavation Earthwork & Pipe ❑ Yes] No 13. Sturgeon Electric ❑ Yes kJ No Conduit & Pull Boxes ❑ Maybe Previous editions may not be used CDOT Form 714 Page 1 of 2 4/08 M 1 NAME OF FIRM SUBMITTING BID/QUOTE CERTIFIED DBE FIRM? WORK ITEM(S) DESCRIPTION FIRM BEING USED? ❑ Yes ® No 14. ❑ Yes ® No Concrete ❑ Maybe TLM ❑ Yes KI No 15. ❑ Yes ® No ❑ Maybe Narara'o Civil Concrete ❑ Yes J1 No 16. ❑ Yes [jd No ❑ Maybe Keifer Concrete Concrete ❑ Yes K] No 17. ❑ Yes W No ❑ Maybe TMT Milling ❑ Yes 1] No 18. Northstar Concrete ❑ Yes [N No Concrete ❑ Maybe ❑ Yes] No 19 Northern Colorado ❑ Yes ® No Earthwork and Pipe ❑ Maybe Constructors ❑ Yes $] No 20. ❑ Yes ® No Milling ❑ Maybe ARS, Inc. SECTION II: UNDERUTILIZED DBE (UDBE) PARTICIPATION COMMITMENT 1) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below: 19 •3 % 2) Will your company's Underutilized DBE (UDBE) participation commitment meet the contract goal? [ Yes ❑ No 3) List the UDBE firms, committed work items, and eligible UDBE percentage of your bid committed to each. CERTIFICATION COMMITTED % COMMITMENT UDBE FIRM NAME NUMBER WORK ITEM(S) TOWARD DBE GOAL' 1 Environmental .01 % Logistics 6167 Erosion Control 2. CG&S 145 Concrete 19 '29 3. % 4 ° °/ 5. % BOX A: TOTAL ELIGIBLE UDBE PERCENTAGE AMOUNT (Round to nearest hundredth) o� 19 " 30 � " Detailed instructions on how to calculate DBE commitment amounts are available on CDOT Form #715 and in the "Counting DBE Participation Toward Contract Goals and CDOT's annual DBE goal" section of the "DBE — Definitions and Requirements" in the Standard Special Provisions. I understand that, if my company is determined to be the low bidder for the contract on this project, I must submit a completed CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION for each firm listed in Section II of this form to the Transportation Department by 4:00 pm on the third work day after the day bids are opened. The actual amounts submitted on each CDOT Form #715 must equal or exceed the DBE percentage commitments documented on this form. In addition, if my company does not meet the DBE/UDBE goal for this project, I must submit a completed CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before 4:00 pm on the day after bids are opened. CDOT Form #715s submitted for firms not included on this form, OR for amounts exceeding those listed on this form, will be accepted but NOT counted as Good Faith Efforts. Only the efforts the contractor made prior to the bid opening will count as Good Faith Efforts. I understand my obligation to abide by the Policy stated above Section I. 1 shall not discriminate on the basis of race, color, age, sex, national origin, or handicap in the bidding process or the performance of contracts. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Company Name: Date: 01 /30109 Iva r W n Ken t R a 1 Company Officer Title: General Manager P s editions may not be used CDOT Form 714 Page 2 of 2 4/08 F 1 11 d J COLORADO DEPARTMENT OF TRANSPORTATION ' 7003 ANTI -COLLUSION AFFIDAVIT LC..ArIO•: Harmony and Shields Intersection I her?by attest that I am the person responsible within my firm for the final decision as to the pricafs) and amount of this bid or, it not. that I have'vnitten authorization. enclosed herevAth, from that person to make the statements set out belo:, on his or her behalf and on behalf of my firm. I further attest that: f. The prices) and amount of this bid have been arrived at independently, 'without consultation, communication or agreement for the purpose or with the effect of restricting competition -with any other firm or parson who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any olh-r firm or person who is a birlder or potential prime bidder on this project. and .vill not be so discloser) prior to bid oPening. 2B. Neither the prices nor_the amount of the bid of any other firm or person,.ho is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. hie attempt has been made to solicit. cause or induce any firm or parson v;ho is a bidder or potential prime t•id;l?r b� refrain from bidding on this project, or to submit a bid higher than the bid of lids firm, or any intentionally high or non- compc-titive bid or other forni of corrrplemereay bid. 3B. No aoieem?nt has been promised or solicited for any other firm or p-nson who is a bidder or potential prim? bidder on this project to submit an intentionally high, noncompetitive or other form •>f complementary bid on this proj-ci. 4. The bid of my firm is made in gaol faith and not pursuant fo any consuliatlorr, communication, agreement or discussion with, or inducement or solicitation by or from any firm or parson to submit any intentionally high• noncom- patlinre or other form of complementary, bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials pr services from any firm or person, or offered, promised or paid cash or an;Ahing of value to any firm or person, whether In connection :•pith this or any other project, In consideration for an agreement or promise by any firm or to refrain from bidding or to submit any intenllanally high, noncompetnive or other form of complementary bid person or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or aor-em-ill reoarding the sale of materials or services to any firm or person, and has n,:A been promised or paid cash or am -thing of value by ally firm or person. whether in connection :•rilh this or any other proje,,l, in consideration for my firms submitting any intentionally high, noncompetitive or other form of complementary bid• or agreeing cr promising to do so, on this project. 7. 1 have made a dilicl-nt inquiry of all members, officers, employees. and agents of my firm %vith responsibilities rel.=.ting io the preparation, approval or submission of my firm's bid on this project and have been advised I,y each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion. or other ronduct inconsistent :vhh any of the statements and representations made In this affidavit, 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment iron) the Colorado r�-partment of Transportation. of th- ,rile facts relating to submission of hods for this contra ct. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND'4.14Y OTHE APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATE1,017S MADE 014 THIS DOCUivt=ldT ARE TRUE " COMPLETE TO THE BEST OF t•.4Y KNOWLEDGE. nn CCni2=r s tIGT 0� :9m W _r ­•m'' ctr O1 Z 30 10 Lafarge West Inc �en�alna er E ilrArcbrF 9m of :6mpa?: n'na III lent v^n�J�?) , 9V late N / A TXIe Sworn to before me this 30th cllY ot, January 20 09 03/28 09 ! Y 04 ���Ci e- ARe NOTE: Tills document must be signed In Ink. �pTAgy = _.... ..CL .� A O yam.• •r���'F . ,•P ��. OF.CO`o�NS 1/1►1111110\ SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD Date: February 11, 2009 ' TO: Lafarge West, Inc. PROJECT: 7003 Harmony -Shields Intersection Improvements OWNER: CITY OF FORT COLLINS ' (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated January 30, 2009 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 7003 Harmony -Shields Intersection Improvements. The Price of your Agreement is $1,177,956.23. Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. ' You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by February 26, 2009. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. ' Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER � B � b 4--__ Y Jam s B. O'Neill, II, CPPO, FNIGP ' rector of Purchasing & Risk Management 1 ' Section 00510 Page 1 SECTION 00520 ' AGREEMENT THIS AGREEMENT is dated as of the llth day of February, in the year of 2009 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and ' Lafarge West, Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set ' forth, agree as follows: ARTICLE 1. WORK ' CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 7003 Harmony - Shields Intersection Improvements ARTICLE 2. ENGINEER ' The Project has been designed by Interwest Consulting Group, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents.. ' ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Completed by July 20, 2009, the date. ' when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions, on August 14, 2009. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving ' in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1 Section 00520 Page 1 1) Substantial Completion: Two Thousand Three Hundred Sixty Three Dollars ($2,363.00) for each calendar day or fraction thereof that expires after July 20, 2009 for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500.00) for ' each calendar day or fraction thereof that expires after August 14, 2009 for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 1 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: $1,177.956.23, in accordance with Section 00300, attached and incorporated ' herein by this reference. ARTICLE 5. PAYMENT PROCEDURES ' CONTRACTOR shall. submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be ' processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General ' Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price. Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the 1 aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the, retainage equals 5% of Ithe Contract Price, and if the character and progress of. the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, .may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of ' materials and equipment not incorporated in the Work (but 'delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application ' for payment. 1 Section.00520 Page 2 ' 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. ' 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ' ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 1 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the ' accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information ' Section 00520 Page 3 e or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 1.3. of the General Conditions. i 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6..6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and ' the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS r 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not ' limited to, the following: 1 7.2:1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance ' 7.2.3Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5Application for Exemption Certificate ' 7.2.6Application for Payment i ' Section 00520 Page 4 We� IM am r m r m m m� � m m "I m rs mm m Project: Harnumy / Shields Intersection Improvements Protect Federal Aid Protect No. AQC ,\1455-074 Addendum 1 Spec/Item Estimated Number Description Unit Unit Cost uantlty hem Cost Harmony / Shields Intersection Improvements Prolect 201-(XX)00 Clearing and Cribbing I LS 202-00010 Removal of Tree 96 EA 202-00011 Tree Trimming 10 EA 202-00035 Removal of Concrete Pipe 112 LF 202-00037 Removal of End Section 3 EA 202-00200 Removal of Sidewalk 740 SY 202-00202 Removal of Concrete Gutter (10 Foot Wide) 60 LF 202-00203 Removal of Curb and Gutter 1329 LF 202-00206 Removal of.Curb Ramp 36 SY 202-00210 Removal,of Concrete Pavement 45 Sl 202-00220 Removal of Asphalt Mat 9551 SY 202-xxxx Removal of Concrete Traffic Signal Pole Base (Top 3 Feet) 4 EA 1 ' 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: ' SHEET NO. INDEX OF SHEETS 1 TITLE SHEET 2 STANDARD PLANS UST 3-5 GENERAL NOTES 6 TYPICAL SECTIONS ' 7-8 SUMMARY OF APPROXIMATE QUANTITIES 9 SUMMARY OF EARTHWORK QUANTITIES 10 TABULATION OF REMOVAL ITEMS, RESET & ADJUSTMENTS 11 TABULATION OF C&G, SIDEWALK & SURFACING QUANTITIES 12 TABULATION OF STORM SEWER AND PIPE 13 SURVEY CONTROL PLAN 14-15 EXPLORATORY BORING LOGS 16-18 SHIELDS REMOVAL PLANS 19 HARMONY -SHIELDS INTERSECTION REMOVAL PLAN 20-27 SHIELDS PLAN SHEET 28-30 SHIELDS PROFILE SHEETS 31-32 SHIELDS MEDIAN PLAN SHEETS 33-34 SHIELDS MEDIAN PROFILE SHEETS 35-39 SHIELDS GRADING PLANS 40 HARMONY -SHIELDS INTERSECTION GRADING PLAN ' 41-47 SHIELDS EROSION CONTROL PLANS 48-50 STORMWATER MANAGEMENT PLANS ' 51-52 SHIELDS STORM SEWER PLAN & PROFILES 53-54 HARMONY -SHIELDS INTERSECTION CONCRETE JOINTING PLAN 55-58 SHIELDS CROSS SECTIONS 59-61 PHASING PLANS WORK BY OTHERS (FOR INFORMATION ONLY) 62-64 SHIELDS SIGNING & STRIPING PLANS ' 65-66 HARMONY -SHIELDS INTERSECTION SIGNAL PLANS CDOT ROW PLANS (FOR INFORMATION ONLY) 1 (11 SHEETS) HARMONY -SHIELDS INTERSECTION IMPROVEMENTS ROW PLANS NEW AND REVISED STANDARD PLANS S-627-1 PAVEMENT MARKINGS (5 SHEETS) S-630-1 TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION (12 SHEETS) ri ' Section 00520 Page 5. ' The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 1, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. ' 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent _(except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the ' contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the- Contract Document. ' 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, IAgreement and obligations contained in the Contract Document. 11 1 Section 00520 Page 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 OWNER: CITY OF FORT �(ALLT)NS By: DARIN TEBERRY gNAGER, CITY OF FORT COLLINS ByJAO'NEILL II, CPPO, FNIGP ECTOR OF PURCHASING AND RISK MANAGEMENT CONTRACT R Lafarge West, Inc. By: Title: GC-t3ejea—lLi FOR�-cG` Date: Date: SEA t' (CORPORATE SEAL) Attest: Attest: City Clerk Address for giving notices: Address for giving notices: P. 0. Box 580 T u1A I xku Fort Collins, CO 80522 ad /41E l i7 050101 LICENSE NO.: DU&j� / SECTION 00530 NOTICE TO PROCEED Description of Work: 7003 Harmony -Shields Intersection Improvements To: This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20_ The dates for Substantial Completion and Final Acceptance shall be, 20_ and 20_, respectively. City of Fort Collins OWNER By. Title. ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20 CONTRACTOR: Lafarge West, Inc. By: Title. Section 00520 Page 3 SECTION 00600 . BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate.of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate SECTION 00610 PERFORt9ANCE BONA Bond No'. 6606163 ALL MEN BY THESE PRESENTS: that '11110111 can' (Fi;cm) Lafarge North America Inc. dba Lafare West, Inc. x (Address) 1800 N. Taft Hill Rd., Fort Collins, CO 80521 > U) (XXXX&dQWMW1, (-xxRA0bG=Xh4), (a Corporation), hereinafter referred to ' N the "Principal" and as "a c (Firm) Safeco Insurance Company of America Safeco Plaza, Seattle, WA 98185 '(Address) _ hereinafter referred to as "the Surety", are held and firmly bound unto _ City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 60522 a O i 'zn (Municipal Corporation) hereinafter referred to as the "Os,1NER", in the penal c gum of *See Side 0 in lawful money of the United States, for the payment -of which sum well and truly to be made, we co o bind ourselves, successors and assigns, jointly and severally, firmly by these c o ` presents. O ~ N THE; CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the jj1hday of 2009 , a copy of which is hereto attached and made a part hereof for the performance ' Of The City of .Fort Collins project,7003 Harmony -Shields Intersection Improvements. NObi, THEREFORE, if the Principal shall well, truly and faithfully perform its ' duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and du:.ing the life of the guaranty -Period, and if the Principal shall satisfy all ' cl,3ims and demands incurred under such Agreement, and shall fully indemnify Anil save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay ' an-d expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. Re+ 10/20/07 Section 00610 Page 1 0 H PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such changer extension of tine, alteration or'addition to the terms of -the Agreement or to the work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CO2rTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS EREOF, this instrument is executed in three (3) counterparts, each one o which shall be deemed an original, this 11thday of February Ulu. N P NCE F: Principal Lafarge North America, Inc. dba Lafarge West, Inc. (Title) (;ter 1800 N. Taft Hill Rd., Fort Collins, CO 80521 r (Address) i14 (+Cc7rporate Seal) ENCE OF; Oth Partners �frr IN ;PRE5ENCE F : Sure Safeco Insurance Company of America 11 By � ' mlra ea r Attorneyy-ln- a Hy; Safeco Plaza, Seattle, WA 98185 Eliz h Marrero 'f1v (Address) (S•arety Seal) NOTE: Dat® of Sond rmst aot be prior to date of Agreement. ' If CONTRACTOR is Partnership, all pWrtnere should execute Bond. ' Rev 10/20/07 Section 00610 Page.2 SECTION 00615 PAYMENT BOND c Bond No. 6606163 ' > KNOW ALL MEN BY THESE PRESENTS: that (Firm) Lafarge North America, Inc. dba Lafarge West, Inc. ID X (Address) 1800 N. Taft Hill Rd., Fort Collins, CO 80521 ' N (a�xZRxcHl)• (&xRxr=xff=11J9. (a Corporation), hereinafter referred to as (6 the "Principal" and (Firm) 2 � r c = cv (Address) O a> C In c0-0 Z ea hereinafter referred to as "the Surety", are held and firmly bound unto the ' o Cityof Fort- Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a CU O (Municipal Corporation) hereinafter referred to as *See "the OWNER", in the penal c O o ~ ci N sum of Side United States, for the payment of which sum well and in lawful money of the truly to be made, we bind Ourselves, successors and assigns, jointly and severally, firmly by these presents. ' THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 11thday of February 20 09, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 7003 Harmony --Shields Intersection ' Improvements. NCW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations .furnishing materials for or performing labor. ' ir.. the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. I ' Rev IW20/07 Section 00615 Page 1 H r� 7 ¢-P PROVIDED., FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension Of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of tines, alteration or addition to the terms of the Agreement or to the work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CMTTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OwER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this11th day of February , 2009. IN PRESENCE OF: Sao Cgrporate Seal) ft a I _PRESENCE OF. `��a�`�tF..114tR;,;�it1�•.n "4 wd Lafarge West, Inc. (Title) 1800 N. Taft Hill Rd., Fort Collins, CO 80521 (Address) Cher Partners00 /y+T `L 1 P ^ Surety ^ VLk-k-&J-4i feco Insurance Company of America Sanara C. uFunson, Attorney -in -Fact — By. Safeco Plaza., Seattle, WA 98185 (Address) NOM Date of Bond must not he prior to date of Agreemmnt. ' If CONTRACTOR is Rawtnership, all partners should execute Bond. IRev loraw Section 00615 Page 2 H C -1 Safeco Insurance Company of America POWER General Insurance Company of America Safeco Plaza OF ATTORNEY Seattle, WA9818s KNOW ALL BY THESE PRESENTS: No. 5014 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint SANDRA E. BRONSON; ROSEMARIE CAPONI; RICHARD A. JACOBUS; DENNIS C. LAUSIER; ELIZABETH MARRERO ; MAUREEN MCNEILL; WAYNE G. MCVAUGH; MARY C. O'LEARY, ADRIENNE SEAFORD; DOUGLAS R. WHEELER; DARELLA E. WHITE; Philadelphia, Pennsylvania************************************************************** its true and lawful attorney(s}in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 1Oth day of November 2008 Edmund C. Kenealy. Secretary Timothy A Mikolajewski Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. -.FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Edmund C. Kenealy Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. o Y {f IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation ,, this day of _ v r✓'i V !�j (' � �� s. � r � , S-0974/DS 10108 x a .;fit !t fix Sa awes. - Edmund C. Kenealy, Secretary ` e Safeco® and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF