Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutBID - 7003 HARMONY STREETS INTERSECTION IMPROVEMENTSF6rt of
�Purchasing
ADDENDUM No. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of 7003: Harmony -Shields Intersection Improvements
OPENING DATE: 3:00 P.M. (Our Clock) January 30, 2009
Financial Services
Purchasing Division
215 N. Mason St. 2"' 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. If 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 the City, 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
Ill. 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
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT NO.
ANTI -COLLUSION AFFIDAVIT
HOC TICN
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.
I further attest that:
1: 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 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 potential prime bidder to
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.
3B. 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.
4. 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. I 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 COMPLEiE TO THE BEST
OF MY KNOWLEDGE.
Contrwces :Irm or tnmparrj name
By
Date
TI•.da
2nd o]ntractw s :Im or comWq name. (Ir Jasrn vmtum.)
By
'ate
TWe
Swom to before me this day of, 20
N-aty Put71C
my cm.nissm exvey
NOTE: This document must be signed In Ink.
CDOT Fof n #ON 1102
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
li Contractual timemits ......................................
12.2
Delays beyond CONTRACTOR'S
control........................................................12.3
Delays beyond OWNER's and
CONTRACTOR's control............................12.4
Notification of surety .........................................10.5
Scope of change........................................10.3-10.4
Change Orders --
Acceptance ofDefective Work ..........................13.13
Amending Contract Documents .........
........ . 3.5
Cash Allowances
11.8
Change of Contract Price.....................................11
Change of Contract Times...................................12
Changes in the Word.............................:............10
CONTRACTOR's fee ........................................
11.6
Cost of the Work.......................................11.4-11.7
Cost Records....................................................11.7
definition of
.........................................................
1.9
emergencies.....................................................6.23
ENGINEERS responsibility ........
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 ..............................
OWNER'S Responsibility ............................8.6,
10.4
Physical Conditions --
Subsurface and,... ...........................................
4.2
Underground Facilities--............................4..2
Record Documents,,,,,,,,,,,,,,
Scope of Change ....... ... ................
... ..... .....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 of surety .........................................10.5
OWNER's and CONTRACTOR's
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
against OWNER...............................................6.32
Change of Contract Price ........................
...
9.4, 11.2
Change of Cattract Times ... ........
..... 9.4, 12.1
CONTRACTOR'S ............. 4, 7.1,
9.4, 9.5, 9.11, 10.2,
........................... 11.2,11.9,12.1,13.9;14.9,
15.1, 15.5, 17.3
CONTRACTOR's Fee ........: 11.6
............................... .
Article or Paragraph
Number
CONTRACTOR's liability ........... 5.4, 6.12, 6.16, 6.31
Cost of the Work11.4,
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
Noticeof ......... .............................. I ....
I ...... I ......1.7.3
OWNER's....................9.4, 9.5, 9.11, 10.2,
11.2, 11.9
............... . ........12.1, 13.9, 13.13,
13.14, 17.3
OWNER's Iiability..............................................
5.5
OWNER may refuse to make payment ...............
J. 4.7
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
Waiver of --on Final Payment.„..............14,14,
14.15
Work Change Directive......................................10.2
written notice required ......................9.11, 11.2, 12.1
Clarifications and Interpretations..,.__......
3.6.3, 9A 9.11
Clean Site
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 .....................
j6.22
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...............................17.2.1-17.2.2
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)
Cash Allowances..............................................11.8
Article or Paragraph
Number
Change of Contract Price ............ .....................
.. .11
Change of Contract Times ..................................
12
Changes in the Work ............................. I ...
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... .....................................................
3.1-3.4
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
Reuse of ...............................................................
3.7
Supplementing ..........................
3.6
Termination of ENGINEER s Employmerit..........
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 ..........................................................I
I
Decision on Disputes........................................9.11
definition of
1.11
Contract Times --
adjustment of..........................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
Stop Work requirements..................................4.5.2
CONTRACTOR's-
Article or Paragraph
Number
Compensation ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,I .....
1.11.1-11.2
Continuing Obligation.....................................14.15
Defective Work ............... .......... 9.6, 13.10-13.14
Duty to correct defective Work ..........................13.11
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 Machinery 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
N otice of Intent to Appeal .........................9.10,
10.4
obligation to perform and complete
the Work ......................................... I ...........
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.... I......................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 Work..........................„....6.9.2
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........................................6; 7.2;
7.3, 8.9
Hazardous Communication Programs ...........
6.22
Indemnification
6.31-6.33
vii EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Labor, Materials and Equipment..............0.3-6.5 CONTRACTORS --other..... ,... ... ,....
......,.......
.....
,........, 7
Laws and Regulations...... ........ .........6.14 Contractual Liability Insurance......... ......... .....5.4.10
Liability Insurance........................................5.4 Contractual Time Limits .......................................... 12.2
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's approval of required
subm ittals
......................:........................
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
To Report........ ........ ......... ............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, ..... 102
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 .................. 6.20-6.22, 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 --
CONTRACTOR stop Work or terminate ........ 15.5
Reports of Differing Subsurface
and Physical Conditions...._ .................
4.2.3
Substantial Completion................................14.8
hii
Article or Paragraph
Number
Coordination—
CONTRACTOR's responsibility ........................6.92
Copies of Documents .......................
2.2
Correction Period ...................................................
13.1_
Correction, Removal or Acceptance
of Defective Work--
in general...................................10.4.1,
13.10-13.14
Acceptance ofDefective Work..........................13.13
Correction or Removal of
Defective Work.................................630,
13.11
Correction Period............................................
13.12
OWNER May Correct Defective Work.....___..._13.14
OWNER May Stop Work ...........
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
CONTRACTOR's Fee ..... ........... ...........
. .. . ....... ..11.6
Employee Expenses......................................11.4.5.1
Exclusions to....................................................11.5
General 11.4-11.5
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
Records 11.7
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............................1.1.4.5.4
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 ....................................
9.1.1, 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)
Correction or Removal of10.4.1, 1111
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 .................................................................
1
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
genera116
Mediation
1.6.6
Dispute Resolution Agreement.........................16.1-16.6
Disputes, Decisions by ENGINEER,,,,,,,,,,,,,,,,,, ...................
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
Emergencies............................................................23
6
ENGINEER --
as initial interpreter on disputes .................9.11-9.12
definition of
1.17
Limitations on authority and. responsibilities,,,,,
9.13
Replacement of ..................................................
8.2
Resident Project Representative ...........................9.3
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
s Evaluation of Substitute Item
.............................
6.7.3
Liability...................................................6.32,
9.12
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 on,,,,,,,,,,,,,,,,
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 Construction --
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_,,,.,,,,
9.11-9.12
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...... I .......................
7.2, 9.1
Equipment, Labor, Materials and,,,,,,,,,,,,,,,,,,,,,,, .........................
Equipment rental, Cost of the Work,,,,
11.4.5.3
Equivalent Materials and Equipment ........................
6.7
error or omissions
....................................................
6.33
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,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,14.13-14.14
Prior to, for cash allovences..............................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 Communication Programs ..........................
6.22
Hazardous Waste --
definition of .....................................................1.21
general.............................................................
4.5
O WNER's responsibility for ..............................
m 0
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 ... I..........................9.13.4, 13.5, 14.12
Final 14.11
............................................................
Article or Paragraph
Number
Special, required by ENGINEER ............._....__._.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 .................... I...............5.10
OWNER as fiduciary for insureds ..............
5.12-5.13
OWNER's Liability............................................5.5
OWNER's Responsibility ....................... ..............8.5
„ Partial Utilization, Property Insurance .............
5.15
Property................................ I . - ................5.
6- 5.10
Receipt and Application of Insurance
Proceeds ...............................................
5.12-5.13
Special Insurance .............................................
5.10
Waiver of Rights...............................................5
11
Intent of Contract Documents ................................
3.1-3.4
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
CONTRACTOR's 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 ......................
142
CONTRACTOR's Warranty of Title ..... .. .............14.3
Final Application for Payment .........................
14.12
definition of ................ ......... ......... ,,....1.23
Waiver of Clauns......_..
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 .................... I...................17.2
Cumulative Remedies ........................................
17.4
Giving Notice....................................................17.1
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....................................I.......................17.1
Tests and Inspections ...... I.................................13.3
Variation, Shop Drawing and Sample ........ .......6.27
Notice to Proceed --
definition of.....................................................1.26
givingof ...................... ...................... I ............... .3
EJCDC GENERAL. CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Notification to Surety.........................................:....10.5
Observations, by ENGINEER.......
...........................
6:30; 9.2
Occupancy of the Work._................
5.15, 6.30.2.4, 14.10
Omissions or acts by CONTRACTOR..............6.9, 9.13
Open Peril policy form, Insurance ..........................5.6.2
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 ..........................
1.3.13
appoint an ENGINEER ......................................
8.2
as fiduciary ...............................................5.12-5.13
Availability of Lanck, responsibility ..... I....
I......... 4.1
definition of .......................................................
1.27
data, furnish ........................ ..........................
....8.3
May Correct Defective Work...........................1.3.14
May refuse to make payment ..........................
14.7
May Stop the Work.. ...... ........................ .......
13.10
May Suspend Work,
Terminate ...........................8.8, 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
ChangeOrders..............................................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......._....„...8.8, 13.10, 15-1
terminate CONTRACTOR's
services..........................................8.8,
15.2
separate representative at site..............................9.3
testing, independent.........................................13.4
use or occupancy
of the Work.........................5.15, 6.30.2.4, i4.10
written consent or approval
required.........................................9.1, 6.3, 11.4
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Num ber
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 --
definition 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 ProgressFayments ......................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............. :...........................................
.3, 14
Partial Utilization ............................................
14.10
Retainage..........................................................1.4.2
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
Perm its ..............................................................
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
Subsurface and ................ :................... ..............
..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 Indicaed .........................
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--
defintion of .............................
1.32
general4.5
OWNERs 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 .................................
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
provisionfor............................................................ 9.3
xii EJCDC GENERAL CONDITIONS I910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Number
Resident Superintendent, CONTRACTOR's................6.2
Responsibilities—
CONTRACTOR's-in general ................................. 6
ENGINEER's-in general........................................9
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
Rightsof Way..........................................................4.1
Royalties, Patent Fees and .. ...... ...... **
.,...... ,,,.... , 6.12
Safe Structural Loading..........................................6.18
Safety --
and Protection................................4.3.2,
6.16, 6.18,
...... .. ........ ......... ... ..6.20-6.21,
7.2, 13.2
general....................................................
6.20-6.23
ONACT Representative, CTROR'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 ............. I ..... .....
..... _......... I ... 6.25
Schedule of progress.............................2.6;
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 Values..............................2.61
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
Preliminary ........................................
...... ......... 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...............................2.8,
6.24-6.28
Article or Paragraph
Number
submittal 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, .........
precedence .................................. ...............3.3.3
Standards and Specifications
of Technical Societies ........................................
3.3
Starting Construction, Before ............ ............
I ...... 2.5-2.8
Starting the Work ......................................................
2.4
Stop or Suspend Work --
by CONTRACTOR...........................................15.5
by OWNER .............. .... .. . .. ..
.. .' '. 8:8,
....
13.10, 15.1
Storage ofmaterials and equipment .....................4.1,
7.2
Structural Loading, Safety ...................... ...............6.18
Subcontractor --
Concerning,.......... .....................................
6.8-6.11
definition of ............................:.........................
1.37
delays............................................................12.3
waiver of rights................................................6.11
Subcontractors --in general ..............................
_6.8-6.1.1
Subcontracts --required provision........, 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
Subm issions......................................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
Substitute Construction Methods or Procedures ........ 6.7.2
Substitutes and "Or Equal" Items...............................6.7
CONTRACTOR's Expense ...........................
6.7.1.3
ENGINEER's Evaluation
6.7.3
"Or -Equal .....................................................
6.7.1.1
Substitute Construction Methods
xiii 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 relatpg to„ ......................
4.11.2
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
Subsurface and....................................................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 ............ 3.7, 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 .......................
j 3.10, 15.1
Suspension of Work and Termination-- ......................15
CONTRACTOR May Stop Work
or Terminate .............................. ..............15.5
OWNER May Suspend Work... ....................
...... 15.1
OWNER May Terminate ,,,,,,,,,,,,,,,,,,,,,I..,,,,,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...............................9.2
Suspension of Work-in general ........................I....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 .........................j3.4
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.........................................................1.7.2.2
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.........................................................1,1.9.3
definition of....................................................1.42
general] 1.9, 14.1, 14.5
Unit Prices--
general11.3.1
Determination for ...............................
.............. 9.10
Use of Premises, ................................
6.16, 6.18, 6.30.2.4
Utility owners............................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„ .................._,.,..,--2.6,
2.8-2.9, 14.1
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS
MODIFICATIONS (REV 9/99)
Variations in Work --Minor
Authorized ....................................... 6.25, 6.27, 0.5
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, CONTRACTORS .......................14.3
Work --
Accessto..........................................................13.2
by others, .......
Changes in the
...................10
Continuing the .................................................
6.29
CONTRACTOR May Stop Work
or Terminate ................................................
15.5
Coordination of ....................................................
7.4
Cost of the.................................................11.4-11.5
definition of
.........................................................
1.43
neglected by CONTRACTOR...........................13.14
other Work ..............................................:.........
7
OWNER May Stop Work:................................13.10
OWNER May Suspend Work...................13.10,
15.1
Related, Work at Site
7.14.3
Starting the........................................................2.4
Stopping by CONTRACTOR.............................1.5.5
Stopping by OWNER ............ .. ......
...
... ....... 15.1-15.4
Variation and deviation authorized,
minor............ 3.6
Work Change Directive --
claims pursuant to.............................................10.2
definition of ..........
..........................
1.44
............:....... .
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
xv EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
COLORADO DEPARTMENT OF TRANSPORTATION Proje #:
BIDDERS LIST DATA and UNDERUTILIZED
DBE (UDBE) BID CONDITIONS ASSURANCE Location:
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 Il. 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.
SECTION I: CDOT BIDDERS LIST INFORMATION (Non -DBEs and DBEs)
1) Are all subcontract bids (quotes) received by your firm for this project listed below? ❑ Yes 0 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 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
Name of firm submitting BidlOuote
Certified
DBE firm?
Yes No
Work item(s) description
Firm being
used?
Yes No V
1;
2.
3.
4,
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
Page 1 of 2 Previous editions am obsolete and may not be used CDOT Form #714 4r08
(This page left blank intentionally)
xvi EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
GENERAL CONDITIONS
ARTICLE 1--DEFINITIONS
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 contract between OWNER
and CONTRACTOR covering the Work to be performed;
other Contract Documents are attached'to'the Agreement
and made a part thereof as provided therein.
1.1 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. Bid -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.
I.S. Bondi —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 1910-8 (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, firm 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 Documents, 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.
1.20. General Requirements —Sections of Division I 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 or
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.
125. Notice of Award —A 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 Proceed —A written notice given by
OWNER to CONTRACTOR (with a copy to ENGINEER)
fixing the date on which the Contract Times will
commence to non and on which CONTRACTOR shall start
to perform CONTRACTOR'S obligations under the
Contract Documents.
1.27. 0MVER—The public body or authority,
corporation, association, firmor 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 of 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 Contract Documents 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
EJCDC GENERAL CONDITIONS 19I0-8 (1990 Edition)
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 Hours --Regular working hours
are defined as 7:00am to 6:00p n 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 drawings, 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. Spec cations —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, firm 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 furnish any of the following services or
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
and is the result of performing or furnishing 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 paragraph 4.2 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 Amencbnent---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 nonengineering
or nontechnical rather than strictly construction -related
aspects of the Contract Documents.
ARTICLE 2—PRELIMINARY MATTERS
Delivery of Bonds:
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 famished, 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 of the Agreement, or,
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATTONS (REV 412000)
if a Notice to Proceed is given, on the.day indicated in the
Notice to Proceed. A Notice to Proceed may be given at
any time within thirty days after the Effective Date of the
Agreement T_ . eve -RA :ii ah, Gent -Fast T-4mes
vto Pan later than the sixtieth day after- the. day
,.Cing r the thirtieth day a fte f the E ffe etiyt Bate
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 prior to the date on
which the Contract Times commence to run.
Before Starting Construction:
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
measurements. 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;
2.6.2. 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 construction. Such prices will include an
appropriate amount of overhead and profit applicable"
to each item of Work.
247. Before any Work at the site is started,
CONTRACTOR and G;WiE R shall eseh deliver to the
ethar OWNER, with copies to eaeh additional insure
identified in the Supplemen", Condit ENGINEER
certificates of insurance (and other evidence of insurance
seasenabb, —request requested by OWNER) which
CONTRACTOR is required
to purchase and maintain in accordance with
paragraphs ` 5.1, ��.6an J.T.
Preconstruction Conference:
2.8. Within twenty days after the Contract Times start to
nrrt, 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.
Initially Acceptable Schedules:
2.9. Unless otherwise provided in the Contract
Documents
, at least ten days befafe submission of the fifst
Applioation for Pa before any work at the site begins
a conference attended by CONTRACTOR, ENGINEER
and others as appropriate designated by OWNER will be
held to review for acceptability to ENGINEER as provided
below the schedules submitted in accordance with
paragraph 2.6. and Division l - General Requirements.
CONTRACTOR shall have an additional ten days to make
corrections and adjustments and to 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 will 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 therefor. 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 E(6tion)
wJ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
describe a functionally complete Project (or part thereof)
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 9.4.
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. If, 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 supplement 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
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 the 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
furnishing 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
Contract Documents.
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),
3.6.2. 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 ofDoeuments.
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-of4ay and easements for access
thereto, and such other lands which are designated for the
use of CONTRACTOR. Upon F@asariable written request;
4—stsment of rpoord legal title and legal deseription of the
in notice
of o C.1:.,.. re... ,..1...—.,vo..—larfirr.....A..
accordance with applicable Laws and Regulatiam.
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 11 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:
42.1.1. 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
inform ation.
42.3. 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
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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 immediatelv 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) until receipt of written order to do so.
4.2.4. ENGINEER'' 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 10 to reflect and document the
consequences of such change.
4.2.6. Possible Price and Times Adfustments: An
equitable adjustment in the Contract Price or in the
Contract Times, or both, will be allowed to the extent that
the existence of such uncovered or revealed condition .
causes an increase or decrease in CONTRACTOR's cost
of, or time required for performance ol� 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 4.2.5 will not be an
automatic authorization of nor a condition
precedent to 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 9.10 and 11.9; and
42.6.4. 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
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 Conditions —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 Indicated: 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, prertptly
iminediately 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
EJCDC GENERAL CONDITIONS 1910-8 (1990 Ed tion)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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
Facility as provided in paragraph 6.20.
CONTRACTOR shell may be allowed an increase in
the Contract Price or'an extension of the Contract
Times, or both, to the extent that theyare attributable
to the existence of any Underground Facility that was
not shown of indicated in the Contract Documents
and that CONTRACTOR did not know of and could
not reasonably 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 11 and 12. However,
OWNER, ENGINEER and ENGINEER's
Consultants shall not be liable 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 approval 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 Bonds.
5.1. CONTRACTOR shall famish 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 by Laws 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 furnished 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
shall within 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 arid 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. QIAI rMo�. a' Fn
deliver to C-0:4TRAGTOR; with eopies to eao
Eendi,: a e f (and othe
ether additional ;0i:ieh 93WI�R
paragraphs 5.6 and 5.7 hereof.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
CONTR4CTOR's Liability Insurance:
5.4. CONTRACTOR shall purchase and maintain such
liability and other insurance as is appropriate for the Work
being performed and furnished and as will provide
protection from claims set forth below which may arise out
of or result 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 perform 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;
5.42 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;
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;
5.4.9. include completed operations insurance;
E]CDC GENERAL CONDITIONS 1910.8 (1990 Edtian)
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 at least until final payment
and at all times 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 certificate of 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:
Name of firm submitting Bid'Ouote
certified
DBE firm?
Yes No '
Work item(s) description
Firm being rt
used?
Yes No
15.
16.
17.
18.
19.
20.
F1
SECTION II: UNDERUTILIZED DBE (UDBE) PARTICIPATION COMMITMENT
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 ❑ 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.
%
e
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 #715 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 #715 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 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 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.
1 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:
oye v rrerwuseumons ate oasomte ana may not oe usea CUUI Farrn#714 4i68
: 1 1 1 OkWTER and G(D.Un AGTO : ,.. d ♦hat alpolicies purchased in aeoerdance With paragraphs S.
SHbeentmeters; E4r�c>;R= ;GPMRRs
such policies shall 3 the effeet tha
in the event of pal or damage th
insurers -hill -have -no -rights -of -recover) -against -any -of,
the im-suwgds eF additional insureds thereunder.
vas
all losses an
any, of the perits. covered 1)), such policies and any
ether property ipsumnee applieable to the IXME� and;
in additiom waive all sueh tights again
Subeentraeters, Us IQP1 E� E ; ENGPoa. gs
G-R-n-malt—Ant-q And- all other persons or entities id ntifie'd-
losses and damages so eaused. None of the Aheve
waivers hall extend to the rights that any party
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 1I/M- t the extent of an), ,ledu6tihle. Amount,; that e
tiens. The risk o
less *.,ith-insueh identified deduGtible amE)w* will be borne
such lees and if a of them . ,is es prop",
coverage wifl4n the limits of sueh -
PUF61tasa and maintain it at 048 pure'
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
Receipt andApp&cation oflnswranceProceed,
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
paragraph5.13. 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 any 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 such objection be made, OWNER as fiduciary
shall make settlement with the insurers in accordance with
such agreement as 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 and if required in writing by any ..,,r
proper perfemwiee sfmveh duties.
Acceptance of Bonds and Insurance; Option to Replace:
5! 14. If ether party (01I WE of GONT AGTOR)
OWNER has any objection to the coverage afforded by or
other provisions of the,Pends er insurance required to be
purchased and maintained by the etkef p"
CONTRACTOR in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the
ebJe t:..g party shall*se neti fy the e ffi._ pai: y OWNER will
notify CONTRACTOR in writing within tee fifteen days
after receipt delivery of the certificates {1. evidence
Fogaestedj to OWNER as required by paragraph 2.7.
OWNER and G9?9RAGT-GR shall each provide te the
previdad as_ the ether mey rease�� 01� request 4AW
of ...h paFty by the Cantmet
m DUMOntS; .01,pany Shall M:F. the ..the. PHFt5- in
writing of sueh failure to purehase ffief to the staft of the
Wad, or ofsuch failuse to maintain
the required oeyerag, IIT:th....t ...a:..,J:..3 t,. any ether right
edy, the ,.the...., ele obtain ..len
severage, and a Change Order shall �e issued to adjust the
Partial Utilization —Property Insurance:
5.15. If OWNER finds 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
RESPONSIBILITIES
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 complies 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
overtime work or the performance of Work on Saturday,
Sunday 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
copy of the resolutions are available for review in the
offices of the Purchasing and Risk Mans eg ment
Division or the Citv 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 -a 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 in 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
peragraph2.9) 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 1910-8 (1990 Edition)
12 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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 ENGINEER's sole
discretion, be accomplished without compliance
with some or all of the requirements for
acceptance ofproposed 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
furnish or use a substitute item of material or
equipment, CONTRACTOR shall fast make
written application to ENGINEER for acceptance
thereof, certifying that the proposed substitute will
perform adequately the functions and achieve the
results called for by the general design, be similar
in substance to that specified and be suited to the
same use as that.specifted 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 payment of 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 subcontractin . 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. CONTRACTOR's Expense: All data to be
provided by CONTRACTOR in support of any
6.8.2. if the Supplernentai,, Condition Bidding
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,' 9
Documents, CONTRACTOR may furnish or utilize a
GGNTPAGTOR has submitted a list thereof :-
substitute means, method, technique, sequence or
apeordAnee 1.vit-h the Supplementary Conditions
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 acceptance -or objection in
determine that the substitute proposed is equivalent to
the bidding documents or the Contract Documents) of
that expressly called for by the Contract Documents.
The procedure for review by ENGINEER will be
o .,emir.'. may be reye ed en the
similar to that provided in subparagraph 6.7.1.2.
basis of reasonable objeGtion after due
., e CYQNTU A 40R ,
6.7.3. Engineer's Evaluation: ENGINEER will be
I.Vhd Ah ShAll
. .)le gubstitu , the Gent et P _e will u_
allowed a reasonable time within which to evaluate
adjusted by the EliffeFen6a in the oest aecasiefied by
each proposal or submittal made pursuant to
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
evidenced by either a Change Order or an approved
written approval is obtained from 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
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 Contract Documents 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
6.8.1. CONTRACTOR shall not employ any
obligation on the part of OWNER or ENGINEER to
Subcontractor, Supplier or other person or organization
pay or to 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.
furnish 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.
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) 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. Whenever any such agreement
with A SuhnRntmoter or Supplier whe is lqstAd AS An n �6�5.7, the hetween th
Cn�rrn ACTnD And the Suhonnt..,.,..,..
eentain provisions whereby the Subeentraeter or Supplier
waives all rights against OWNER, CONTDAGTO
ilting firem any of the perils covered by
the Work. if the L-swers en an), such pelioies require
separate waiver fefms to be signed by any Subeentraetor of
Supplier,GONTR ACTO ..till obtain the s
Patent Fees and Royalties:
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 rights 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 E(tition)
14 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
Permits:
6.13. Unless otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain 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's primary responsibility to
make certain that the Specifications and Drawings are
in accordance with Laws and Regulations, but this
shall not relieve CONTRACTOR of
CONTRACTOR's 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.
CONTRACTOR must apply for, and receive, a
Certificate of Exemption from the Colorado
Department of Revenue for construction materials to
be Dhvsically incorporated into the project. This
Certification of Exemption provides that the
CONTRACTOR shall neither pay nor include in his
Bid Sales and Use Taxes on those building and
construction materials physically incorporated into
the project.
Address:
Colorado Department of Revenue
State Capital Annex
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 of Premises:
6.16. CONTRACTOR shall confine construction
equipment, the storage of materials 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 or at law. CONTRACTOR shall, to the fullest
extent permitted by Laws and Regulations, indemnify and
hold harmless OWNER, ENGINEER ENGINEERS
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 CONTRACTORS 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 Work 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
readyfor 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:
EJCDC GENERAL, CONDITIONS 1910-8 (1990 Edition)
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 payment, 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 ol� 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 materials 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 the 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
prosecution of the Work may affect them, and shall
cooperate with them in the protection, removal, relocation
and replacement of their property. All damage, injury or
loss to any property referred to in paragraphs 6.20.2 or
6.20:3 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 any of them to perform or furnish any of the
Work or anyone for whose acts any of them may be liable,
shall be remedied by CONTRACTOR (except damage or
loss attributable to the fault of Drawings or Specifications
or to the acts or omissions of OWNER or ENGINEER or
ENGINEERS 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).
CONTRACTORS duties and responsibilities for the 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. Shop 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 ENGINEER 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 19103 (1990 Edition)
16 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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, specified performance 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 of each 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
Documents. ENGI NEER'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
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. ENGINEER'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 specific 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.
6.30. 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.
CONTRACTORS 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. CONTRACTOR's 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 E(fition)
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
final 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, directors, employees, agents
and other consultants of each and any of them from 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 claim, cost, loss or damage:
(i) is attributable to bodily injury.; sickness, disease or
death, or to injury to or destruction of tangible property
(other than the Work itself), including the loss of use
resulting therefrom, and (ii) is caused in whole or in part
by any negligent act or omission of CONTRACTOR, any
Subcontractor, any Supplier, any person or organization
directly or indirectly employed by any of them to perform
or furnish any of the Work or anyone for whose acts any
of them may be liable, regardless of whether or 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 OWNFR 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 631 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 paragraph 6.31 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--OTB-ER 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
(ii) CONTRACTOR. may make a claim therefor as
provided in Articles 11 and 12 if CONTRACTOR believes
that such performance will involve additional expense to
CONTRACTOR or requires additional time and the parties
are unable to agree as to the amount or extent thereof.
72. 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 OWNEWs 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)
18 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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 work that 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 Supplementary 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;
7.4.2. the specific matters to be covered by such
authority and 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 Contract Documents shall be that
of the former ENGINEER
8.3. OWNER shall furnish 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
structures at or contiguous to the site that have been utilized
by ENGINEER in preparing the Contract Documents.
and maintaining liability and property insuranee tire set
8.6. - OWNER is obligated to execute Change Orders as
indicated in paragraph 10.4.
8.7. OWNER's 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 OWNEWs 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 furnish the Work in accordance with
the Contract Documents.
ARTICLE 9—ENGINEER'S STATUS DURING
CONSTRUCTION
0WNER's Representative:
9.1. ENGINEER will be OWNEWs 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 design professional the progress
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w! CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
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 to 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 eiefective Work. ENGINEER's
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 ENGINEER's 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
paragraphs 9.3 and 9.13 and in the Supplomenta
Conditions 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 the Supplementafy Genditie paragraph 9.3`
of these General Conditions. If the ENGINEER furnishes
a Resident Project Representative (RPR) 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 9.13 of the
General Conditions and shall be subiect to the followirla:
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
ATTACHMENT A
January 17, 2003
REVISI U4 OF SECTION 702
BITUMINOUS MATERIALS
Section 702 of the aandard Specifications is hereby deleted for this pr ject and replaced with the
following:
702-01 As,phait Cements.
(a) Superpave Performance Graded Shr3derz. Superpave Pefformance Graded Binders shall oorafoan tv
the regL ements listed in Table 702-1. f fen from.AASHTO M -120,
Asphaft cement shall not fse acid mod-f-ef oar alkaline rnodifaed.
AsphaGt cement shall not contain any used olds that have not ;been rereined. Modifiers that do not
comply %%qffi envimrunental hales and reguladorns including 40 Cw R Part 261 _P(a) (3) (IV), and par€
2P61WDpart C shall no. be added. Modifiers shall not be carcinogenic.
The supplier of the PO binder shall be certified in accordance ti%,hh CP 1 r.
schedule and other schedules prepared by the
CONTRACTOR and consult with the
ENGINEER concerning 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.
9.3.2.3. Liaison
9.3.2.3.1. Serve as ENGINEER'S liaison
with CONTRACTOR, working principally
through CONTRACTOR'S superintendent to
assist the CONTRACTOR in 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
aLiy Work requiring 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.
9.3.2.4.2. Report to the ENGINEER
whenever the Representative believes that the
Work is unsatisfactory, faulty or defective or
does not conform to the Contract Documents,
or has been damaged or does not meet the
requirements of any inspections, tests or
approvals required to be made; and advise the
ENGINEER when he believes work should be
corrected or rejected or should be uncovered
for observation, or requires special testing,
inspection or approval.
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
ENGINEER
9.3.2.6. Modifications. Consider and
evaluate CONTRACTOR'S sugaestions for
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
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.
9.3.2.7.1. Maintain at the Representative's
9.3.2.7.2. Keep a diary, daily
report form, or log book, recording hours on
the job site, weather conditions, data relative
to questions of work directive changes,
Change 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 rgguire(:L of the progress of the
Work and of the CONTRACTOR'S
compliance with the progress schedule and
schedule of shoo Drawine 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 Changes 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
ENGINEER, noting particularly the relationship of
the paMent requested to the schedule of values,
work completed and materials and equipment
delivered at the site but not incorporated in the
Work.
9.3.2.10. Completion
9.3.2.10.1. Before ENGINEER issues a
Certificate of Substantial Completion submit
to CONTRACTOR a list of observed items
requiring correction or completion
9.3.2.10.2. Conduct final inspection in the
company of the ENGINEER OWNER and
CONTRACTOR and prepare a final list of
items to be corrected or completed.
9.3.2.10.3. Observe that all items on the
final list have been corrected or completed and
make recommendations to ENGINEER
concerning acceptance.
9.33. Limitation of Authority: The Representative shall
not:
9.3.3.1. Authorize any deviations from the
Contract Documents or accept any substitute
materials or equipment, unless authorized by the
ENGINEER
9.3.3.2. Exceed limitations of ENGINEER'S
authority as set forth in the Contract Documents.
9.3.3.3. Undertake any of the responsibilities
of the CONTRACTOR. Subcontractors, or
CONTRACTOR'S superintendent.
9.3.3.4. Advise on or issue directions relative
to, or assume control over any aspect of the
means, methods, techniques, sequences or
procedures for construction unless such is
specifically called for in the Contract Documents.
9.3.3.5. Advise on or issue directions
regarding or assume control over safety_
precautions and programs in connections with the
Work.
9.3.3.6. Accept Shop Drawings or same
submittals from anyone other than the
CONTRACTOR
9.3.3.7. Authorize OWNER to occupy the
Work in whole or in part.
9.3.3.8. Participate in specialized field or
laboratory tests or inspections conducted by others
except as specifically authorized by the
ENGINEER.
Clarifications and Interpretations:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
requirements of the Contract Documents (in the form of
Drawings or otherwise) as ENGINEER may determine
necessary, which shall be consistent with the intent of and
reasonably inferable from the Contract Documents. Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR If OWNER or
CONTRACTOR believes that a written clarification or
interpretation justifies an adjustment in the Contract Price
or the Contract Times and the parties are unable to agree
to the amount or extent thereol; if any, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article l I or Article 12.
Authorized Variations in Work:
9.5. ENGINEER may authorize minor variations in
the Work from the requirements of the Contract
Documents which do not involve an adjustment in the
Contract Price or the Contract Times and are compatible
with the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. These may be accomplished by a Field Order
and will be binding on OWNER and also on
CONTRACTOR who shall perform the Work involved
promptly. If OWNER or CONTRACTOR believes that a
Field Order justifies an adjustment in the Contract Price or
the Contract Times and the parties are unable to agree as
to the amount or extent thereof, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 11 or 12.
Rejecting Defective Work:
9.6. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective,
or that ENGINEER believes will not produce a completed
Project that conforms to the Contract Documents or that
will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by
the Contract Documents. ENGINEER will also have
authority to require special inspection or testing of the
Work as provided in paragraph 13.9, whether or not the
Work is fabricated, installed or completed
Shop Drawings, Change Orders and Payments:
9.7. In connection with ENGINEER's authority as to
Shop Drawings and Samples, see paragraphs 6.24 through
6.28 inclusive.
9.& In connection with ENGINEER's authority as to
Change Orders, see Articles 10, 11, and 12.
9.9. In cormection with ENGINEER's authority as to
Applications for Payment, see Article 14.
Determinations for Unit Prices:
9.10. ENGiNEER will determine the .actual quantities
and classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with
CONTRACTOR the ENGINEER's preliminary
determinations on such matters before rendering a written
decision thereon (by recommendation of an Application
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
any such 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 time
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 parry 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 11 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 formal 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 E.X'MIT 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
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
EJCDC GENERAL CONDITIONS 19105 (1990 Edition)
22 wl CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
decision, unless otherwise agreed in writing by OWNER
and CONTRACTOR
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 rendering 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 pursuant t, Article , 6
9.13. Limitations on ENGINEER's Authority and
Responsibilities:
9.13.1. Neither ENGINEER's 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.
9.132. 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.
9.13.3. 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
responsibility set forth in this paragraph 9.13 shall also
apply to ENGINEER's Consultants, Resident Project
Representative and assistants.
ARTICLE 10—CIIANGES 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 will be performed under the
applicable conditions of the ContractDocuments (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
should be allowed as a result of a Work Change Directive,
a claim may be made therefor as provided in Article 11 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 9.111
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
EJCEC GENERAL CONDITIONS 1910-8 (1990 E(ition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
(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
CONTRACTOR's responsibility, and the amount of each
applicable, Bond will be adjusted accordingly.
10.6. By the execution of a Change Order, a Work
Change Directive or Written Agreement, OWNER and
Written Agreement are not valid.
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 or 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 contained in the Contract Documents, by
application of such unit prices to the quantities of the
items involved (subject to the provisions of
paragraphs 11.9.1 through 11.9.3, inclusive);
11.3.2. where the Work involved is not covered by
unit prices contained in the 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 11A and 11.5)
plus a CONTRACTOR's fee for overhead and profit
(determined as provided in paragraph 11.6).
Cost of the Work.
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 inelude,, but net be limited 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 retirement benefits, benusesj
applicable thereto.
The expenses of performing Work after regular
working hours, on Saturday, Sunday or legal holidays,
shall be included in the above to the extent authorized
by OWNER.
11.4.2. 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 do the
Subcontractors for Work performed or famished by
Subcontractors. If required by OWNER,
EJCDC GENERAL CONDITIONS 19105 (1990 Edition)
24 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
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 provides that the Subcontractor is to
be paid on the basis of Cost of the Work plus a fee,
the Subcontractors 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.
11.4.5. 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.
11.4.5.4. 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
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 thereof
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.
11.4.5.9. 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. Cast 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).
E]CDC 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 11.4.
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 Cost of the 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 five pement of the amourit paid to
the next lower tier Subeentrae'-- to be negotiate
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 11.4.4, 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
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
itemized 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.
11.9. L 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:
11.9.3.1. the quantity of any item of Unit Price
Work performed by CONTRACTOR dithers
materially and significantly from the estimated
quantity of such item indicated in the Agreement;
EJCDC GENERAL CONDITIONS 19103 (1990 Edition)
26 . 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 acknowledges 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 Milestones) 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
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
OWNER be liable to CONTRACTOR, any Subcontractor;
any Supplier, any other person or organization, or to any
surety for or employee or agent of any of them, 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 or acts or neglect by utility owners
or other contractors perform ing.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 as provided in this Article 13.
Access to Work:
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 time 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 Inspections:
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 personnel 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 13.5 below;
13.4.2. that costs incurred in connection with tests
or inspections conducted pursuant to paragraph 13.9
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
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 part thereof) 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 conmection 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. If any 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 CONTRACTOWs 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 necessary labor, 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 IL 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 11 and 12.
OWNER May 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 famish 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 ofDefee6ve 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 ene year two years 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)
satisfactorily correct or 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
delav 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 run from an
earlier date if so provided in the Specifications or by
Written Amendment.
13.12.3. Where defective Work (and damage to other
EJCDC GENERAL CONDITIONS 1910-3 (1990 Ed tion)
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 ane yeae
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 ENGINEER 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.
0JVAER 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 paragraph 13.11, 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 shall proceed 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 CONTRACTOR'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 rights 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
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 Mall
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 as the 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 twenty days 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 out and 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 be subject to substitution by the CONTRACTOR
with securities or any arrangements involving an escrow or
custodianship. 13y executing the application for payment
form the CONTRACTOR expressly waives his right to the
benefits of Colorado Revised Statutes, Section 24-91-101.
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 free 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
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
recommendation of payment and present the Application
to OWNER, or return the Application to CONTRACTOR
indicating in writing ENGINEERs 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 O WNER 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 famish 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
January 17, 2008
2
ROJISIC4N OF SECTION 702
BITUMINOUS MATERIALS
Table 0?-1
SITERPAIT PERE4RALAIN E GRADED MDERS
Regteirement for PG Binder AASHTO
Property 158-28 1 58-34 1 64-22 1 U-28 1 7H28 Test No_
Original Binder Properties
Flash Point-T,err p:. 'C. minimum
?3k3
Viscosiv at 135 -C, Pa•s,
3
maximLun
Dyr'iathk Shear. Temp..'C. where' '
' 58
G°ES►n a_ 10 38tii's 2t: 1.00 kPa.
Ductfity, 4'C (5 crre%mi:n.), cm
miNrnum
T6u0r*ss, joufes {inch-lbsj
Ten&--ty, fmsles finch-f'osj
Add OT* j!Mka i fioatiGn dpa"iG
Pass
RTFO Residue Properties
Mass LMo .'V.LiMe t:rn nuria
1.00
Dynarr& Shear, Temp. 'C. where
58
G°1Sin 6,@ 10 rade s = 2.20 kPa
I fc:R,e very, 260C.* percent
-
Ductility, 4 'C f,5 errYmin. j, cm
rruinimum
PAV Residue Properties, Aging
Temperature 100 'C
Dynarnk Shear, Ternp. 'C, Where
19:
'+Sira; 11�D'.rardls :9'5009 kPa .
Creep Srifhess, & 5m s, Test
-18
Temperature in =C
S._maxun: m> DAP-2
300
rn-valise, rninanum
0.300
"Dir4d Tension, .Ter lWatgre' in
-18
°C..Q_'i r�rrsrv`rr in:. v►herfail?ure
"Direct :ens cr, measurements are required
320.
230
230
230
230 . '
T 48
3
3
3
3
T 316
5$
M
64' ..
76
T 316
-
-
50
T 51
-
- .
12_4
-
CP-L 221 0
CP-L 221 0
(r 5)
PZLLs .
'PAss
Pass
P.yss.
CP-L 2214;
CP L 2215
-t DO
CP-L 2215
F;
84
64
7$
T 315
-
-
2D
-
t1
R 28
16
22
In'.
T 315 ..
-24
-12
-48
-18
T 315
30fJ
:.
-300
30O :
T 313 `.
0.300
0-WO
0.3GD
0.300
T 313
-24
-12
-i8
-18
T 3'14
► ►en needed to shcxv con€brmanee to AASHTO M
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
14.7.8. 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 for such action -
Substantial Completion:
14.8. 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 (except for 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 Ettition)
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 the 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 fist 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 aforesaid recommendation 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 on the 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
(it) OWNER, ENGINEER and CONTRACTOR agree
constitutes a separately functioning and usable part of the
Work that can be used by OWNER for its intended
purpose without significant interference 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 to 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.
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 a 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 furnish 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
EJCDC GENERAL CONDITIONS 191M (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 Proiect manual.
Final Payment and Acceptance.•
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 to recommend 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 ENGINEER'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. If 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
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 WORK 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
pursuant to paragraph 6.6);
15.2.2. if CONTRACTOR disregards Laws or
Regulations of any public body having jurisdiction,
15.2.3. 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 4/2000)
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 profit on 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 act or 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
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 CONTRACTORS 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—MISCELLANEOUS
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 he 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.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
wl CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
17.2.2. A calendar day of twenty-four hours measured
from midnight to the next midnight will constitute a
day.
Notice of Claim:
17.3. Should OWNER or CONTRACTOR sut%r 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 party within 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 limitations.or repose.Cumulative 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 construed 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 of employment 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
subject of suit and lis pendens notices, and shall retain
only sufficient funds to insure the payment of
Judgements which may result from the suit.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
34 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
(This page left blank intentionally.)
EJCDC GENERAL CONDITIONS 1910-5 (1990 Edition) 3$
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
EJCDC GENERAL CONDITIONS 1910-8 (1990 E(fition)
36 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
EXHIBIT 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 thirty -day or ten-day
period specified in paragraph 162 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.
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 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 othenvise
agreed.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) GC -AI
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/94)
GC -Al
SE
SECTION 00800
SUPPLEMENTARY CONDITIONS'
January 17, 2008
3
REVISIU4 OF SECTION 702
BITUMINOUS MATERIALS
Acceptance SaMp4es of the FC3 binder veil] roe taken on the projeYt in accordance with the Soheduls in
the Field Materials Manual_
The Department will test for acid rnod l cad" and alk3<line modification during tie binder oer#i5cation
prowess. Thereafter, the Deoa€trnnem will ran+domlytes¢ for acid mofflfoation and alkaline
rno+dif cation.
(b) Darnpprooffng. Asphalt for damp proofing shall conform to, the requirements ,of ASTPA D 44€I, .and the
asphaltic primer shall conform to the requirements ,ref ASTM 0 41.
70202 Liquid Asphaltiic Materials- Liquid asphaffic materials shall con:form to the requirements of
AASHM M 81, M 82, and ASTNI D 21326 for the designated types and gravies.
70203 Emulsified Asphalts_ Emulsified asphalts shall conform toAASHTO M 14D arM 208 for the
designated types and grades. Emulsified asphalt and aggregate used for seal coats shall be sampled and
vvill be tested far infcrTnaPid n only in accordance with CE-L 2213.
When grade CSS-1h or S&1h emuls: fled asphalt is used etc tack cat, residue pease r tion tes values
shall be 40 to 120_
Emuisifted asphalt (H I6,tS-2S) with a residual pene-tration greater than 3M. drum stiali conform to all
properdes listed in AAS HTO M 140. Table 1 except thal duvtibty shall be reported for information only
(a) Errmdzion for Serail Goof. PoIymedzed emulsions for seat coat shall conform to the requirements listed
in Table 702-2' Ernuls;jon Pbr seal coat shall be an emulsified blend of oolyrnerized asphalt, water,
and emulsifiers. The asphalt cernent shall be polymerized ;prior to emulsification and shAl oontain at
least 3 percent polywnner by weight of asphalt cement. The emulsion standing undisturbed for
mirdmurn of 24 hours shall shcm, no xah;ite, rrdlky separadon but shall be sm=th and hornogeneous
tHroug:hout The ernuision shall; t-- purnp;;ble and stiltable for application thnxqh a distributor.
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.
5.4.6 The 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.
Rev10/20/07 Section 00800 .Page 1
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950Contract Change Order
00960Application for Payment
Rev 10/20/07
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:
Rev 10/20/07 Section 00950 Page 1
Section 00960
APPLICATION FOR PAYMENT PAGE 1 OF 4
OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER: 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:
$0.00
Net Change by Change Order
$0.00
Current contract Amount:
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage:
Less Retainage:
AMOUNT DUE THIS APPLICATION:
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.
Rev 10/20/07 Section 00960 Page 1
$0.00
$0.00
APPLICATION FOR
CONTRACT AMOUNTS
PAYMENT
PAGE 2 OF 4
Work
Work
Work
Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials
Total
Item
This
Earned Percent
Unit
Number Description Quantity Units Price Amount
Qty.
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
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$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
$0.00
$0.00
Section 00960 Page 2
CHANGE ORDERS
APPLICATION FOR PAYMENT
PAGE 3 OF 4
Work
Work
Work Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials Total
Item
This Earned Percent
Unit
To
Number Description Quantity Units
Price Amount
Qty. Amount
Qty. Amount
Qty.
Amount
Period . 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
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$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 $0.00
Section 0.0960 Page 4
PROJECT AND STANDARD
SPECIAL PROVISIONS
HARMONY -SHIELDS INTERSECTION
IMPROVEMENTS
FEDERAL AID PROJECT NO. AQC M455-074
Bid No. 7003
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
PROJECT SPECIAL PROVISIONS
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
Page
Index Pages
ii
Contract Goal (Combined)
5
OJT Contract Goal
6
Commencement and Completion of Work
7
Revision of Section 100 - General Provisions
9
Revision of Section 101 - Definitions of Terms
10
Revision of Section 102 - Project Plans and Other Data
11
Revision of Section 104 - Scope of Work
12
Revision of Section 105 - Control of Work
16
Revision of Section 105 — Claims for Contract Adjustment
22
Revision of Section 106 - Control of Material
23
Revision of Section 107 — Insurance
27
Revision of Section 107 - Environmental Controls
28
Revision of Section 108 - Prosecution and Progress
30
Revision of Section 201 — Clearing and Grubbing
34
Revision of Section 202 — Removal and Trimming of Trees
35
Revision of Section 202 - Removal of Concrete Pipe
37
Revision of Section 202- Removal of Sidewalk
38
Revision of Section 202 - Removal of Curb
39
Revision of Section 202 - Removal of Concrete Pavement
40
Revision of Section 202 - Removal of Asphalt Mat
41
Revision of Section 202 - Removal of Fence
42
Revision of Section 203 - Proof Rolling
43
Revision of Section 207 — Topsoil
44
Revision of Section 207 — Topsoil (Special) Amended
Onsite for Median and Parkway
45
Revision of Section 208 — Erosion Control
48
Revision of Section 209 — Watering
49
January 17, 20ti3
4
RIDASI ON OF SECTION 702
SITUMINOUS MATERIALS
Table 702-2
POLY ERIZED E1fCLSIO S FOR ;SEriL• COATS
I Property CRS-2P I C-kZ-ZER P EMS-2P EIRE1-211 I �" ' Test
No.
Tests on Emuision:
Esc asi}y at 5D °CyboR ` 'mrn
Fura9 s 'max
45fi
Storage stability, 24 ha, 9% max
1_a
P,artr�fachargetest-;_ =° �
.Artsr-�ve`'
Sieve test, % max
0.110
ri42rriK4i53�I3t)I�
Oi! Distillate by volume, % max or range
3.9
Resiiicae by ��s��a�ranP �uaporatrara ;� Qnirt� :
`253
Tests on residue:
5V.
� 5G
:�56
•
T�
1_D
1.0
1.€1 ..
T 59 . .
F osiiveZ,is
JB
D_ 11D
Q.1 a
D_ 1 a
T N
3.0
0
3.0
T-59
Fs5'
!-5
T- tr
Pes�e ration, °C ! D'; cn�n,.dmm
7a
TG
70
Penetration, 25 °C, 1130g, 5s, .max, dmrn
150
150
150
i5D
Ltrrty 25 5 crri,'nniri cin mm
75
TF
T 51
Solutafity, in:nchioroethy]ene% min
97.5
97.5
97.5
97.5
T 44
Elast<c Recovery 2°C Vnin ,
53
53
T 3Ui
R at Test, GD °C, s min
1200
1200
T 50
Toughness i i1;+s min
7D
7a `
CP-1_21D
Tenacity, in4bs, min
45
45
CP L 221D
"if successful application is acNeved in the field, the Engineer may wave this requulern-ent
7 CP-L 2242 is a rapid evaporation test for determining percent residue of an emulsion and providing material for
tests an residue_ CP-L 2212 is for acceptance only. If the percent residue or any -es:-- on the retidua faits to meet
specifications, zhe tests will be repeated using the distillation test in conformar :* with AASI--'r0 T-5a to determine
acceptability.
- For polymerized emulsions Jae distillation and evaporation €ess witl in be in conformances with AASHTO T-59 or
CP-L 2212 respectivety with mocUications to include 205 t 5 °C 440D t '10 OFF) marimium temperature to be held ,or
15 minuses_
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
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
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.
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
Harmony/Shields Intersection Improvements Project
FederalAid 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" 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 be shown 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.
Milestone No. 1: Substantial Completion July 20, 2009
Final Completion Date: August 14, 2009
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.
Harmony/Shields Intersection Improvements Project
FederaMid 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.
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
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
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.fcitov.com/eprocurement
2. Come by Purchasing at 215 North Mason St., 2"`' 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.
m
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
REVISION OF SECTION 104
SCOPE OF WORK
Section 104 of the Standard Specifications is hereby revised for this project as follows:
Subsection 104.02 shall include:
Site Conditions
A. General:
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 physical conditions are found materially different
from those indicated in these Documents, and differing materially from those ordinarily
encountered and generally recognized as inherent in the character of work covered in these
Contract Documents, the Contractor shall promptly, and before such conditions are disturbed,
notify the Engineer in writing of such changed conditions.
12
Harmony/Shields Intersection Improvements Project
FederaMid 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
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
January 17, 221008
5
Ra ISlCiN OF SECTION 702
BI T UMIMOUS .MIATERIALS
(b) E•muJ3:on foFlrrmTre Goof_ Emulsion for prima coat shall ccr,'.onn ro the requirements c Table 702-3.
Circulate before use if not used .vit-An 24 hours.
Table 702-3
A.SPILUT Ll•fULSIONTOR PRLIIL COAT
AASHTO
Property
Requirement
Test No.
�1■�5� dh. '�a -�' {� e z � ✓ J
w � i 9;
�!. ys
�, �r r�
p6 ,
�c Residue t ti
$ l',m►ra
p( rT$u�/��
Oil Distillate by Volw-ne,
79b mimic.
TbS
Tests on Residue from Distillation:
�FMI WT�atlene
"fY ? 5iaun
T
(e) Recyrarng Ageai`_ Recycling Agen for Item 41M, Cold Fituminous Pavernent (Recycle), shall be
either a high float emulsified asphalt (polymerized) or an emulsified recycling agent as follcros:
i. High F loas Err uIsifiedAsphalt fPoiymermedp. High Float Emulsified Asphat (Polymenzed) for
Cold Situminous Pavement (Recycle) shall be an emuWfied Mend of ,polymer modified asphalt,
crater, and emulsifiers conforming to Table 7D24 for F:FMS -2sF The asphalt semen; shwl be
polymerized prior to emulsification, and shall con=ain at least 3 peerce-M polymer.
The emulsion standing undisturted for a minimum of 24 hours shall show no white, milky
separation, and shall be smooth and homogeneous thrcughou -
The emulsion sha`q be pumpable and suitable for application through a pressure distributor_
Harmony/Shields Intersection Improvements Project.
FederalAid 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 Contractor's 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
Harmony/Shields Intersection Improvements Project
FederalAid 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 long 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
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.
15
Harmony/Shields Intersection Improvements Project
FederalAid 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 shall be the Contractor's responsibility to ensure that required items are corrected and resubmitted.
Any work done before approval shall be at the Contractor's own risk.
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.
M.
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.
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 shall have the following format: "XXX-Y;" where "XXX" is the
originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals (i.e., A, B, or C
being the first, second and third resubmittals, respectively). Submittal 25B, for example, is the second
resubmittal of Submittal 25.
7. If the Contractor proposes to provide material, equipment, or method of work that deviates from the
Contract Documents, it shall indicate so under "deviations" on the transmittal form accompanying the
submittal copies.
8. Submittals that do not have all the information required to be submitted, including deviations, are not
acceptable and will be returned without review.
C. Review Procedure:
1. Submittals are specified for those features and characteristics of materials, equipment, and methods of
operation that can be selected based on the Contractor's judgment of their conformance to the
requirements of the Drawing and Specifications. Other features and characteristics are specified in a
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
FederalAid 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 drawingX" 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
FederalAid 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
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. Detailed Plans
2. Standard Plans
Calculated dimensions will govern over scaled dimensions.
19
Harmony/Shields Intersection Improvements Project
FederalAid 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
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.
M
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. .
22
Harmony/Shields Intersection Improvements Project
FederalAid 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:
This section describes the procedure required by the Contractor for product substitutions.
2. Requests for Substitution:
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:
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.
23
January 17, 2008
ROJI-SI ON OF SECTION 702
BITUMINOUS UL.TERIALS
Table 7112-4
HIGH FL-0,IT EAR LSMED A SPH_UT
(POLYN( t2tZ� ) (H.NfS,-2sP)
Requirement
AAS'HTO
Property
Test
Minimum
Maximum
Tests on Emulsion_
ri "t Furor!
fifC .. t V _ � � -.. �
� -F r 4 Nt
- ✓t
Y 'h sF" �
Jil-���Je',�
�i
�
Sborage Stability test. 24 hours, %
-
T 50
°b Residue
&5
T 5S
�rP�tisstt�a`E81un 46 1 1f
'lf.._.!V
T 5
Tests on Residue:
,Pearl rt'25 G
jff
3CrQ =
T'4 -
_20
Ficat�Tes.. 60 -C 1140 OF), sec
T 50
r _
Elastic Recovery, 4 °C (S9.2 OF). %
NI
T 301
'400 ± 10* F maximum temperature to be held for 15 minutes.
2Iffhen approved by the Engineer, Emulsfied Asphalt (HF' M.S-2sP) wish a residual
penetration greater than 3W dorm may be usedwith Colo Bituminous Pavement
(Recycle) to address prob4earrks with coal Breather or extremely aged exasting
pavernerit. Emvlsitied AsphaSt (H: AS-2s.P ) wfth a residual ;penetration greater than
300 dram shall meet all properjes listed in Table 702-4 except tt .3t Elastic
Recovery small be reported I+per inforn iation only_
2. Env) 3 fired .Recyclfzg Aga-rd. Emulsified Re- yct:ng Agent for use ;n CoM Bituminous Paimmenr
(Recycle) s;hatl conform to the re—qugrernertts in Tattle 702-=5.
Harmony/Shields Intersection Improvements Project
FederaUid 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:
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
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.
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:
p
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
Harmony/Shields Intersection Improvements Project
FederalAid 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
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.
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.
I. Permits:
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 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.
3. The Contractor shall be responsible for obtaining all other necessary permits associated with the Work.
29
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
REVISION OF SECTION 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.
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
FederalAid 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:
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
7
REVI.Sl ON OF SEOTI ON 702
BITUMI'NDUS MATERIALS
Table -Q2
E -fC-,L-SI ? REC'1 CIX' G AGLNY7
Property
jests on:trnuision:
V,sctssi y r ?5 CG `SFS
PurnpiN Stability
Sieve Test '
firm nt himang, 'bur
Cone_ Of Ci'l Phase
Tests on 'Residue:
January 17, 2009
uuM Test
AS
Pass
GB Method'
244f:
a1..,
TM D 24
Posi`r+.:e'.
AST M D 244_
64
A:StM D 244=
4�s, s►y' 2n7 G CST 2QUQ a ::. AaTM D 21 0'-
Flash FrGnt, }C . `t F) 2 ASTM 1) 92
E'd,�s t PC+A ASTPA
t3: 'D Zoo
ASTDA
PAS Ra:io 0.4 D 2006
!asp ahenes °l+fs max
'Pumping stability is determined by charging 450 ml of emulsion into a one liter
beaker a:nd circulaririog. the emuton through a gear;purnp (Rooer2g_BM3621)
having a 6.3 rro n (114 inch) inlet ,and outlet The emulsion p isses if there is no
agnific nt separation after circulating ten ►ninLres.
:1Te--# procedure identical Z%itt A.STIA D 244 except that•di:s.illed water shall be
used in place d 2 percent sodium oleate solution.
2A:,S'W D 244 Evaporation Test fDr percent of residue is modneci tyy heating 50
gram sample to 14d`D (300 °F) until foaming ceases, then cooling immediately
and calculating results.
4In the Maltenes Distribution Ratio Test byASTM Method D 20116.
PC = Polar Ccmpaunds S = Swurates
A, =First A.cidafn h, = S;e�_-ond Acid3ffiiuns
Harmony/Shields Intersection Improvements Project
FederaMid 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
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 Pay Unit
Removal of Sidewalk 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
Federal d 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.
39
Harmony/Shields Intersection Improvements Project
FederaMid 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
FederalAid 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 202.12 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
FederalAid 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
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 32,883 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 %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
January 17, 2008
RIDASION 4F SECTION 702
81TUfM11 Pl`OUS ?,%, T E.R:L4L S
T02-04 As:phaft Rejuvenating Agents_ Asphalt rejuvenxjng agents (A RA.) shall he composed of a
petroleum resin -oil base uni'oi-oily amaalsified w th water and shall conform to the physical and chemical
requirements of Table 702-t3 or ASTM D 4Ft52.
Table 70-1-6
:-k,SPH-kLT RLMINTEINA=-G AGIE
Property
Test Method
Requirement
Visccs y, S., @r 25 =C (77 °F), s
ASTM D 244
22-0-40
'.R�sida�er.min� j��_
��`�"�-�-
isciflitlty
ASTM D 244
No
I ooagutation
�Sie•{re F��t�`� �{}a�.%�
;lt �LY''r�
.r .�...__ n . .,_IKM3I:I+FI�D'�T�SIF
Panicle Charge Tes
,�ST}�,1 D 244
Positive
ASTM D244 (Mod—
_. L�'n.-
. _.� LIZ—
%riscosity, 60 OC {'14D °F), mm2ls•
ASTM D 445
IOD 20D
I
I
r';tash
,r spha?ftenes, % max_
ASPA
1 _Q
J�02005
3'µ{�i�l ���'• R Ti1� 1 -�. L) T�J.;E-
4.+•c
-�S'sn" l�ST&I
q/ +jJ Y
,),
qi-L
}
Saturated Hydrocaroons, =iE
ASTM
21-28
D 2006
AS TAA D 44 hod ed E��aphr �tacd tf� l�' des due is
*made tsy pea; 5( dram saraYplp ro 14g 3gQ ;Fj urrtil foam ng `" ,'
'MM uses sheAn' in me�iia - aid calculating rear
f a< 7T41'Vi l� f. F eJn' i• 7 ` f ��� ky1 _.
�esx;arc+L�duire�rdelYtio31�'nthASTL�� 2'� �kd�(,tt}i.at Q 1�2 Pl�c�axtal
afrxcam Ghn st(d used �naoe vf'dti�lval water°
St,�#Ii �€%ur £f rCs�-��3i�i i+aTC�4tQ�4f EXCC�i'tFYd 4�rSrJIE�d IN3V
;shall b2 wed ita plaCe�of 29b"sacJium.olt� scdrst�ocat� �f$
� Irti a{fVlalt�s Fs R n Ratio T4_iA t *.,-Ar`T �i v��3zthod"@ f24}
T
R'c�ar Compvuncis r {,� a,8tilratas l �.� � �
�, may. qr n �
' r
L -
Y4
. t 1XJ+ _ �, .1 . •S � t J mi'i f 4, r iy£ nyk iF
For lim n-place recycling AURA-1P is an acceptable alternative to AJF?A AR?A-lP shall meet the
requirements belco+rr_
Emulsrist Polymer ;hiiclG-fted .rsphaft Rejuvenating .agent fA.R4.- i P) for use in h w4n-place recycling of
hit+. niraous pavements shallbe modified with a rninimum of 1.5 pen.ent styrene-buttadiene solution
polymer. The finished prod= lna i conform to the pf r-ical requirements uisted in Table 702-7 beiow.
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
Harmony/Shields Intersection Improvements Project
FederaUid 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:
1. 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
Harmony/Shields Intersection Improvements Project
FederalAid 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
FederaL4id 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:
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
49
Harmony/Shields Intersection Improvements Project
FederalAid 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.
Subsection 210.13 shall include the following:
Pay Item Pay Unit
Reset Fire Hydrant Each
51
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, R❑78 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
FederalAid 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(l00)
Method
Air 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
kcs
Accelerated Moisture Susceptibility
CPL 5109
Tensile Strength Ratio (Lottman),
Method B
80
80
minimum
Minimum Dry Split Tensile Strength,
CPL 5109
205 (30)
205 (30)
a (psi)
Method
Grade of Asphalt Cement, Top Layer
PG 64-28
Grade of Asphalt Cement, Layers below
PG 58-28
0
oids in the Mineral Aggregate (VMA)
See Table
See Table
% minimum
CP 48
403-2
403-2
Voids Filled with Asphalt (VFA), %
Al 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.
Note: 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
,l Anuary 17, ' 008
9
RO ISICN OF SECTION 702
BI T Uh41MOUS hiA.TE.R]ALS
Table Ill.
.3RA-1P
I Property I Test Method I Min I I�i�
Test on 'Residue
Pei etratson 38:2 °� 1[i0g 5s, dn�rec' a�,S7l4fi:l3-5 Ar1 1i�e€1,
.Aspnal;t,_nes, % AST10 D 4124 i5
702.05 (unused)
702-06 Hot iPoured Joint and Crack Sealant_ Hat poured material for frilirg #oinm sr id cracks shall
coriform to the requirements of ASTNI 0 66- 90, Type I or II_ Tne ctsncrete blocks used in the Bond Testt,
shall be prepared in accordance with CP-L 4 101 _
Sealant material she- B be supplied preblended, prereacted, and prepackaged_ If supplied in solid form the
sealant material shall be cast in a .plastic or other dissolvable finer having the capability of beooming part
of the crack sealing liquid. The sealant shall be delivered in the a nanufactuaer's original sealed container.
Each container shall be legibly marked vrithi the rnanrufac�urer's nan-fe, the trade name of the sealer, the
manufacturees batch or lot number, the application temperature range, the recommended application
temperature, and the safe heating temperature.
The sealan shad be listed in CDO'rs Approved Products List prior to use:
Harmony/Shields Intersection Improvements Project
FederalAid 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 (l/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 1 percent hydrated lime by weight of the combined aggregate shall be added
to the aggregate for all hot mix asphalt.
54
Harmony/Shields Intersection Improvements Project
FederalAid 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.
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
Harmony/Shields Intersection Improvements Project
FederalAid 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.
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 m x 2 m (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 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
57
Harmony/Shields Intersection Improvements Project
FederalAid 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 0-1 A 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:
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
FederalAid Project No. AQC M455-074
REVISION OF SECTION 608
SIDEWALKS AND BIKEWAYS
A. Expansion joints/construction joints/ for concrete paving:
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
Concrete Sidewalk
Pay Unit
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
January 17, 2008
1 Ci
RID.11.SION OF SECT ION 702
BITUMINOUS %MATERIALS
Colorado Procedure — Laborarofy CP-L 4101
Standard Practice for
Preparing Concrete Blocks for Testing Sealants,
for Joints and Cracks
AS NI Designation: a 198r03
NOTE: Replace Subsections 5.1. 5.1.1, and 5.2 of ASTM i7 198&03 with the follovring:
5.1 Prepam the concrete In accordance wish
the procedure described in Test hAethod C
192fC102M using the faBoyiry moo
design:
Concrete Mix Piropertions for 1 Cubic Yard
SSD Batch Weight
Cement„ Type 111]
528 fb
Ryash, Class F
132 lb
Coarse Aggregate,
Vionison Quarry, 057f'67
1750 lb
Sand. Thom -ton Pi
Washed Sand
1100 Sb
tfote: Contact Aggregate Induspuies at
303.777.259+2 to certain the aggregates.
5.2. Usa a meta] or plastic nbDId provided with a
metal or plastic case -,plate. PmAd.e means for
securing the base plate to the mold_ 3'.fiake the
a;ssembl'ed mold and tease plate wat►-r--.ight ;and
oil with rnineral: oil before use. Fill the mold L%nth
concrete prepared in accordance with 5.1 to
o%rerfi o-ofi g and vibrate e)demsily for 30 s.
Screed Oe're31 the concrete to a smo&-h surface
with a wooden float and level -off wkh a. meta.]
straightedge drawn across the tap with a sawing
mention. Cure as specified in Test JAezhod C
1 GM— C 192M. ,der curing for not less t an 14
days, cut the slab of concrete into individual
'clocks using a 40 by 6"rit diamond saw blade
rotating at a peripheral srx e— of 3D50 _ I BG
mknin. (10 000 t 500 ft'min. ). Each test block
should be 25 by 50 by 75 mm (1 by 2 by 34n. ).
Any face contacting the test m3.tesialroust be
saw cu- ViFhile the blocks are still wet from he
sawing operation, scnxb the surfaces of the
blocks lightky %% th a non-metallic stif`r-bristle
brush while holding tender a stream of running
water. Stocks cf prepared blocks may be stored
under standard conditions indefinitely, but store
such b:'beks in a 1013% humid:;ty enJronment for
not less than 7 days prior to use.
Harmony/Shields Intersection Improvements Project
FederalAid 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
TMA Construction Supply
AST in TACT Warning
303-295-6050
Panels
East Jordan Iron Works, Inc.
Truncated Dome Plates
800-626-4653
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 = r (BI — Bt B2) X 100
L J
Where Bt = Light Reflectance Value (LRV) of the lighter area
B2 = 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
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.
(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:
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 II-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.
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 Pay Unit
Median Cover Material (Decorative) 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.
69
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
I supply cabinet with not less than 10 square feet of shelving
I 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 70 F.
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.
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 Wa
71
Harmony/Shields Intersection Improvements Project
FederalAid 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 Drainage
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. SubQrade 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
FederaMid Project No. AQC 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
ATTACHMENT B
January 17, 2008
1
ON THE JOB TR41NIING
This training special provision supplements subparagraph B of paragraph B and sup-ersedes subparagraph 7b of
paragraph C of the Special Provis;on entitled "Afmnative Action Requirerrfents, Equal Employment ,opportunity",
and is an implernen ation of 2-3 U.S.C. 14a {s).
As pert of the Contractor's Equal ErnploynEent Opportunity Affirmative Action Program, training shall be provided
on projects as follows:
(a) Oeneraf 1Requkementz
1. The Contractor shhall provide on the job training aimed at developing full journey worker in ttrk-- type of
skilled craft involved_
2. Training and upgrading of minorities and women toward journey worker status area primary objectiop of
this specification. Accordingly, the Contractor shall make every reasonable effortt. to enroll mi:ncrity
trainees :and women je-g-, by conducting s:ysterna.ic and direct recruitment through pubfic and private
sources likely to yield minority and women trainees) to the extent ta- 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 compliarm>e
tiwith this specificaton. This training cominitnent shadl 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 emp,,Vied or utilized as a trainee in any skilled craft in which tie employee has
successfully completed a 'raining co+3rse leading tD journey worker sta tus or in whicti the employee has
been employed as a journey worker on a permanent and regular bassis. The intent of he OJT Program is
to train unskilled workers into a Baled job; the intent is not to use a previously trained and skilled worker
to meet the protect training requirements- The Contractor shall satisfy this requirement by including
appropriate questions fi.e. Have you ever camppleteda formal training class in the craft that you are
w+orksng in? worked as ajourneyman in the highway consmsation industry?) in the employee application
or by other suitable means. Regardless of ttis, method used, the Contractor's rec cos sha:E document he
findings in each case.
In order to enhance promotion from within the Contra air s unskilled %orkforce, the Contractor may utilize
an unskilled worker as a journey worker in a skilled oral'~ provided that tf~"e worker is ,}paid the required
contract journey worker rate. In that even:, zhe trainee ti.Wi have an opportunity to advance to journey
worker status in andfor outside of the OJT program.
4. The minimum length arid type of training for each skilled craft shall be as esta-blished in the training
program selected by the Contractor and approved by the .Deparment and the Co3orado DM --ion of the
Federal Kighnvay Administration (FHYVAj, or the U- S Department of Labor (DOL), Bureau of
Apprenticeship and Training (EAT). The Department and the FH`VVA WE approve a program if it is
reasonably calculated to meet the Equal Employment obligations of the Contractor and to qualify the
average trainee �r joumey worker status in the skilled craft concerned by the end of the training period.
Apprenticeshaip and training programs will be acc¢pted if regis¢ered with the U.S. Dep:. of Labor. Bureau
of Apprenticeship and Training, cc with, a State apprenticeship agency recogniized by the Bureau- To
obtain FFMIA approval, the Contray.ces. training program will be revere reed by the CDOT Center for Equal
Opportunity and approved by #lie Colorado Division of the FFr%'tA. The Contrai--or shall allow up to 30
days for FIKIVA review. The proposed training program shall be submitted by the Contractor to:
CDOT Center for Equal Opportunity
4201 East Arkansas Avenue
Denver, GO 80222
The fotlovoing documentation shall be suibm�ned:
Harmony/Shields Intersection Improvements Project
FederalAid 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
Harmony/Shields Intersection Improvements Project
FederaMid 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.
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 (MHT) are outlined in subsection 630.09.
The components of the TCP for this project are included in the following:
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
Harmony/Shields Intersection Improvements Project
FederalAid 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
jurisdiction over any properties involved.
K. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time,
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.
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 necessarypermits 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
FederalAid 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.
81
Harmony/Shields Intersection Improvements Project
FederalAid 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
Date No. of Pages
Revision of Section 101 -Falsework, Formwork, and Shoring
(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
(April 12, 2007)
1
Revision of Section 401 - Compaction of Hot Mix Asphalt
(October 25, 2007)
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, 2005)
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
A E Adence of an approved training program.
B_ A copy of -the current applicable approved training program, including a copy of the applioahle ratios
of trainees/apprentices to journey worker for a prajact.
5. Approved training programs shall provide the trainee with a minimum of '22MOD hours of training .amich
includes a rnWmum of 40 hours of classroom trainirka. C.,redit for prior classroom or other training may be
allowed if such training is relevant. to the trainee_' cl-irrent training program requirements.
P. Training is to be provided in the construction crafts rather than clerk -typists or serxetarial-typo positions.
There will be no reirreburesemena for offsite training_
1. The Con7actor shall pay.the training program wage rates and the correct fringe beneft. to each
registered trainee employed on the contract work and ourrendy enrolled in an approved program_ The
,wage. rate and fringe benefit rates vrifl correspond v,fth he applicable minimum wage decision, for tie
The mir�mum trainee wage shall be no less than the vYage for Guardrail Laborer
classification as indicated in the appropriate Da,.is Bacon wage decision However, of the trainee is in a
BAT approved training program, the wage rate should be as described in the current apprenticeship
program-
B. .411 apprerstioes or train -es that are used to meet the OJT goal and/or for w#vom the Contractor shall
request reimbursement must first be appra.,ed by thie- CDOT RegionaI CNiI Rigirt s Manager before
commencing work on the priject- The Contractor shall meet the requireme.ns of the FI NVA 12?3 for all
apprentices aryd trainees. Approval far the apprentice or trainee to begin -.'!fork. on a CDOT project will be
based on ini`Drmation from ttte items listed below, and any additional criteria identified by CDOT in other
parts of this specification.
k ENAdence of he registration of the trainee or apprentice into the approved training program as
submitted by #-.-- Contrac:Oo r or sponsor to he CDOT Center for Equal Opportunity.
,B. The cif p{eted Form 838 for each trainee or apprentice as subrraitted to the Engineer.
C. The Form 838 vAl1 be rekriewed and apprtrred by the CDOT Regional Civil Righs: h4anager before
reimhurs-amerd YAN be made.
P. Within the first 100 hours of training time completed, the Gontrad.or shall provide ea;ci trainee wizEn a
review of he approved trairing program, pay scale, pension. and retirement benefrta, health and disability
be-nefits. promotional opportune res, and company policies and complaint procedure. The Contractor shall
also furnish the trainee a copy of the approved training program,
1O. A4 least ten workirq days prior to the first progress payment to be made after work has betsun, the
Contractor sha11 subrnit to the Engineer documentation sFucvr,'ng DCL or FFRNA approval of the
Contractor's training progr an, a plan that identifies total training hours for ea€ , trainee, and the
cons.ruction phase for training each of the proposed trainee. inclucing the duration, for this specific
project On a monthly basis, the Contractor scull provide to he ENinser acompleted On the Job TrairYsng
Progress Report 'Form 8.322) for each approved trainee or apprentice on the project. The Form: 8:32 will
be retine%ved aril apprtwed by the Engineer before reimbursement Witt be made on a monthly basis. The
Contractor will be reimbursed for each apprrmved apprentice or trainee requiired 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 cornDletion of training, transfer to anther pna;ect, termination of
the trainee or notification of final acceptance of the pro*--ct, *4-- Contractor shall submit to the Engineer a
"final' cornple ed Form 832 for each approved apprentice or trainee.
Progress payments may be Wthheld until this plain is submitted and approved and :may be vrithheld ib the
approved plan is not followed_
1 1. All forms referred to are available from the COOT Center for EqualOpportunity, ttircrigh the CDOT
Regional Civil Rights Manager, or on CDOT's websre at
http:: �'Yrrvr_dot.s::as.w.�.as��iddir�}rBidFcrms_}rtm.
12. The Engineer v►itl provide reimbursement tor. the Contractor- Payment is based -or, the number of hours of
on the job training the Con`.ractor provides to tt,e trainee- under this Contract and the appAcabde
reimtxsrserreent rate. Submission of the Form 832 will document the training hours proxwided during he
month, and will be considered a. request for payment- Where applicable, the ContractvrshAl note and .
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 Sections 601 and 701 — Structural Concrete
Revision of Section 702 — Bituminous Materials
Revision of Section 712 - Hydrated Lime
Affirmative Action Requirements — Equal Employment
Opportunity
Disadvantaged Business Enterprise — Definitions and
Requirements
Minimum Wages Colorado,
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
Date No. of Pages
(July 3, 2008) 7
(January 17, 2008) 10
(January 17, 2008) 1
(August 1, 2005) 10
(April 2, 2008) 13
(October 3, 2008) 9
(January 17, 2008)
(April 7, 2006)
(August 1, 2005) 10
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
Harmony/Shields Intersection Improvements Project
FederaMid 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
Harmony/Shields Intersection Improvements Project
FederaLVd 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 and 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 on 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.
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.
The project is subject to 'inspections by CDPHE, US Army Corps of Engineers (USACE), 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:
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 ECS 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
FederatAid 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 all 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
89
Harmony/Shields 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 first paragraph, 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
FederalAid 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 (j) 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 in the 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
FederalAid 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
explain discrepancies bFtw een the hours documented on Form 8.32 and the corresponding certified
payrolls_ To receive payment, the Forms 838 and M shall be completed in full and the Contractor shall
be in compliance with all requirements of his, specification and the provisions of FMVA 1273.
13. Failure to provide the required training impedes the Departments federal mandate to brng women and
minorities into the construction industry. Although prFcise damages to the program are difficult to
calculate, they are, at a minimum, equivalent to the loss he inchviduals who were the intended
beneficiaries of the program. i ner=fore, ►%t-iere the Contractor gads to provide he required number of
training hours and has sailed to establish why the Contractor was unable to do so. the Contractor will be
assessed an arricunt equal to the following damages to be deducted from he final progress payment
A sum representing the number of training tours- specified in the Conrad, minus the number of training
hours worked as certified on Form 832, multiplied by the joumey worker hourly vrages plus fringe benefits
f(A hours — B hours ,.vorked) x (C dollar per tour + D fringe benefits)J = Damages Assessed_ The journey
worker scale is that for the skilled craft identified on the contract's wage decision dooanent.
The Engineer voila praMe he Contractor with a written notice at Sinai Acceptance of the project informing
the Corr,;actor of he nemco4pliance vt-..h this specification which will include a calculation ofthe damages
to be assessed.
ro) Standard Trainff?g Program
If the Contray.or is no- 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. Tne number of training hours for the trainees to be employed on the prpject shall be as sho» n in he
Contract The trainees or apprentices employed under' he Contract shall be registered with the
Department us-ing Form M.
2_ Subcontractor trainees wbo are enrolled in an approved Program may be used by the Contractor to satisfy
the requir-emens of this specification.
3_ At least ten working days prior to the firs. progress payment to be made after work has begun, the
Contractor snag subn-dt to the Engineer documentation showing DOL or FHNA approval of the
Comractor's training program: a plan that identities total training hours for each trainee, and the
construction phasetor training each of the proposed trainees, including the duration, for this specific
pr??'ct
Progress payments may be vri hheld until this plan is submitted an%d approved and may be wid1held it the
.approved plan is not follmy—ed.
1_ A trainee shall begin work on he proje,^t 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 riot required that alai
trainees be utilized on the project for the entire length of the Ccrtra-:;�..
b_ The Contractor %%ill be reimbursed 80 cems per hour for each .approved apprentice or trainee required by
the Department.
8. In order to receive reimbursement, the Contractor shall provde on Form 832 he number of training hours
specified in the OJT goal assigned to the project. Reimbursement vdll be made only for hours worked by
an apprentice or trainee vitro has been approved by the Department to meet the OJT training requirement.
7. The OJT goal for the project will be included in he Prrrject Special Provisions and vd31 be determined by
he Regional Civil Rights Manager after considering:
A_ Availability of minorities, women, and disadvantaged for training;
8_ The potential for effecWe training;
C. Duration of the Contract;
D. Dollar value of the Contract;
E_ Total normal Wort; force that he average bidder could be expected to use;
F. Geographic location,
G. Typo of Work; and
h:. The need for addi6ordaf journey workers in the ,area;
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.
(14) 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
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 attendance. 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.
95
HarmonylShields 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 Supervisor will 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
Harmony/Shields 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:
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
(iii) 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 B):
(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
FederalAid Project No. AQC M455-074
August 1, 2005
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
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.
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
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 part of a VECP to 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
FederaUid 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. CDOT's 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 CDOTs 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 project, 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.
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
January 17, 2008
REVISION OF SECTION 105
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"
100 percent size sieve
1
12.5 mm (W") sieve and larger
1
150 pm( 100) sieve to 9.5 mm (3/8") sieve inclusive
(except 100 percent size sieve)
3
75 pg (No. 200) sieve
6
75Nm (No. 200) sieve (cover coat material)
25
Liquid Limit
3
Plasticity Index
10
Asphalt penetration
1
Cphalt residue
3
Portland Cement Concrete Pavement Fine Aggregate Sand
Equivalent
0.3
Cydrated Lime Gradation
: 0.3
Toughness, inch -pounds, minimum
0.8
Tenacity, inch -pounds, minimum
..0.8
Elastic Recovery, 25 °C, percent minimum
1.25
Ductility, 4 °C (5cm/min) cm, 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)
206- Structural Backfill -
Gradation
0.60
304-Aggregate Base Course
Gradation
0.60
403-Hot Mix Asphalt'
Hydrated Lime Gradation
0.60
* 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
W,
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:
(1)
TABLE OF PERFORMANCE GRADED BINDER LIMITS
Compliance Limit Rejection Limit,
Property Specification for Price Reduction Price Reduction =
of 0% 25%
G*sin (delta) of 2.20 Min 1.87 Min 0.53
RTFO Residue
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 300 Max 311 Max >355
Grade
+ 10 ° C, (Mpa)
The price reduction will be 25 percent at the rejection limit.. Between the compliance limit and the rejection limit,
the price reduction will be calculated as follows:
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
8_ The guidelines fror contract dollar value, minimum total training hour!, and maximum reirrsbursement are as
follo r s:
z
`d�abrmtarsttal'trarmg
Fdaziirrum
Gats�gury : s
C�nir�� dal@ar etas
;: h� F�.o4reinr�uc'st��nt�..
A
Up to 1 0016r.
Q
0
- -
_ 7
�j—�
y�
of i
'y
v
1+� a,.11...
r2 - f IJ tBliom
r5._.u..=.'SL.
S '4Y
Y/_:"..ca'.ls
sew
f+.
_
>6 - 8 million
Iwo
S Ton
SDt70
g t
C
>12 - 16 mill or.
M-10
SZ4w
r77 d�
For each herEment of
I
S5 mflion, ova $20
1230
a3400
rniiion
9. The Corrtrac:or shall have Vf0led its respo-ss. pilitiss under his specification if he CDO T Regional Civil
Highs Manager has determined that it has provided acceptable number of training hours specified in he
Contract in accordaroe % th this specification.
(c) Cabrado Trainkg Program.
If he Contrad-or has a curren= approved Colorado Training Progr=- plan, the rr ning shall i e provided a000rding .
to he follcming in addition to the gene_-tal requirements outlined in part toj above when appli--abie_
1. The Contractor shall comply -M--h the requirements of he Department's pro-edures as defined in this
specification.
2 If he Contractor has an approved Colorado Training Program, then i shall be --exempted from the contract
th OJT goal, but not frome requ irernent to provide training in accordance xvith 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 wfao do not have an approved Colorado Training Program Plan
shall comply wAth the requiremens of part (b) of this specification_
3. Each trainee enrolled in he Colorado Training Program will receive a minimum of 12.DD hours per year of
on he gob training.. I Pp to 200 hours ofofftite classroom training can be included in the 1200 hours
minimum. The trainee's hours per year may be on CBOT or non-CDOT projects_
4. At ea_t ten wanting days p for m the first progress payment to be made after work has begun, the
Contractor shall submit to the=ngineer documen ation shoving DOL or CDOT appmval of the
Contractor's training program and proof of good standing in the Colorado Training Program.
b. The Contractor will be reimbursed 54.80 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
apprared !by the Engineer by Change Order. Of tie $4.80 per hour reimbursed to the Contractor, any
amount over per hour shall be forwarded by the Contractor to the grade or labor crganiza:ion(s) ,or
other CDOT-approved sponsor :hrvugh which the Contractor obsains its trainees or apprentices (-sponsor)
and shall be spent for training and recruitment The Department %%all no` reimburse for classroom training
or training provided on non-CDOT projects_
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.
104
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
August 1, 2005
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 $1200 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 RW
Total Price
Reduction
Notice to Stop Work
--
tsc
$150
$150
2n d
300
450
3rd
._ ..:. 60.0 _ , _.
.. 1,050
4!h
1,200
2,250
5tn
1,200
31450
6ih
1,200
4,650
Etc.
Etc.
Etc.
105
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
liana 9Q 9nna
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
FodornlAid Prn�iort Nn a,Br Mass_ma 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.
(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
Harmony/Shields Intersection Improvements Project
Fedvra1Aid Pr siert Nn_ AQC AL455_074
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.
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
FederalAid Project No. AQC M455-074
August 1, 2005
1
REVISION OF SECTION 107
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
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
Federal d 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
FederalAid 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.
Harmony/Shields Intersection Improvements Project
FederalAid 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 01 10193 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 andfitrnish 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 24-10-101, 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 nedessary 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.
113
The Contractor shall make everry effor= to enroll rrvinority and female trainees and apprentices from whir
the Ccntrar°rr"s workforoe and from the community by recrt iiting through public and private sources likely
to yield ndhority and women trainees to the extem which these recruits are available in the geographic
area_
d. The Gontractor switl be considered in compliance witi-y the requirements of he Colorado Training PrWram
when tie Contractor demonstra`es to the Departmen tha At has met thie requiremehts described in his
s=oecificatjon and he Contractors approved Colorado Training Frogr am Training Plan.
i. Contractor • ho are in compliance Mth the Colorado Training Program vAll recewe hour credit for their
trainees whether they work on a COOT or a non-CDCT pscject. Contracr-.crs ,.%fl be reimbursed by CDCT
only her hears .%orkeed on CDOT projects.
S. The Contractor shall comply YAh the affirrnati.tc- action requirements in their approved Colorado Training
Program Pisan.
9. The minimum required number of trainees to be erraflloyed by the C'omractor shall be as st,<Y%vn in the
Contractor's approved Colorado Training Program Plan.
To be entitled to participate in the Golorado Training Prcugra:m, the Contractor agrees to a mih mum
trainee conw-nitment basedon he Contractors average annual dollar amount of contracts wish CDCT
over the last three calendar years. One trainee is required for every four rMlion dollars of contract vrork
with the Department Please refer to the follvaing table for he number of trainees required.
4
- 52-7.99-9:9,29 I 6
- �b;929.928' I 3
A Contractor or their program sponsor r ay obtain its three year average by contacting the OJT Manager
at the CDC T Cen€er for Equal Oppcxvsnky, 3,33-75'-g234_
tfi. The Contractor shall have Wiled rs responsibilities descr�aed in this speaal prmision if it has. remained
in corruplianoe- with the Colorado Training PrWram during the life o the Contrac
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:
108.031 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.
2. 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.
114
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
November 3, 2008
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.
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
Harmony/Shields Intersection Improvements Project
FederalAid 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/doingbusiness/crudeoiloricing/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 httl3:Hfinance.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%20Adiustments/EnCana%20Aspha
It%20Cement%20Cost%20Ad"ustments/Asphalt%20Cement%20Cost%20Adiustment%201ndex. htm
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
Harmony/Shields Intersection Improvements Project
FederalAid 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 quantity for 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.
117
Harmony/Shields Intersection Improvements Project
FederalAid 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
FederalAid 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 OPIS Average taken
from the OPIS 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 the following pay
items for which fuel factors have been established:
Item
Fuel Factor FF
202-Removal of Asphalt Mat_(Planing) _ _� _`
0.006 Gal/SY/Inch depth _
203-Excavation (muck unclassified), Embankment, Borrow,
0.29 Gal/CY
203-Excavation (rock)
0.39 Gal/CY
206-Structure Excavation and Backfill [applies only to quantities
0.29 Gal/CY
paid for by separate bid item; no adjustment will be made for
pay items that include structure excavation & backfill, such as
RCP CIP
_
304-Aggregate Base Course (if ABC is paid for by the CY) (if
0.85 Gal/CY
ABC is paid for by the ton, convert to CY by multiplying the
quantity in tons by_0.557)
307-Lime Treated Subgrade
0.12 Gal/SY
_310 Full Depth Reclamation_ ----- ---- -----
0.06_Gal/ SY
---- -_
403-Hot Mix Asphalt (H MA)
2.47 Gal/Ton
403_Stone_Mastic _Asphalt _ __
2.47 GallTon
—
405 _Heating and Scarifying Treatment
0.44 Gal/SY
406-Cold Bituminous Pavement Recycle _ _
0.01_Gal/SY/Inch depth
412-Portland Cement Concrete Pavement
0.03 Gal/SY/Inch thickness
B. 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 quantity for 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 be weighed. 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.
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
FederaMid Project No. AQC M455-074
October 25, 2007
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:
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
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 If
Diameter
4 i n .
4in-.
Minimum Section Length_
7ft..
5 ft.
Apron• Insert
-
30; in. or,sized to grate -
The inlet protection device shall consist of a woven geotextile fabric with the following properties:
.
Grab tensile strength
STM'D74632'
lbs.
_ f
0 minimum,
Trapezoid Tear Strength
ASTM D 4533
lbs.
25 minimum
,Percent Open 'Area
COE-22125-86
%
10
Water Flow Rate
ASTM D 4491
al./min./ft.
145
Ultraviolet Resistance
-STM D'.4355 .
/s
70
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 Pay Unit
Storm Drain Inlet Protection (Type_) Linear Foot
123
REQ101 RED C'GINFMACT PRO'v?5I0'NIS
FEDERAL AM COI MUICTM?k COtkii"'ACTS ,
f"ri3ti:-S.^'3 Yt.�n_t.`a-.n-.YS.=, 9:•, i'76i
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
Page
t.
general ................ ...................
11_
%ndiscrir atian............................................1
lit.
Mmegrated Fa res.............._..__.-------- ._.._.__..3
W
Pay -merit Of Predetermined mnimu rn Wage ....... 3
V
Slatements-and Payrc s_._......_.__._......____. _
6
MI.
record crf Mrerials, Supplies, and 1_abor........
.t,
':tl_
GeneralSubbettmg or Assigning fte Cantact..._.-_.7
'All.
ax'e+-y-. Accident Prevention_... ............ _........... 7
1X.
False St:a'ements bmeming 1-�.hrayT'rcjects...7
K
Implerrrentation ,of vleai Air Act as,d Federal
Water Pollution Control Act. ..................
Xl_
Cerli-,54 t Regarding Debarment Suspension......
hs ' ':. and %loluntay Exclusion. . .................
5
,Ql_
C fa;atien Regards Use ct Ccntrwt Funds for
Lobbym: g..__......_..----......------•--......._..._...
••r'
Aj fACHVZtJTi
A- Employment Preferenceforfi;,pahchian Contra=
fmduded in Appalachian contracts only)
L OENERAL
t. TtkESe wrrzxv. Yr Yls►Jtts shlaii dFR. , 7 al -,AM gE MMr _-o
on the witrad by the corraK;M trvin Ora &Taxi and tur l ME
assro h e of %mc kker s unclar M taw a. arE imma-c 3E super'n-
`�ilCiefrce aid to all R wpEM-med on Zne Coritract ay p4ec*vmn,
S=m work, cr by sut contract
Exwp as. carenwe pwaerj kq In eater sec on, mre
cxrtr�tx E1708 insert In Eam sutczRrtract m cr tre stpuTAns
owta ned ;In ese i ► ey Cwrract FwAsIc9-ss, a o ftmw
r-eqjtrE 1JWr lncrJOn In any lower tier bubeonitay or purctasr
order trot may Vi flirt tie rraos. The Regjlred Contact PrzoAsJcr*
Shall not be Ir03TCrated t y refererr* to any cafe. The prme
contractor stale be respfDrrVe ace complanee by any sus tiirac-
'01` cr W---r tier Sa.ItCc� Will these REggrired Contract
?ro.•zlons_
3 A Ue= of any of Ins SBFtf 3tr7ns (a7Mn--rF in trr-se
REgLdre-d Conte Provislons shM te swT,cient grunas Tw
armInabft of : e contract.
4_ ,S bream Of ME fc5-70rtg .013LISES V Re Regulreo Cpn7aCt:
?raxiSJ r may also be srmrtds for oeebarmerit as ormid-d 1n
CFR 5.12:
Z-_=n 1, 9Mgr4'12:
Selo, Nr, pa errs 1, 2, a 4, and 7 ;
SectIM V. para�Faphs 1 and 23 trFuigh 2g.
5. DspJtes arising Girt U trP_ labor Staredarm p mistcm of
elan f:e (exDW,. paragWft 5and 5e-em v of vrese R:equlrec
Contract Pruvhions Shall W. be Sub ' ,M le 4enEaa rftb^nsEs
f=rjsE 01,1145 i Such disputes small be rescgve+d In a r-
d3rr3e vein the p =1 s •_f Me U.S. Depart Men- U rLaGcr (DOI.)
as Eel forth In 29 CFR: 5, q, and 7. D1s: tr:Es w1thin Its meaning of
i!s :%L.ee Inc tde d15pix.es bRWree:'t tt'N c = (-.r any or Its
subwrtraatas) and titre anti= g agency, he DCi_ of the
con traotars elrplo)---s or Mae r repf-esella '.ss.
fl. .0 slaction oT Labor: :luring tree performance of t l c' it
=3::i, ME contractor Shall ncr:
,jugust 1, 2005
a.. ascminate- agalnsi laxf from any crter Sate, posses-
Sl0r, X tFri-10i'y C ME LA-IrEd S ateS JEXC eDt s`.7r a rgi7'M4A_nt
PrEfefeGE -.or Appals-113n 1LaC W11en apell=e, as
SPEtltled 1n .413- rrrent A% of
:,. employ convict later for any wrprse v, i1 it-,_- 1rfllts
le prOject tenses It Is 13= PLFf0TME+d by conviW VM are on
p317NE, StiIWalSed rele3se, or prob on.
H. NONDISCiUMINUION
( f1lcs 1 to all FeceTd--arc mns iWon cztltra-ts and .:3 all
ru ed SUN*nn-- cf $10"3 or mcrE.)
1. Equal Employmsrit Opporttinf y- Egtw errpl_jTrrert
pppertirq (EEO) rzqulrements nDt to disolmina a arid to lake
alTinriathte aCJJon r3 assure Egjal opporh", j( as sF rar_n under
[mvE. execu-_we vaefs, rules., rsgw3vons �21 CFR 3E, 23 CFR
f EZ07 and 41 CFR W) and grime-. of tree-e-.tary or i aer as
modified by ire pro%,Wcns p;esclited 11v-rein, anal Imposed
purawkit "x3 23 U.I.C. 14D Shall coast ie 1e EEO and specllc
afirrn3itV-- =On Standar"US TW the C0nIaMDrS FiflZIEC# a7iAtIES
sender ulls c rim. The Err1ai Opportunity construct —on Contract
SM19Ca331FIS bet larder A 1 GFR: 60-4.3 and tie pMiWxr. U
he Amerlkxt Ctsablun- A. of 1,9911(42 U.S.C. 121r31 t s _j EEi
."ufttt under 28 CFR M anti 29 CFR 1&3D we Irlisrporatea by
feTEre sDe In 91s c�ltract 1n trN exe_c ut-on of 5h1s Cori aM ne
contrw_or agrees to cornpty AM. tree harming m111, Then Spedac
requirerrrent actlYites U, EEO:
a. The y -011 w3r3 ultn tea 3`ate eLIgteaay agency
-IA,} ar-A ItrE Federal C iment in o". ng wt -=EQ c�lga-
Dans and kl tnE1r ,1?.ies' U, rdsfrter aotrAdEE undue stre �rrr�.
1). T'nE cor=aLx V41 a ce'a as ms rfemag pock'-' =:he
ftrllrAVAng EtdtE-1I&Tt
-11 15 the poilcy of Tis r: ornnany to assure trot app,-ants
are c--np oyed, and Ira: E'n. pofee3 are M—aL=d dtinng
EmPoymern, :arr<hCatl regard -'D ztw.r rate, reetlglort. seq(
c cr, n3ltoral .WON a Dr cfsarll)q. Sum action sta!
11=e:• errrplohmsm, upgrading; oeiretion, Cf ua1sfer
r@ :'Lttnielt of recrwUrter,: 3d"1Erusm 13yu; or
teaniraux; rates oT pay cr or 6mm of mmpens;:on;
anti selection ;or ;=rwil lwwDg apurefi�ShlG.
pfeaprrenttC�tlp. andzor on-the-)ob � 1ing.'
2. EEO CrIfIcer. The cxrtras`xvAll ce.-Ignate and male kncemn
to -1e SHA cr, ng mincers an EEO C-f loer who ulll nave die
responadtlitty for aiid MIJEt be capable or, Effe,-Z ly administeelrg
;and pomc nq an aaflvem contractor pfDgri f of, EEO anc :Ilea mus:
be 3561131ed adeglate 2frft0rity and rEsperfltixitty to 03-sa
3. DNea9min3tion or Policy: ,Aj members oT frN- czn ac s
s a;e vMD We air•. MIERat to We. StiperilSe, Ff^ ute, all' dlschxge
errtplcH. or »t'O 'Ie0rMtf1d SUCh a:*3n, of ri-►o are
Surrstanttafly Invair_d lln sur'n a ---on. all be mead Tully 0=Izant
of, and %mil tmp!ement, the 00a raetars E_0 pafcf and con-ractu3l
reSWv b!IItlES to provide EEO In each gradee and c!aSS"Ticat cr
enYplr/jTr,En_ TO Ensure Mat V e abK+le agreeTre-n will to teat, the
t IID6wrtg al:63ra= %mil be nkeni as a'.mintnuFn.
a Periodic rneetings 9 SupenYlsdr, a-rd personrel allce
effVoys YA be C*ndticb_l t 03re the sstat Gf't' i t an-. Uien rr d
less Often 1W.1 trance L-.-en' Six morrshs, T. VAUCA tire ee ne --c-c 3f -
ore E=0 policy anc Its Irrolerne_rraiirn will be rE-Aevaec and
eX,71lalned. The rneetincl5 all be con*.r..ted bry Ifte EEU 01-fter.
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
HarmonylShields Intersection Improvements Project
FederalAid 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 spring Seeding Fall Seeding
Areas other than the Western Slo e
Spring thaw to June 1
Septemberl5 until consistent
Below 6000'
ground freeze
6000' to 7000'
Spring thaw to June 1
Septembers until consistent
ground freeze
7000' to 8000'
Spring thaw to July 15
August 1 until consistent
ground freeze
Above 8000'
Spring thaw to consistent groundl
freeze
Western Slope
Below 6000'
Spring thaw to May 1
August 1 until consistent
ground freeze
6000' to 7000'
Spring thaw to June 1
September 1 until consistent
ground freeze
Above 7000'
Spring thaw to consistent groundl
freeze
125
Harmony/Shields Intersection Improvements Project
FederaUid 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
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
October 19, 2006
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:
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 serve 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.
127
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
October 25, 2007
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
FederalAid Project No. AQC M455-074
August 1, 2005
REVISION OF SECTION 401
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.
129
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
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
January 17, 2008
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
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
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.
131
Harmony/Shields Intersection Improvements Project
FederaUid 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
Asphalt Content
± 0.3%
Asphalt Recycling Agent
± 0.2%
'Hot Mix Asphalt— Item 403
2Passing the 9.5 mm (3/8 inch) and larger sieves
± 6%
2Passing the 4.75 mm (No. 4) and 2.36 mm (No. 8 ) sieves
± 5%
Passing the 600 ❑m (No. 30) sieve
±4 %
2Passing the 75 ❑m (No. 200) sieve
±2%
'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.
2These tolerances apply to the Contractor's Quality Control Testing.
132
Harmony/Shields Intersection Improvements Project
FederalAid 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:
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.
133
b: All rew sq*rvfsocyor:pemonne 'o - rzoem-rap-1,oyees. ;W- de-.
ni�x'v i�:-trii '-=EO* I"
A_q i�Ai - urve%l bN.:t-q Ei
ykon. 7ar
d. N & s ah. d pdMes Se If bg, lon I." U-p- wind= S. E E o
ta
ar� ._ie.
e.O. tip rnea,hs- '.0 nr!EptuVs, ffnof.
.,agf 31 W
.:pRa:,a-d Lff.rAjNcatckis,-n 3.i 0-sonnc� : im
9, ti fa. ftlln
Y farce tYr�tci�
lei <�J -data eebc�hi'ft
gf �q�
y j.
,rp-R_ . _TqmeeC
pT:wN4d-r4Vy . spplErrGES.Kpqteryplal Mjpxty: empcdoees, wo'
. pes,
f F=q� Tcremp cm e�yt:
--er M -gr lre3rN'. ZAJ;)a*PP='-rjS Ma-m9an, &16�.
k"I
LMS, ;teed .,o , Yee , 5.,-.
5- Plorlmrw n"MIX;s' ald
0-I)S iL FiVry NpE':l ..bleN, lflcwdn
r`
en VA. a
nods llSFf__=_rz Pro LIU
na r, Vick
I Cf:'
VVEME.- 031-3 'Alft.1h E allft 1D. ilkaniIRE arf,,' EVI
dls- qlnjtocy
wil pencdK'aly Fclilex wl�ed *m-SmEj
acbcf.p.- la ae�rm to dsmnlne VII-E-111'sc kip_T6 w—M . aen;z air
w-_Vmrai x", IE "tura the c*nb3dcr.,-Av
pi&npq ta-2"emewe =cn. 'r, r r4,A*.r inajcatas_ txit U*-
rF4w.'PK. :sure
cmrs-ect-,re aGbon stw ireoic A a-.-w,-ted
d. TN=_ C;OIV-cc-W W11 pmmply trwff tigme W wriplams or
aler-d C%_irn[mft-n M;i6--- ?"mr tx_ ca"jtrkjDr JR '-')'rjrpcjon W"
WB abligoonrc Lklrv-,! M =Tl-D4 mwil atenct m. re-saldle St&l
mm=ts, ar4J Mr =e 5pr.(mn3te� MTA_W,%B aT.�3n -hIn'n 2
"al6at_ me :cf"Il'
an MY ave.:: pe:c-zm 4:tzw Man, r-.IE- canoSyl.=rn' EW) wmio-
TA, a:G',44 Mall Valudec such alrer. oarfi.M6. Lpm axnPA__-zn mr.
-v u,
Tekil .. � - _. : ic�e � _. .
in .9
ass%t in 'foo-a-Ing- lju�"rym' :and..
:carrel D and
err, Pllc!�
jj�er' r-m _' e,re
.9_ pppF-
rne;dB.r�r Ear; .'
WICOLFage i'v bt p", aim
*,eM
:'-r ' eres in wtia e, w, q"pat-upqn-
r.5 to 6�n ltrp__ S,w vram-aEr-
U;E�
?!?Cr ft.;e6zl& by
xi d- TE e•
r" 3ss1 c13 dT:'e�' ectl
. tD A arse: .,to6 bdeMop, .In"
UitX*
and g.OLYP
P'vCyf:and r %PnW - 11S3
n rpGr 2:1 EE6.
AU
ard-to:the'r-
�Mer.zus lGari,60.
.";-Coor'* raVon.'SPA. W.*AW
OWffar' =lf. W torftWn 1.
prz3 pes.a%. p;�lktes: _:lJwr:uTHon �exW.= m4
"
klO'J41T"W-to, ":)s' Aw, Sib Y.,", iatisit
'. j3
woo , T, t cbn�� i6iq
ODW—deAct
-a-, of -tie-
empWiTrier1 imarides omceit reg'a.-a to.ra-- v_*u, T-e-iman. Eex
i n2vona j 6ctgtn, -39-- or WazAlty: mawig rul o=ln
qtf,3=.ed an*;Dr -.�Zaols r7d,-.v-.fiy qrm� ciemcm arej wwip-n.
(The- DOL has *.,l trui 11 s-3au ve nc. ex, tfil n-- uplor, ,vm
wllcm &_ corrtmctor tray ra cW,--cttv'-- 63!i�.irfmna agr-.,;_-nF_nt'pruvkI-
Mg Mr 6cILMre to r.-j'3T:tr&aTv - e mtlW el--is"i In, Ifte
eyam'. lria tinlcn W---fT31 prv.Lv-- I pr;po-eiia, 'Ite p�a7a_M'v nm
me--ilng. trom- 6b&#jnr;-.'pusuanl 0 EribtW.'-2 Did u I 12d,-3, az
Pfc.-Vissan's vin writra� mja
fmmlcd=:Nly W'Vy tie- 5'4'6'
� SelsMn of UOcontactorv, Procursm'an, of MW&Ilals
and Laaalng of EfjLAr-msnt- sUI rjol
or. Gle greww. 0 raD_:,, catr, ref�ori, E'6r, r'90f dr-dr;' age df
dlsatxgty In trp- seembn aul rertenllon cr;
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
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 /a inch by'/a inch spaced 3A 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
perform6d too early whereby the grooves may close up.
Before paving the Contractor shall provide in writing a tining plan showing tining locations and describing
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.
136
Harmony/Shields Intersection Improvements Project
FederaUid 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
PAVEMENT
_ I
GV.
I
d
W
t�
'¢
cn
*Saw Depth
I 1 /4"
JOINT SEAL
11/16'
UNCOMPRESSED
WIDTH
T/4 for transverse sawed contraction joint
T/3 for untied longitudinal contraction joint
Where:
T = Davement thickness
Tolerances of all joint width dimensions: 0 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
Harmony/Shields Intersection Improvements Project
FederalAid 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
Harmony/Shields Intersection Improvements Project
FederalAid 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
FederalAid 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
Concrete
Class
Required Field
Compressive
Strength (psi)
Cementitious
Content: Minimum
or Range Ibs/ d3((Total)
Air Content:
% Range
Water Cementitious
Ratio: Maximum or
Range
B
4500 at 28 days ..
N/A ` :
5-8
0.45
BZ
4000 at 28 days
610
N/A
0.45
D . `s;
;4500 at,28 days '
615 to`660 A ,.
5-8.. ; .: ;
. .: 0 4.4-
DT
4500 at 28 days
700
5-8
0.44
E
.4200 at 28 days
- 660 ; ';
4-8 " ''
0'.44
H
4500at56days
580to640
5-8
0.38-0.42
HT
4500 at 56 days
580 to 640' ..
5-8, `
0.38 - 0.42
P
4200 at 28 days
660
4-8
0.44
S35 ., -
:5000 at 28 days
615 to-7,20
5-8
1 0.42,
S40
5800 at 28 days
615 to 760
5-8,
0.40
SO":,
7250 at 28:da s
61.5 to 800.
5-8
0 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.
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 max 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
FederalAid 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. Additional requirements 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 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 S40 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. Approved fly ash may be
substituted for podand cement up to a maximum of 20 percent Class C or 30 percent Class F by weight of total
cementitious.
142
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
potential
exposure
W a t e r- s o I u b I
sulfate (SO4)1
percent, dry soil .
Sulfate (SO4) in
water, ppm
Water cementitious
ratio, maximum
Cementitious material
requirements
Class 0
0.00 t6.0A 0
0 to 150 '.
0A5
Class 0
Class 1
0.11 to 0.20
151 to 1500
0.45
Class 1
Class 2
0.21 to 2.00 ..
1501 to 10,000
0.45
Class 2
Class 3
2.01 or greater
1 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 I;II orV
(2) ASTM C 595 Type IP
(3) ASTM C 1157 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
C. Under Revision of Section 105 Violation of Working Time Limitation: the Price
Reduction Schedule.Table shall be replaced with the following:
Incident
Incident Rate
Total Price
Reduction
1st
Notice to. Stop Work.
----
2nd
$150
$150
3rd
30.0
450 .
4th
600
1,050
5th
-1" 200
2,250.
6th
1,200
3,450
Etc,.
1,200
4,650
Etc.
Etc.
D. Add the following Section to the Project Standard Special Provisions:
April 12, 2007
REVISION OF SECTION 107
TON -MILE TAX
Section 107 of the Standard Specifications is hereby revised for this project as
follows:
In subsection 107.02, delete the third paragraph.
E. Under Revision of Section 109 Fuel Cost Adjustment: Change the Date on the
second page to the following:
Currently Reads: DRAFT September 7, 2006
Change To: November 30, 2006.
F. Under Revision of Section 208 Storm Drain Inlet Protection: Change the Title on
both pages for this section to the following:
Currently Reads:
And:
October 25, 2007
2
REVISION OF SECTION 208
STORM DRAIN INLET PROTECTION
October 25, 2007
3
REVISION OF SECTION 208
STORM DRAIN INLET PROTECTION
a. i lt? =rruact rf stk:€ frothy all pLr,fiE131 s`:1t-mtrct$ee
and sup
pF,&-E art m, er EEO wiga-"s t nd'f 1hia occo act
b. D€saTiaari:aaea tLrairnss &rteipcaEE (D-BE), ,as def�nei In
4_ OFFR 23, Grail FvE ECFJai opponurny to compete S-,T an3
pernrn: saJtcvrrf 3Cts wtllttn its o6rs Take enters In7in purvia tD
us Malract Ta,E Mr••-a:t r all use ris t+ri-S: sa s< '= tsar's
u`Orn and D It , LM '�55. S`JtDMracWs or swwrj7a:�: M- Vrre
ms3ntngfui Tdnvl?j graJF= atd fen'+3ine r eresc--ntr on amxvg trig
-TrOwEes. Contrackw : shall o=n Mns of OBE C'3n ,-x—tun
:Rs tiom SOKA Farsonr el.
c. The wri_ract--vA1E rrr:e NE t+3s: effcxteto endue wDoxr-
.cr =rnDRarK>_= Wth TiNr EEO ot-fF3a::l ;ns.
. R acmde and Reperta: RCE CUAM10f Mai KiE-Zfi SUCII
Eeard5 as neoesawy tD d.cLulle-it wnipdarije vltn she EEO
mgWrenents. Such recccas sMI ce reta�r*a far a Frfd a, MreE
)Ears follow.l 6g wrnpie On a.' the n-a4 vm is ana Etall be
a3}lable aS :rea*onaue tTres aridpac*B xi mperm- on tvj cFrtl 3
sized rep esen-.3ih'EE Df, the &HA airy trie F€ 3'1F_
a The rem -as kept try tts contractx stall d mmen', ME
XW.Mng:
(1) The number Df minortrj and nisi m? cn, gruip
mernte-M NIG'* nen ernp4op:! In -each '&wk NasMt_=an an ?te
protect;
2} The pr>_•3resa and eu rLs being made in Coop-- 17n
.ash srnlans, 4ktl- applic Net iD 1-creme EmpiDymen OicMml_
3s Tcc ninottles a-f .v=en;
(3) Tne p.'ogress and elroets tying madE o locattrrg,
h1ing, training, I}ullo')T }. and upgrading m1noritt and ;ernalE
eurbyees. aFj
{4t The ^frogess and er.ats bet ng rake In sawring the
serolees cf DBE Ed xonaa::Drs or uccomramom :Fish n-fearr neglu
mina*arlh+ern3le r ltatkn am. wpg tre=irepOI-y-es.
o. The Contractors WE wornit an arms i. repon Sc rite SI k
each Arty V the CuraCCrl of -Vie poDje:�% IndCXTTg tine nurra f cif
mint ry, vsor:►en, a*lu non —min grap EzrFtap�s urren-y
engaged In each clasEtrlcatcel regrtresd oy lE .r='irk.
TIM Inl`D , 3iltn 15 to bE reportEd ,on fOMI FHVIA-1 �+1. it ofh-Jle_ -
fob ti ning % lxfr�g regjlrM by spel-al pfvits►on, tree coutra=
my be requl•ed to cal lert and repQrt VzOl tg dates
ail. tf'ONSEGRE-GATED FACWTIE5
(Apt7i€.:ante �3 all re-d-al-a)J wrr=u-m-M. Oorruat= and to at
aela'ad s ncontracts or SI D,GM or Mare.)
EL By' subF11-�ebrl D5 iNS ble, Me E>_.-Jon or ?cis =ltract or
V1ttXi liraC(, ix lie CCnSurSin3321Df Ci ffGs 'n t3t E tai sEl. PE 3grEe-
meFrt u pLvouse 'ame'i, as apFarwiia e, Ms ZlWeer, Ftev f.Sd-slid
cortsln=,on c3ontrc3:nar, suocc rtractDr. materlaf suplilef. OT
oEndce, as apfognaa, ceAMec treat tra flim rr3t n'amn cc
Prb61d2 fW tss er DjVjees any sEgregated fa nGes. � any Cf ttE.
e5 VI,-r@nerrt5t , and nT.- rat_ firm Ones nCC parmn M F-nFOyees.
pff fT, . rer ser4l(�ez at sry I:+x", Binder :rs mfuoi, vnefe
sesr-gamed-arif`es are malnta1ied. The l:n agmees Mx. a
cre3oh or dr, cr.-tmsatfcen Is a'.lolarixl oT fire E_r3 pru�Asiorr. or
mis co-ttrabt The fr.€ NnAle: o2r"nes that no empiWaLe ZIF'be
dear-M mess to aedegiate raceltl s cn ftN bash rt seat o4
dlsatl@ 1'_
G. AS tied In rJ'J5 M-tffl;,a M, ME terra 'sea Ega- _ ra=EE'
M63rls any;A--tlrbg m ma, 4:rft areas, restr=ns and u--c.it}i0nis,
en stauran s. and crAeT e-aang arrem, sBne;;ocks, locker me its, anm
othr6 stcra(�r or dre;r6tng areas, paring I s, WI nking Tcrrrrtalns,
tecrea txt or enteita_hment area;:, -=w1spectation. arrJ hous:lD
13wafeS prU• tied T3s empio),--Es Ymim are ,5Wgated b�.exvidt
diec:y.e, or are, In fw., segregated on .he WWs of race-, Wcc,
rdlgt:,ff, nauona€ orign, age or nl5atxitty, 'tekame anawh, .Iv_zv
cx,m1 :l, or omerMse_ TrIE only es on will bE Tar Mee a aa;aleo
-blien th= demarvs ftr a=esstatm cf,,e -2 (e.g- tseanfed
p3rk�).
C. The mrf rac 4 agrEa-S Gnat It rias abtatned or .'fll 0btain
I1J3t'o31 CeWl w.13n M CTWa5=_d s> OCr:r,3=s or may -_riz
rriFj2IF-Tz pdo to aA;am oT Euocantra= or curAi lrration of
rrla3en31 s^.Ippiry agr_--fr a us cr 5so„ow or rra-e grid ='€: MI
relaln 6'J011 CR1rCXIME 1111,115 Mee.
IV_ PAYMENT G PRED•:TERMIMED MINi.MUM'UVAGE
I;AptWSaNe S3 aff FE-JSM-ald oonstrJCtion =T_a.-r5 EXceeding
52,001) and to all ►slafea ELbwrara::s, exeep l`r ,pr;Ypas Inca nd
On F-Da 4'd3y5 Clasal'i?_d a5 10= r..ad5 or rlrr3"t iliac C61eCt fs,
'Arid, are exempt.)
1. Generat:
a. All rneaanics ,:rrJ Waver elraslvyed cr ,�Alr3 uac+r,
she Etta V4 the MO Mail "r- FWJ uncoricItionatty and riot Iese oxen
alai ce a vaeak armd :9ltbxtt swsequsp. dedretler. or rstaazr,
any a=v.M EaxcW such Fri d ltrJ3'ra a5 are F--rmt b)
regulations { g CFF 3) Issued by tote Secretary ar Labor Lack- `Jte
CopEiand Act tdD U.S.C. 277E p the hd1 afBTC ntE or wa s and
bCd 3 fibe uinge beizelit5 (Dr f,3sh ETjts,312fits le-rewl) Me a5 `me
Of PaaYME-fiit. The Pa)M-3-ii. EUM to =r=nplred at va3ge rr.EE not
less Gran tre06e Commed In f]-fe vr&g'- deterraunarjan : r the
rieCret3fy z Later fi!'r_ ialar 'rhe vf3ge de-ternnImr-o `) tv'h1CI13_=•
ait3me] hereto aanr made a cart .he:-EOT, regarwEss a any
c oni35: Ja: re 3')i cos- 13 09ch n ay b, 3seged to e]dst bet ve—en Me
mww-ar or;1z s�� and Eu.'1 lato>as.arad me-c-lar$cs.
The vl'ag2 "SE=EfTr)fnatiDn (IWUJi'tg .any addt`W131 0I3W;P_TgXrr.
and .sage rates kM-mirrted under paragraITj 2 of €nis v�cucrn IV
and the DOi poster or Faz-rn = R- NA-i43`) steal be
posted a: all times by She cwWacbx and rs s5 boontractom a ate
st a fir ?le 4vM In a ,prnurnineni and acre" a WDE mare it can
be E"( seen by the :4'0a'kers. :For the .pupsec of tPUls Section.
CGIMUMOnE- rn3t' C( ODSt5 rea Onatty anntlVate, t-T Oma fide
M.DgE Den-tlt uro-der L-ectluri 'UDX2) +" thN Da,.ls-Baom Ad (40
U.S.C. 27!a) CA tGtlaif oT r tmrers OF rnectwfrcE are considered
'Aagee PaFd tD EW-11W0fars CS mEC-WICS, sr. _—Ct D She F?fTM-
slons of 'Section W, pa%rapl 3b, nereai Arm, Mr the pu pie ct
;tics �`i ti0rl regu corm eons made 0E C06ia' I ncLrred::sr mcfe
:risen a vp_Ekty petiCd (car Cr7t IG s oten it: a Cjlaft-ry) uncSef
piars. Tuttrtf. or prowwns, ..ivch cv,--r tfe2 p3r(>r13r 'Agri
pen3cL are deemed to b- artsrTut; h'ety was cr Inured ding
ouch :3SO)' aerVA Such 13=C-.s aina rne+ilaMx. =1 re pad
she appcopria:3 •cs_,ge rate and rtng2 b3nlits to tote Kage
dEtermina lon Tor tt- fiasETcwt.lon or vrit arrvavy p= frDrTp_�
Wnxt regxd to s3ftl, except as orcmded In paragraphs 4 arA 5 at
Ms Ga-=n iV-
a. L Dasm cz me,--liariCS pulb=ing WWk in rrA7re than are
d'assMalsn -rnay to cratperssat2d at €fee rate aDeV-Ged for each
V'assmicaben rx the t;n:rz 3_tU33y u+=ea inarein, Ormweei, :ha
he Er. fp€Dyef S plsyrLfi rearys a,Lx ra Efy set �h tits UMS Spent
ineazkt ciasElfl=o € in.%Mch vvmli iE per.trrrp _
C. .4 rulings an,,- Interp;e atlacs oT :he Day.5-€:armn Ark and
rc?a:ed arts 03=L tEd hi 29 CIM t, 3, and 5 xe flErain Inoarpo-
raed t-y rf--eves in 1r6€ ctrrtraa
2. MsMc.atlwL
a. The SKA =niraothlg Draw 6:zali ne-sure tt= any aass of
1.3-DWS s ar MSECOniDS eMPIC)-_O LMET 7_12 c-ontrct, •atdw is not
listed In Stle '6375 deterrlina?=n, SMI to a3ssi'r-d in
conformance wrii he wages dEi6'i'dl$4aton.
D. The zvzzac keg urcer 'Saar approve an adwilor ?
alassu-Ication, wage ere and :rtnge bereitts only -owe :tie
MICAMrig CJi Er13 I l3V'e t►_A Trat
(1) vie =A to be peaumzed by she a=uonai uasw-
canen recuested - nat ,Fa-mrizted w a vassuration 'in try verge
d=terni:r.�zixt;
Harmony/Shields Intersection Improvements Project
FederalAid 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 a 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 °F 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
Harmony/Shields Intersection Improvements Project
FederalAid 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
FederalAid 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 (j), 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 ASTM C 150
Blended Hydraulic Cement ASTM C 595
Hydraulic Cement ASTM C 1157
In addition to the standard chemical requirements for portland cement in ASTM C 150, the maximum percent of
equivalent alkalis (Na20 + 0.658 K20) 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 150 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
Harmony/Shields Intersection Improvements Project
FederalAid 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
Harmony/Shields Intersection Improvements Project
FederalAid 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. °C, 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 °C, 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 OC -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
Harmony/Shields Intersection Improvements Project
FederalAid 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
Demulsibilityi, % 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
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 ± 54G (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 Methods
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 r7a 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 29.1322621) 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
152
Harmony/Shields Intersection Improvements Project
FederalAid 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
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., @ 25 °C (77 OF), s ASTM D 244 20-40
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. PC+A1
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.
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
tre awtL,'llzl ct s :*=Ian * tittC_=,a In u_t: ar-as-'try
'tE CGIM :"lrWon ttti'kJVrvt
(z; lie psr?r pm-'! 'd wage rdE,. anyp-:na •' 7E
m1no? t-_ne _., t+�a. 'a r?3E95iatvle' TE::3{1Y5m.r to += oe -viz-O.- sm-_e
Mq nc-01 t1 tt) 1?3R__E cleGBfrr;4h3ttrrrr, area
p.i �. 'Ajth r-�Epegi to ham; k1'ten :Error z. dariTica..w
3i .9§s lr,ita aa�3:�i i,rtt!;tt - No 1(.I5 pemii Ei J.
C: I:' me cvitraetCr;:•or,subr*rfb-a to7F_;:a'e 2pEtropnate ',tw
.mcr=r a,* m--torem- X kc xn) to Lv en-g-myed In ttie ab." an-
al T ir) ds+?r�5eft iik`EE,' ardJ E�tE ^iris S tRA LAP 'l
a�-p� •ems Gil? Ci3•wee��3tlfrfa �� �3�..r-.�;r ��a�.>Ltra3 r� artt�.a�{
a ijrr3t tC trrnaE t!�rtants irre a;3tirrr�ata,", a.r*e, of l=_
ac ;rt taxen. Sul t►_ Ott 2JY inrl ixr;,rkt* 13 .hr [>O!_
Aaart ras7i�rzr q'. 'L` a wk-a arvi : iN.tr is �, iitplti T ittill �"t':rr
darrdS Aw"nlnlstr3sort, Was=!, acni,-:D.iC. �C2iC- Tt'� Wap a'id�
:'t[tir A4ri't' i`r73 i3r Sri 3JU9'C trEEe itno, kl;l df7 yryc
MD:WY,. CAL �=S.aLq+u eff.y 3 * dB's`s'iis:=or, sc bn-Vninn
3�a [da m r:; _ re 1pi d Et 7cike t e tort act i t4:a--r of WD
r ull f IE.D_rn :, L q-g cm:*rTtiirll I DIE _n-ddy pipa t zlm -2-wa z
d: si tirre e-,_zLM : �?tr, xaror-s_u i tom- a=_:arprin-
onaz, try �m es; trrtezr¢-..s tD to m..r�yed In irY +3rrla�z a=_
3 G%i3R'Cf -MV1, kxes=rr.3Lh,�I. ar,C1 Irk : artia +ig cc-ces
dz ns air ovaosey tasrYl;3r =nydr_ nc:E
zttudr' isle algiX , -1W Cat. t-_q 'a, wl
.C}t'd' &,nit i _yfy� inn- weesbatb
p;.
1r v M1q ME iews A� at W4, 4s.'k'
a 3ri,3r a = t ltrntitix� Cs loer toft+� Ya'arr_ -1Ca A :�itirlst,�g3r
r 4iEtt?t "2' is-Ut!. -"�dt� .AFtttitt o r?�f rd Tr :34tr iL.Sd r2pr= srr'
3It9c� Ys1 tSEtF?- a G1-t rT7{ItaaCH SY1JStTt 5} *.3; a'tiF rcv,, J>a s6
-a ,EP irLe lA4lira.'chm.Q CtiTt6& 0' e..0 iica,y tt'1' fY}ii �� t7it'iC
'Amin me w-#t mall d ms;' Ci7illllr>r.31 Dme"i5 rei:ESE::z
e. Ttesage Tatb= p'tri; udnq tit, wAnis �qH appr P-
aL=t 51E lTrttn9a d82113rtt C3'Oar tad ttt �CC.CY ?d l 'zlft5 �eC"rilt't:r
at It N pafd b3 . 'tN�iftsIs ;*O'Grning v*n It, taE .2(&43r72�
E`ws7EtliC-2_*an M TO-- DnE', {13p or, Vit(ch %WV IS D&TXME-d_In tlE
a•. RarymBrA 0 FrIne5 Bertra<tttie_,
a. r he-nEveE he 'nklkr= 'AME rFME Q!,eWlted !l CIE
CaT147a rJr a; . Zi355 or lat ore[. Ck QrE-.�t?n fir Inc l des a lrxAge
6-Emn'► vi n IS r e=-3E d as an nourty ra?e, Ire wrt;a,= rx
S'.1t ztr>r _" as WFr�.a�, Vta11 pad the WaTt .
S:M d to t51_ :. ge-2iferrnrrr3{kt7'or.srtit ,rsay'3nd rti wjr,3 -?Ie
7ricp br teM or an I -may r„3s-s rt eii t`tye�.,.
o. tr Te �rtraj. r '-r sUD03ft er, appmp.-iate; ti3c
nut mdtce pti pteilL to a ttai£ts'e or fake; nerd pei;m, t sr* m=y
ObMlge 35 a On Ce, -1C 41a3Es 0' arf 12tr3rer it flLtti3ltt tn_
d601ir CA' Cis re3ZCrZtly arwctCuEd In p:,vtntrg MrO feJE
vtoa- ten ents uncef a plan: cc pmar�,iit ppf=,ad Clay' t;te•'
tint`' of Lc rx itca:'n,rltS d . upwt. Me v, 1_?I fie CJesl C-F the corm" -,mat we aEppilaWe-Stjandaras Vf vi.-
eta TtTE S - mar: r; �yn3r may TeQJJM t C��r�-r tcr � 5E4
3s!jeJr. a aeo3rr�e q=w't dews x-h3 fnee=ne o, C Iig3j3nF
Unaeer t"Me;ian cr ji bSpwl
a. Apprenti'cea and Tramem. {Prograrm of trio t}.S_ DDL]
and iielpam:
1 t ,?Tfarr xs Vn p< p Vat' M: d M WCA 27 1es,5 thas
n M.-terrrtned rta;ur Llc rpca fir, pen,-M, led rA _q.::trey are
'?uVoyed p! rviaru to and Irad!OW11ty 2�W_Nea Irr a'b'an;a 'de
3cpc-raDst�p .-R, reg;siKEE-d va�.tt he DOI , Er pIcyrnEn' an.-
Tralnlny A%1ry1Ms_ e:33n, Errt atF C Apprent ^I aid Tr aI to, �
LOtt a e kfck; rap agercy rc rrt` -] by the Ee�au, fr If
3 Peism- is " imglcwey In tl!a'n£;. 5175r gi-1'd3)a bF Gf:-OJtOraq
etr;3'3prtent w ar aporendee in Eer-,T an pprerMc*srd{r qC%.n,
,_wlz riot it:dl.1d€latrr r• tst to oe pr_-rn�rp, tul Aiw r s t s=n
r';v3G V ate. 6tFear aE �p ierr t r an-q rr_inina ir;3 .''."
3r.pienuourfp 3i�-3zX-y f-Al-iae: �3p�SL � E) i si . C �} ICCE G7l
i2�. TtLe atcvnbe -tea cf _npe-�_hcH tr1)owne; ns-�-
t ;met EgnO4 yE_s an yre tr13tre- to:m-w ua` cdsEstt�.ato3=I not
dergr�3t3r irt3n `T? 7 p.::rMM� fil 7p Li* 1 i6,35;fQ 1tW_ =f�t E
'ntkai to c* Lj i*F ttL rr='El:areC ar_ `iL .=r=i 03E!2 Ustez n
a Fa?' 3^. 3-,P�r Ct36z_ rate 'ahtt3.ls. Bat. ,aty 2fed Cr
01)SWEE a.M�DVEa M. E I6J uv� t_, SUI tr P.-A Qii::t'_6Z IZlan
a 36st",'i'3'50n.oi 'till'$ dental pe-gmr-_J In 3611wn, a1Y acpre:-t-
1M pore iriMl ,'JCQ4 t7lS itl r^7 5tlk $l e}AoiO ur�tr? r3tia'3 iITE
>atl r r gEt�;e3: xogr�rrl _ G tiaii r+�t as t � t�_
VZa= f2fE on VY .!�t�c Ct=L-fl1Fr tss ro -.0 tIte mprl
a"Ftaa F�r7v'ite]: :Jkt� c. czn a=1r 5'I3C#7L2 tA?7 is
pEi7GttTt hi' ra ttc w, cM 3 beat A'i 3 i2?iY' y et Ct_-'ran 4w.,- In
'Artch 'IMs prc4xa dl 16 r3tic�t arrr- 4k3a? rdieE (ex-
piE5Ee7 la +�ei. rttages ur, 1rN➢i:
k iGInE 4. M"tlth C> ahmebr:E u4umdritbs i6rs iL-dZ-t3_rd pm' gram
Z-AU t4tGtero2EL
13) teri'.35Dr-_'M6.e ['Elton BE pa?j At ibE less en }-h.E
e3 E S-ar_MEdIgirr= r- scef-d:PTDgr1M. r7�_ Wit'=r' etJE�Elv.
€HiXM&Si _9�9S5E. as •s p=fC nS r?`CF Ife p6TW)nf ar Viei
fluilp iXm_ spt�itE-d In 'Erse appnoaat? 'gage fN_ s*n? tlt3,3r..
A.LgepIi6k srmi D� p3b 9rpp, - effr t�' in rx: daitee wo prr._
ptgt��l_. of � ?:pr�r3�st•'t;�. p%��'n t.':tte 3pp��rtl�:z�tsp
pnaat-ri O?E-- na{ Spe ry 7rOge 0. 4i appmiuceE,► us, t's-zoax!
1v tlil 27E s 11[ ar utit, tepx-f � tK £-0 Or hr;dl r dEL-mtinnt3tl
Pf ,hA , ,-NIC- 6e BS&FCZ-33 .' th- Wage
aria HCrI 15? x7rr ctst riltlee Lint',a affee it:;pe=cttCF
tTE-ap�,ToaNe zapr�r1�; G13i Itlrat 1.. 1s n fhi C pi. in
am,".:at'1�"�t5'r-t 5.hs% C!-:Grri'Sri3i}.'t1'i.
In Eke yfi lip- E$ma.1 c Atspe-rlpe6tip and
-TTa7V 7g, Lk _ G w?:3tC aFpt l t Jrtp. ace.-v `rti 4��3rlic- Ov te
evunim, -a njraay.. aprmv�t Crr, an _=Me;ttw op 9i'�� itte
t?rFitFd 3r 9r Ela�i r, i� ". i r 'X!i fr3. tr?'i . De P=+Tr' : to. Mize
a►Ve. fret*s a ism tl's7' tier :app$G��]i2 xiEw6Tnrr'tetl; rain xF 1he
o trpar�e wwi pert`miez' rayr-Kuiar F:np`ary•-E w*j an 3.,-W.-
at4e;3r6gr2m is arpt d_
b. Tralrisis:
I1? Emw 3e. CrL;'.laE:! In 23 _1'r, tr�trt 6 Wa re:
Ce M-rir_d to wom 3t t_�s man try vejetarr rim rate to Irie
.ttip% petrOTMI-M tit E:S Eq a:�-: ETF&t rt d ULi-Swtrtl to and
fndhidt ily redetErted ' In 3 pcoarwn Y h3s
a` 3! Ei#%ferrPd lfy W-ol C�"ttflCa on, CtY n- D�=m;.t5yy_
tis t and Tmi-ffng A+71tt;r?'simlart.
{21 . s } .�.►3 u'i Er�t1�E � }�,.rrrr=yir:3rr-1�,t-d ?tr¢��y^_e's
Ctrt 5`E M31 AM �-__ cre -r 1rt3n Z-•RPlat
-3PZ ,M tg6S'EMPIDfT_rSr.)'r-= r t yze Its: d ?r6 ?rn p.- , -vI a a `tam ra;=.K110 � rrn r�ts-
=rEd and FartC.�p+aling in a ?clam vs." 3E�c-t:R'ea-ty° &_ '=_trp!13y-
rment and Tread►- g AdmiristraUcn shel :oe pid rrt !sss wn 'he
a;:�p#ica.ta wage rate Cott tttz.:bag; o,: errT-czri'. dune:w trie aissrf a -
Ion [rrwoft =Lapr pp�tfW7riecl_ In a#x�7rk any trainee pe rtm-
vig e;+atk ci ne M scr h eixoess ur'ME raticy rded ur►7Er Ze
re --red l fvs r T 'sn2ji be 33ld not less mm E P'{J
on tst- naTcpa detetmirtsuort for me.wn aqts�rty
(3) i=y=ry '.3-a's I'Mu try 3at3 at tilt lass IN -al Mal rate
f.?euuej I.-, he a�-lpemwed pmgr=.e1 roe rdwrAT ieov as p*grem,
upres5ea aE - a p� ltaae: p; ih-- bume�i c%�l r-cuq• rat-
arlEdn � In ate J'D iqc t e : cep rrr riait�c� Trdi!te�5 srw be
pald'mr-ge'tseie lls in aCm-6ice wtt vet cr?' 45;_3n.E br th_ iLa[iee
prograan: ►F the trilee program 63EE nor mr-- lori t� nq--- beri-Ma,,
'r3ba s shalt be•pald tt-V. 3rnvur► Cif utrsae tter=tts. [t5ted ra
M-E W30_='dffe1M ns:t'3tt, uNass A *nlr .ar o 'NE WIT_ana
.-ivir D1Yr an dE4_=r.rME-e 1rot Msts Ri *1 Oprzrrk e? vp proigram
asswa., writ irP? sxrr ortWrrg to mEyirsarrl=e v3Fe ra:- on
me 'Vap Ck: a r; Irta-vm -anim prt7 Ves' iu isss t3}ah -Up 1t{1rre
t=r�tttE rC£ `?t> t in 1,'dttl.,t'e awe su t 6rwi_-ts enail rEc6e'
rbe .szrte zings wnests at acpcebbcE,
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 @ 770F, 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 150 250
Asphaltenes,% ASTMD4124 15
702.05 (unused)
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, Typed 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 1/11 528 lb
Flyash, Class F 132 lb
January 17, 2008
154
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.
155
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 Quick►ime, Hydrated Lime, and Limestone.
156
HarmonylShields 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)
Douglas, 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 ....................................
10.9%
(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 Mi uel
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 goals will be measured against the total work hours performed.
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
Harmony/Shields Intersection Improvements Project
FederalAid 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.
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
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
August 1, 2005
4
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
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
promulgated pursuant 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 Heeds, 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
Harmony/Shields Intersection Improvements Project
FederalAid 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.
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
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.
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
Conduct a review, at least annually, of all supervisor's adherence to and performance under the
Contractor's EEO policies and affirmative action obligation.
162
Harmony/Shields Intersection Improvements Project
FederaUid 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.
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
31-11L{k7Cr $e .�A 31�Esj x SeteftF
-S1=ns alp, 1t1; eniquods-w 31 joprAim zM11C. _Li.L visFO+2 '�D
'u�t.(L�hS '�Il1G 6u4�1d �JaWurra� "S'ri '(�-Cto��[r]-ort~
kglli,U' s s2..�Lsii1 s�ifea:U!'rt�0�. jGi ?JapaJ3iL1IJ�z+dn$ 3iF,l tJ1ii1;
pass44-nd Knew pue el 1oiell!E4EAe sl LUOzj
ieucai'do wite4p to a; Am ul Iialilu_qns aq Am ii tulle 1^.,p:1I still
+ !1;t1oi4_, '31ta jo q'c LsdejEin :: r'oun 'J•&i.,jx 1$e+U $a C ;ejp a.
Ja11EXttli ! ;F4 ;0 le .SIEI=Id G+J= Atate1>=e IM las IiE4'S
papp.IJcp3 irw=add au'.L ?Got-ed mAed Al1fsam burome- j ew 6L4!¢!p
ItJom tw Pde6Lk sWm5l` pue Ue3JIt t'. = 'S rAie r. 5irde16
-EmJ 'N lmaoc-; ul Goal- tx `4la&9.0 PIJ2 seaver. '3-guedit
6uprr,JJ11 s?aBafdwe ali jj tea pied sa)ei.4;o l�e<3 a _3a4dSLG
111EM--aJ t14t --j a W 'p=wJL� gI X= peALM !i * 4 WA. UI >�s,
LMa VW=, 4E+t3 "PEALOOP" 'S pLE 1MOMJWm ME-.
, L :ild aW ul pEQxlsaA seW s&m pue srpel pL'e
'33a<jan Mie ?_WOiSIddE o,iJC+,'=. "V63! am? 13' KI:RC4to �U3ta1S
UiE=LIIeW I�i3.S;L1_&jd lsa+I.filddE resin saeLTr. to s Je
6{ttXx hf4ia . ' LC€o t9' JC+ 3h:+meg 3+°;,anti fuis id Lq
paimui ls, : ap,x3 GjiedmLrE r:= ioA iyb4 pue 'pai�lle
sWL£91licaJt .20 va1oei ayi o- E¢.J- w"LI.;sm- lunuvxm La3Q
m6a3 °eu u.jd m uetd u eq_ 'amt► qc-has 'gym-pu L, sl L mbold
10 v6d "3LA ,feu' 'ame-^woxq * n uauaq Lms F,W' Cud Cq p-ow
= iWUM SJ-f'!P- =14S Lt MA spm)w muJELJ Ims iaWA=..Crf`
w4s CLT a-mrwm aw. 'I")v uc€eg. sib a x (SKz'Xo t
W.11aag.3. Ll GEEgvusan .Lr j io Lvtd a 1apuh 3llk'JK, EupyaA U1
pe edpa ie f4wm4ea1 -mo ALT ;d lur6w-e sw a�,n.--q -,I-papew
10 Imm' =- JSue �o w5vp L ail ma Dom sp 'wt We'tEnd
J +��s'3i-h E441 ,aLth4
'd.luEUfl-- ,70' UJ 139L163p se ed-T 10M Eq.UI .EPr;U
!�EtrJlou . }sU S80P 10 '3aCp ,ea(.oldI!R aLIJ Ja143W Ev7e-.tFul
i1,pP7.t1 a L3ewco Imw. Samaj 1JOm" du: sze-TIUt:,r uejL E; jdv
1cl'11-,41pW ul ppd'sa6ea F=ri a pue IamW sL3o4wrw p;3x;a t
small , tnnu Ft , Due ktiep :(lab U.SIAZ r 3'_--- JO
(Gxzx4), Lxaoc'- a p 3:_p aadc,.-LI+ jt3�� .LdP-s:TJ."�.uSe7
10 sWiNaw al5up, dp5m.= �Sa�T+-C ItI a 9 340 Ar 3UGT=rjitnUqo
)a *6 5.jlprt�L45 G!ed Apr 4 '9o:eaw-,'Sr' motto
jai m 3a.1 :riakott a apu'ts =B :O S3aMIR rAR 'JKii LJ !Cl Itiv33
K004 '-RUSU aul WEILM, 1949. SD=e1'JOl Ed dill 'z
`)i.i•^.ht ate � a's5 atl
re 6uix'+t 5#>~rea16 iiLE 'slabu ;avli:�7e�r 'Su( 'savpJs3:�de
9 te4=?1u '4 D�j 1 3e 2% 73 Mt 60" all Jo llEticridxcq 'p alG
a4l IsJCjJ SIE-p-C£ p w=d a Jam; ravjc�d pue xFCi'h eJ ; Do ?sum
aiii bt.'ib'1p JgpEq KCQns wee y^Lr 1t ze�u�, ail �C i3atJ(£jLtixW
as 1i"-'s 0,-u .?3 �JQE'ras 3p1C{�d Mq pLe 3fOl�ec i'
-aouaje)S j h3 p-TffAmu1 t4ejcm ajE L1014 mxt n- j:a.l;m: a$ au
l6 Strneit6acy wmedco am arA p*lxC t "i4 ql?-JU3C�J 3i
:(c in oZ) auot etngev pu6t'3do'J tom eouEp,{$Fwo t
5 I'.a.LU3xeu
a., Iram 'wolocl= a' xu : D spew iewt sS '3lEvveai Wi
p;, 3Ya?tojd J% OecxzT 'S,4ew. ii3 uz- a4,ite•ol pue r}xis
6LJi,;.-�Oxa SpEiluoo Login-g3uco G4ejEno j ita, a= ,cj .- ?Jdbt
ST108, : d OW S1tl3WRIV1"a 'A
3h,cm $ QdE�Beled ul Lan a3 2srrt p cf p Li pamtoil
se omife m palmt'tt41 pi-v sa€�_.at. ClE+dur, i;; 1iarr-�+,ua acts
1C to 'LF:^ wxni jo- --siumn ke Alsws- +'t `7!" r-socs 'J ic
02 p3AU&Y*p sq Aeew SE SUM LPTIS"'1gWJiUC-.) allt Ud atJee 41i:
�A rw °-i mt i'±hl 3^.IcmJ£4y A'}d.Es s Pue EfmH'PE4UY+
au: ul l,c{C�13 =1U a.' 11's`S' �JI°-1'G�d k_rp :�+JE N lG:�P_gULYi
acu}w'd awes- 'j"o. .kue 16 ;'erJtYl
- re's :Sue 1Z'13un a_;^e ar s 1c 1013£4" W. d4 pa s'o;1=u
vux 10 `pRCCoe uo EnekEd Samm m Lix11j 'G4d�it„1.1 = 4
4, esl' o m '¢k3L,b t m' a ecp jA arI?j a3sa-cdd pemp4w hire :C
13ant}31 ueW,','L:c& Jo L`Cf c uwo 3u u.m,n HE'43 b?4- C-J-L
:seaeuxa rep*IrLb. n ;ptrr' seEtp4, vadLrdl-lo9 Bt aplauialu '6
-i L}ddeiEeLe ui tax.- ;as asrEm --qa tig paJuba-+ saEem
dUtJatO at; jo +Sat;L{ Mwa Smpq wat, Imm DES
aFul x "-�-` as ul vay. L•7 DBVLU--7 3] D.-T j soh t"-J7 uom
trcmm w AEp i£y¢�'ta►c�.' tpea JOj ots :o LuR'S sw La '1 Ld-±emr.
ul LW)j tas aTSnEry 3l(t p uallepft ul paaGomkL , wen6 is 'i vx4o m
.i'JE-t33LJ '-?--wot mmlemui ' Fv at to;,J. +J Lluv, p3trd=:) 3G,
J tIS SSEV-rep mEr'0i3 wren 'SA. -Ep pawmbti Y4 (kouuK,
vrs Cal ia 1'J{r:-p ?#as as �a',r .-U; l E jo e.�uxilav X l]L4slC
% 2.
313I 1. JILW Jam C-Uop g.....� jo a3E * ='Lp 10 saiQr..pellu 1
alA C3 =-,QEI i*1.JIEVg _�*eli.C=S GUE J*33'E Ulx+'.t:tri^s 'L1dtg3YGe
pr^--r;Ln jsgtsP.J A da-Aci ua, p--p_w E4 a c- a4eU
a4 uEt is xere4z e ismd--ai lmcfit k"-ans :ke pue JIYj?s gtm dt=
'e+tD4E L 14de1E£E7 ui ww ia3 asnEta alb p wowth Site o lU+ehe
_w ui :sef£uri-a pdiEppbri V-6e;%4 Drdun jol kiln-r-1
AKNIL
'#aWa`_ tpGS ul 5mtll 77 jt3?s3OX'a L I paWa(A s 1e
mj dttd ;o =•sp3 -,iseq .�'-_LIt" 'tt SSIUS j£l�L-dO-pUE-RX, LMFp °CAI TOO
am. £ le to;£sL c:1Lt s_A ica p:'E1t6 )J 'LRturye.m ':a7JEt*atu
..MaEjsprig ssallI5 WaIlWom, ipit3.Ul VrFw 4V a 35;3aX3 ul
7t7J.V1 4; :7i l h 1,�t 13 tp t rdtwa St �JsR l WWI; ill � -amit.nw� he,
ui p t6 �o ;ue uil3je!t'3?:rER;b&U.'Je1wri ke, HWI.-d jo �1,rbw
EEO' (aUXW S IRE sa3t�ELI p;JE '37=*J,=
'36acuuaaice 6u, tsptril mrt!rb10 Uat:=-M%
P IL-�u (o)due a4-- a*.w++1.t?o'eArba1 Am Lmwa 1{m l:I mxoo au
10 lol ALE CI; EJ1 ti JC S KiPEPIMgnss'10 IfiVE:ZL= Chl
-Ddseao a,L-4 5Jx{`iUEfr`E T_',: 4,t13 tam wuru i',�11� 5x 'afijgge
!LaIUCE'd-13ij>6'1; '14• UOMROSM alj &Me-. Q kESSaJ U
aq ACLU Se: Uspe LpIts'. 'i11:1e1"shm ap a wp u ue:wIti
raue .Ix w + YA :ice mz= ,e-_R d �a pcig .
3 fem atp. jo ued jo 1je %jam atl: A alp=-4,"-j U'a biMiCt55.33 p344d{
ua i�+ya i aauieli Y°: I= fe dLtE 6u ^r v 'Ofile,i". u jo
,�qnEt fiUE rSrd C 'a1r�Je. ja : ia+La,at l'JI T_-1t G 14 pall
39va jo vxrtuv- m, dt! 1L Otlllid?^tY3ILIE JC t 1LfrJ0 eq AQ
�,+- Grit Ls `stada3�i t re 'Saab='�giia"jd& 6'jit:r4w. se n l°u au1
put''s1a1C m AE-d at {Jesscb G y>+t3Uq{i as ,;e:t1 se sacJEhj,e
luamfsd parry aw ,D tpruji- se jauv -egdoo c pd eues
:W pi=-Q st ,wk sa.Lrs ltnta9 sA fmazAd lim�c Slixo
q Tom- d.ws nap p=,mrsE- gcpa-j =dil 4 Aue -jo 'kpieilvcp
3ltIJQ :at.drEs au: :�:zh5 ;£_+1� £�.'�-`� �aUit' >CLE; hhhYtF:tltiCG
374 1 VVI _ _(OpEI:uo*wr9 i? IQ.-"L Ca air, uI J .'ptai=V, 3CQ
u:e 33'le SJ 'WAji4�% i60 4.4 )-a1';:tc"IIId3ah':ist.p'-,2 ce uuR jo
lsrn e1 uzaalm uo& x Lx747 uvb S•ti;'UCdnipt3 ''fps— aau
:aUlplouulLrn
l2rCl6CUt1 c,Ttasg-BEd'" eto r, SUL-I at p ka
_oi?uiL.?Jad um isma n aq ;ou I;i=11s u- LiA-1<:rtof m nmpmr, pue sd
{ rI = X dm 3l _L `31LZE -d iejbirEd au-- A4 aC
tzkt �uel6cbd wrti� pue saa;.,Ja1dL_ 115j 9`c4F1 a61EVI
AiCt A swti-".JE4e1S a+a [ -;J LbOP}a SM...8.1' L JELU-E � +L Si -Uj
-a.ur as 3y_ of 1 wu ax �su:�1d l n uco -kavi rii roe
-XiEpa3 WwA L`>}wT7u m Li 032 6LW.LOjd 3E i u_vj rdSm.L jC
Id m3x1_ Y aw fq r-Bua?-J Uaeq Z,4q, ilow, Swel661xd 6"Llin la's
p4'e nw6L;mF39, se-uleJl ✓L; sscquaJ�.
�d0a 'S-f1 eL4 jo SIXJ-iBo1.d) aeautslp pu^ seonueLid(t> -;
[' 'GaWsc2
-1ad Alrem a IIJ o jo um—oitlsmo we A 11Cy^+-j;ua9:i,' c4]Em
atp Lo FLI ?EevY ap4 qfd& Ra ueU~ sset icu omd aq il£Lss 'uou
-i-mea pehcjdde a F1xm jad i a Au S OWA e-.-FJ Ewen 19cM a le
laXead a Fic p- w-farA.Aji- -Tin Wfw, G Lit l n.,
nun=Lw zu a- ajera irti par}.�6'ke Si to wakiALtLweTp ai0E:55
-Lgjrfc±de e�1J_ w G�1uw We v-y,Ccd3 51 'xFeJ.9SSeO -31atj
v441 : -iA* F:.'+3 e - LSO. Wm €t w4,,ujsd as _Iiim. rJ'eed6
�',�,',..,�-paikoj6d_` 51: 1Jei5oid apmdim� ce
piaG�33i u�•:rr1(1C<A dlti aiel P3Lg1:1!3lvgi=F' 7?7E3i1 C44 t:lel
3321 lE 3aEUFEEl az3„n Cl Pe:vu 3t3 a] k61kt eu lI'IV =_era+a ^QM
10 1C tE luoo alp SUe&A 6uN1=4-a j0 IeVYIt'r:J.e S�.SEIFL-�15 L'CCe
-sit;wxve FoJlutejl G uz p aiA�o?dura ?tf.ctl?+,a:3tp ul p}'
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).
164
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 specific requirement 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.
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.
b. 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
Federabl id 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
167
Harmony/Shields Intersection Improvements Project
FederalAid.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.
d. 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
FederalAid 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
FederalAid Project No. AQC M455-074
1
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
(a) Definitions and Procedures
April 2, 2008
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;
f. "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."
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 forbidding 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
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
April 2, 2008
3
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
Good Faith Efforts Committee
Fax: 303-757-9019
Phone: 303-757-9234
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
htttp://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
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, or sex in the bidding process or the performance of contracts.
173
-ir,, Pa sawip e,4i 1n,3 kueo Oj pLe sp-,r 1LE'is l' mi vie Ai' -`es p
-;GA: O 3i€r W4V, QUE IMl= ;0 RAE'Jt e+jj i efgsi,-- 4J1 10 n 3jsLli
c4-mLetwc M per,= ja ?ilss du'e 01 kUre jo IL",5U` r+.eu IF-uR-
:C'aJe'iA =/,AmgscJ&j Pa2'.)3=e 1C J+Te-, :0 h a es BU zut
33mJ00 91i_;o ucr!p+Jm a sl 11 ' '4Z> I 1:130 b% c raslnu "c
'ii-!-St ' 'S'fi 10
W`=T Es L-w a +yjr =,c LI '337E'1 jO.W AQ 1<.dlriti ojd
(-Cnt 11-j0 :rz1 spei-rms tme311 Due .4sje3 uC{':m japun
pai�Ltr 3iap 9E l6 3je? U}raa Ja4l314. al sncuefiUEV 10 3nCQ.e2':'td
)reLimn 2J£ 'P.W swwwoo F%Cu'I 13 sfununasrr,4 ul Inv,
Oa 're.c-,ucc, w. 93--p-rmuopaj Ll 'a3,4c4r ua ,4Jr 1u-,-3d ,3u IF -Ls
J; r��; lens ,rue vJe 1{P>: .w sq joe4um s1i_ c:1Lu and
Mal. 9Ja:+J3 1J .Ae-'1 (* can Lim 'pE-,,Uc qm u3ea 1c. ao; jpuW
E SM-11 90 IRus mt, 'pEMM 4?.p )a uoQDuco a sl 11
-Puw 3 n 4r paJanca ipco. a41 p- E<, mu p-ed
3u3 ti rY, uromem co Lt ,,4�cad Ol p-m .IKnJ3w. j0
kla= a -,A pur 410i e+$ uo 4ctdJr I!3 tMeau ;.Le 3jll e,,,ri joaqud
M.4�SSWw&J {I'QEOW%al a3 6 'e,J?AR-teP Xeur lacij,0 Bq'Lo uLY+
wn. an se JO 'Sau*JrJe:au 4 se swim Pepeev J-x- ro ,1Le alel DUE
iirex, r,Er3 -A :arm we 3actw k-gs. `s=En!5�-- Lie y jAwd
IiEtl3 JOW--AUK a41 ISE9 }''JO it ufiMUES Due IMEW ''k:3jEs
6UiLu--,vb M.-I ljnq wm 'sxlS';lE'+ e. 3mord'de ie trwa Wxw
l{ V9 mpenuoo EQ laeJl= Sm !o 3rLZU Uc rad ai1E: 0! -L
NOWGIA99d IN9013M :A13j 15 'OIA
1_ quw aup'Jd ala p sluc-irri nteu
Due SucwaJd L.Lved re weww U Ina pue 6uaw.+• ul Oa<<J3"t e
51 tL--aj i m UCEE, I-m. pamsw 4ELi vws ekt JEW Am. 15w5 3Q
JtV. jaa ja J Lla Vahi but � au jo luatul l:�41 eta J� �3iGQi Jsfr� a
Iule P JiaPpxlm all an?ile4 01 palssum as rU Irms uaw
aJasi a Lens wL-- 'eiiArmiese-id3i p-muouane is :rye' 6Ll-: Luc*
#F 3tz3 ' i � ua':1w au? LAIC+ :dam j0 p3sc4-.I,: 3spvle+J}a
Jo P;kU6W `7 Rpns aC 7049 PEAUM e+-A JO LJOad c'N `t
a411A aOL'ECi1'k3 -A SW i.MSW 07 .(JES{ASali
si 3U{uJ '-'p s3�,Wr1 EtimiA v..4s n se (saown 6utm3aus5u-:
Due '3LHJia6eLr£tti 'uc49u,. ! !Sew s;m le!JUam bD Uru
?l jQ jew ir-m (D) Pur 1mv, 311; si-°1mpBd owi jo 9sefwE63J)
ss>vave<3 uv1#Or4nw Ir In *.ems 'il % D(R Sluz jJL Inte-,
=Jw air: LAwri EOjml=e ut wv, au: jo 3oL^Uuolaj :Cafp
OI .l,Ili we m six 'Lamw, A; Aek.td a 31 cuv, lowosdns to
juKue:wvains _-Ja_adtw a(e) tMumg ItEt13 JOYJ"cJIim a;,:i 'E
-3uitsV,CA M.e=00 su` r ctn =eWx)o aLlt A Dj<r1A01d
Jc, R&MlAfild eq 01 aT L13a IP, Mrp ud 1iairc;ejrm-L Due 1eJ3:eua
L90`' au s=m flain&-oo s1 im uC4 p I L9
La1t j ;as 31:1<•tuallrbs. aU; W,;4M L*dn lunoU,--- PU= =iii
:ce~u0r,
IelEmo eta 10 S_J?tf1 1:JW JOUILU Cl Ac=tilU �q 0, ere leJe+:uE
ul «Lz alotuA a se �' UO P11 C4 Perks Due p,_ u=b
IiEIiL I: 6Ursert is ad( sw Li 31t11s1 m Ai1tEipm wu
W*<J,c1r�a JO 's_l'�lt2e `?E#ylrcuy liazlirt�:•js ,'1JU�i4 scJfntaJ :-cti=
c4 p31lu�i eq o; ;;arls�u�.3Q I1E+.1s :3=.i�ll ,(lEi`�j�� P
•3713£JI m --!JaSJ an x 1L.j6e 10 'sT3ufmv 'im-e1 uu^ ans e
1 :u3tJrir- A' �a3 0[6.ua ?pnpul Icu si p' 111531 Lp.,I �, 's:Mx.E.�&jo
VIU- , jo wm-mIOeJ1!J'm' eulpj da A4 Demo -* patina luawdrl c,
Due 1gaeL•]J- 3wud -2w dry fx-):;jp pp viZE' pakiftq sax nv;
idw aprr`Ll c; perastw a7 IF -we .3ret'.em fro tLem Ru. r
�Sh'3 1jd02%.i'U+opcmefijt3 Ur*
S�YZeJ L1".;.` aU1 • p uuvled eq CY peltnfi3J S1nt jo juror£ eii
rupr,h im ? rJjaq arJpd Mario ruax I--% eLn ww: pa{vr:p3p
aq , UJ ptiulvaj mau kw,:adds 'ucrF Aue o _amour 4w.
Pue ^ rlaQnS /D' D3l .W',VEj 7q AEU 5Wi3 k:1Et*CdG a1Eiu aii
Aq wei -issp swe« .4Ae13=6s Aar f'lipf1me `a~ jd r7£IiLm revibw
'= etrt 10 (33=00 air• LA eleveasfE P3uriaGs if e6ru9.'Jad
Je1EE10 e JC) IL-:QC-J X LE9a S9et i':+J q EJOUPOWEE' 1I3aY, lCUMUCO
+UZOEMLEe&O ISAO 311 L;:AN WMj:*?Li 5EV3 M--Cr+JCC eat E `I.
10�!?1b140 3}419M�F91SS7 Zfi3 3MiJ13l9fi5 -ILA
'pal It ins -M =3 r.e1'' R3 we3 JCS pile
gatneJlLlai au Ja; 3J � alzJsG 3 x :Cjam a► U(r. Ire Euue,tca
wieJ eifiu a J3lllr'3 uo4d0 s�'el+JOS sliapd astA Ty s
Sn2pQ [Ell-'t W- i�6ullGet,L4r�Ll�p'VCji�y';y�'�, :�}��+LP-DO/., IfE :1l_.itetllUMS��J `^
I-u'1 a'sz- 5 e pLp -1eua:e J Cq a1,uRi q1 ltS�.6emd LA p�31a�13:'
Eiep aui tpsv laira0ol Lr-dNFid '=,j lic. Jaa bie v wi333
:'H5 au# � 'pEaua3 e�:U.'3 L>:Jaelr�-uo� 3LD uojn 'uspuns •:,
"L- 'd hv4=, Umuoi UO UVDUS S'(M Ef a'Ji DLT ' !r-v,&%.w l==;
uo pain 331}d,rS: pue smj---;eLu -.umacs a3= x sel•: arrb ei,_
io Osr Wr ` n%,x Eq Ul papz�ul j'JJE 1r4 ae'4eupmd saixiins
cLE, s1el.W�Er le ;0 :OO iM 3W 10 PJOr�W a UIMU A' 'q
'l3�uC€1
13-141 ;ntn Ma 10 lUE4-uec Jat¢ru1O;r rL� 01 JOlyd : spun.A rr-Bpe=
B4.'b +,Nlil LUs"jJ7L woo .4eCd fv jo r-mico Aa tk`-'il 1Cq£ g
;,te SrEIME11110 JLBU -TE;C. 'LV-V %Hj L=zr Ul p3+AEInca 3=1ljirS
Cie SFU;e2uJ Mn,-43 Jon M1 ;A''ARs JEtiviry'' awDLee •e
IM43 ='3P;eJiLM eta (•;£9 ajo £li
th7L"Cot't$ Lew-- ssei 91 aBpici: Due itev m 1oj = Lsotk�n mw
fus r1C4 e'l- LrA100t A .r7'r L= Pue 'S=tm UOITE'Du reeQ
.4 v)j6gl 'siseq 1cei ic4iip m iunoom e=i a uo pe133i1lstroo
?JE wwa &s 'sBitTosw aryl Dewif°-J le smit,ap ahllaa ud
10 ua .etri 3iz Jcj A!aps. ?WWJ irclu t. am Ldacxa 'uuaSs(s
ie�Jin11=- seuo 'Ni --up u0 3PUW 3 C4e-I'-1apezf to L�D "i
!8 svq af#C "S3fidd`i1S 'S1711131^7N -40 01-W311 'M
'Z1 `S a4o x q+rrsuid uci a m;umi?p
1 g3J'LmJ5 N kew. E E1RAE . LM3 3yE4Jr C' 10 r3erbEJ
tic& SWD33J pawak-J au; U=ns C. SMIF4 Bnmvwz[n j -spur:
jL 6ejLmETi"n 1+3 '-mJn-j,iie 'luacukd ro4I nj ALE j? uQsLi+}Srks
a4: emn OS ben-j ea kevi se 4uoM- t101'ts aim '.stvx jo
'ti�irj�e '3o3uvjs x: equ� aul +� �acu ua-.�uas Jai;e ',(E+:12 t;e 10
`;Ccl W- z VAH-4 -,La 'w f- a4: 'smwx maia 3xeL1 c'e 2e sp-m3.'
P imbei all* t mns OI six-1 mIO&m�9 10 1ri =41 Uc* all
CCIJ 3isl LO UK4ra &JWUA, 6i MU S6--ACldXa nr,al-1F.Ul Cl sa.=Uee3
-asj=R tpm UUJA Iteus Due '-Loc 3u: JO ` mi-L-` aw vp,-
et a )a 9B.Imtese-fda± P-mc ire Am ua ;t--SLR -* '&jt.(dm 'Uri,
-,,; J'sM Jzj el£�' AUW--,'a5 st-A A 9 Q-dP-J Qrc re -pun Calfr�i3
S2` M;FJ W a$ ''1 LTUS 1C?-)e-rI CCQnS' JC JOPEJIUOC, at;J_ '6
-lE2 '0'�-fG I£ Pue l•Ca71 .0"9'fl
st .-.= u0,Jt33Md rulw, w JO " Ol uljw. ala l'rf,^rts
w stiop_` igi- ao a?oce aW jb ALL uc(:eoa pFj -ULL .
•,,+yaAr�-s smx rz ud1'15e:ed!-3 p nb,eJ,ac+JEi)JwcO
jt :L 3i mr.. 3tg k,a ui miuJ7ns ml ILau:agrbai au ASaEs
RUS L7£-PJA UM-4 leucq?do j0 aDts eeie,+.ai eig w LU-U ;-;3 uc!5
eJI" F= rrt re Sp jOr+j a !n 'uGS511i7ns Ali Mt as L a
-pzw,oa ?Lai mil it l ^Y-1^ J ^L31 ucaeulLwc ac' a'6en y=14je
?tD ui PLwad- se 'pammved j'rovoJ i jQ uopes'j1sser. Eta tot vx-i
-embe Lima 10 s413L-m e6uln rU-- E-.0 3Eess ?l4e,.'i{ddE eta Ira=
9931 :OU P£d LSK 3E44 'IUEI t.:ail Ja 1SJOL--I Ur'3 _W- . j`:''p
:E 1d.210 aZ
'noxx&l; cut Li L!9,0., W. 9e vJCii' oeo 2ammymisd'j?'im -F4o
'r4uns sz&2.. im as war kizeirim jO i p JaLwq ap°Uj Lie--
al.BU Rmp-.t:P=p C�J 3eW Dire `.ia' ??' GiJ! Jc 14-aaJ33 S,:-4m ^ 'aIEO='
'PatirEe se8ec, Aixa&A In -vw p,^j''�'Q seJ P%p5d 3JArd.
3t;- OUI: a ;*Erj- ;O E44. 'tv pa(shjlsi3 (a;tJp-A Gib 'ec l: -3ke
:'e'3Fjl lCr Pue rwm, 91 laDoEw101M LM.S f'4e pue It uO1
31j1 A cz L!c= Lue, 1�PUn � lxjL$E#L c,7 Ol �11n�� L£i _LLJ0;11
sa, s- iaw3 xijk, :tc,J4rds au Joi #uAed a4j -mq (I }
Ica
-f,YJ,pl e- iljl':Jeao '=3 CL£ i-Cml Cn1 aui Japan P-3AC4C%Jro 3L'O�`R-6
=Ltl;0 a;;Yk j au: 3asw dns ro sAE-d cuss It.46e m J we
-+JMMS 10 =VPM eta. (Q PaUF 4 .`3allEt►jidJGJ lJJ jL;9LL i4"°=&'
£ M peiuEdux=£ eq Igus paptuacin} *,m4Ed tp£, p
Harmony/Shields Intersection Improvements Project
FederalAid 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 that percentage of expenditures to UDBEs which independently perform a
connnerrially nsefulfunction in the work of n contract. A IME is r_onsidererl to be per fnrrnirrg rr cnnurrE rcially
usefulfunction by actually performing, managing, and supervising the work involved. To determine whether a DBE is
performing a commercially usefulfimction, 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
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
certifcedfirm 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 usefidfunction 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 course 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.
7. 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
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
April 2, 2008
7
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
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
Harmony/Shields Intersection Improvements Project
JZ,ao,.n d iil PrnjPc1 Wa AQC n recc_Q7e
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.
It 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.
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
177
COLORADO DEPARTMENT OF TRANSPORTATION
FRCUD7 W.
ANTI -COLLUSION AFFIDAVIT
LGCATION
I hereby attest hat I am the person resportslWo within stay firm ror the anal dectlon as to the prices) and amount of this
bid Wr, 11 not, that t have wrtaten authorfzattan, enclosed herewith, from that person to make in@ statements set out below on
his or her behalf and on betkalt of my nrm_
i lurmer attest that
f _ The pace(s) and amount of this bfd have been arrived at Independenaly, witnout consultation, conununicatton or
agreement for me purpose or with the elrect of re llrlctIng competition wltn any owner firm or peron who Is a bidder
or potential prime bidder:
ZA_ fweMgr the p (.$) nor the amount of lints bld have been dtscfosed to any outer firm or parson who Is a bidder or
potentlal prime, bidder on this pro G t and will not be so, disoosed prior to tad opening.
2B_ Ne;Ither the prices nor the amount of the bid or any outer firm or person who Is a bidder or potential prime blbder on
this project have been disclosed to me or wry Ilan.
3A. No atterrspt has been made to solicit, €-use or induce any firm or parson who Is a bidder or potandaf prime bidder to
refrain from bldding on tiffs project, or to, submit a bid higher than the'bld of this firm, or any intentionally high or non-
competitive bid or ocher form of complerrsantary bld.
3B. No agreement has been promised or sollciled for any ocher firm or person %rMo is a bidder or potential prime bidder
on ttUs project to submit an Intentionally Mn, ncncorrpetitivG or other torn or con'mlemoMary bid on MIS project.
4_ The bill of my flan is mace in good Tam and not pursuant to .any €onsuitation, communication, agreement or
discusslon with, or Inducement or solicitation by or from, any firm or person to submit any Internttranaily hlcfh, noncom-
petlahte or other roan of complementary bfd_
5. My firm has not offered or entered Into a . acontract or agreement nagarding the purcteass or We of materials or
sertices from any firm or parson, or otrered, promised or paid cash or anything of valuG tD any firm or person,
whether In connection with this or any other project. In conslderatlon for an agreement of promtss by any firm or
person to refrain from bf0direg or to submit any lntentlonally h3gh, noncomipettllve or other torm of compiementary brd
or agreeing or prcadsing to do so on this projed.
6. My firm has not accepted or been promised any subcontract or ,agreement regarding the sale of materials or
services to any nrm or person, and has not been prorn��ed or paid cash or anythrng of value by any firm or person,
%Ynether irk connection with this or any Waller projeca, in consideration der arty firms submitting any Intentfonaily, high,
noncompamive or other form of complementary old, or agreeing or promising to do so, on this projeca.
7. 1 have made a olDgent Inquiry of all members, onlcers, empioyaes� and agents of my firm with responsIDIEtles
relating tD me preparation, approval or sunmfssion of my firiWs oldon this project and have been advised by each of
Mom that he or sne has not partic3naced In any communication, consultation, d=j_sston, agreement, collusion, or
other conduct Inconsistent wIM any of the statements and r> presentations made In this attidavIt.
a. I understand and my nrm alnderstands omit any rriisslatement In this aftidawtt Is and shall be treated as a fraudulent
concealment Trom the GotoradD Departmona of Transportation, of the true races relating to submission or 13103 for this
contract.
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR
FEDERAL LAWS, THAT THE STATEMENT S MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST
OF MY KNOWLEDGE.
C'CWaL'.IIi P!'atGt{aR;:.Can':'IItn4
Er
:[$
TW
2w ouc`a tm : ana urM=fff naffm in 13m w7mrul
By
�_ a
Tea
Swom to before me this day of; 20
tY_m y Retlt:
Rf canmksSm aq_ =
NOTE: This document must be signed in ink.
MOT : co�m Mr. M2
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
OOLORADO DEPARTMENT OF TRANSPORTATION
BIDDERS LIST DATA and UNDERUTILIZED
DBE (UDBE) BID CONDITIONS ASSURANCE
Prins Cantractor Irmtrixtianc: This form hoc tarn ,ar irwrn, hnth miisi ha rnmplaiari anri cuhmitiartwithynnr hid.. f,nnplQ;a
Section I to Ibi ailrubcontract cuotaa received (,Zen-03E anof DBE}. Complete GDetion II to report only UnderutE¢ed DEE
(•JDEE) particlpailon percentages worm quaury undw the 03ntrac: goal specitt lion rcr ihly project Ptgass review CIDJT Form
#715 insiructions before completing Section II. Attach ad6tional sheds as r=aacessary.
POLICY
Itiathe p4i6cy ofike Col credo Depert•ment of TrarnE;m ortationthatuaderuflized dicadvantagedbusineenterpri3aG have 9tual
opperunitY 10 perucipateQ:1 projects artancera%ttl raobral. sla:aof kcal gritty rtintl3. Coo Sswrit with 49 GDye of Federal
Hagulatons (c FHJ Hart Zb.l 1, the t5ldtlgr List data prov)ced by Ilia r ontraclors will provide GIJU I as axurata data as
pw,vihla :3hmit tha imiwar-a nt nRF ann nnn_F)FF firm: nrlivalj saaldnj warb rrn �t. hghway rnm�-n:rfinn r_n3traet5, inr ira in
aettng overall DBE goals.
SECTION I. COOT BIDDERS LIST INFORMATION (Non -OBEs and CBEs)
l j Ara al subcontrac` bids iquoles) receive- ty vcur fiar. for th s PrGiact I sted telow? ❑ Yes 1:1 No
2) Ifft, mai;e crtrtairi any adjifionai subcontract t-iddiiZ(iintcrm-aticn is submitted tc the C€}OT Bu3in9ss Ftogr3ms Ctfce
baforo 4:00 ?m on tto day after tidy aro opanod to an Lrc CDOT has -:ha b"t d2t2 possiblo for sotting i rturD DBE goals
(toe Vie same table fct-rrai as below):
GLK) l business Pro; rains (It co
49ni F Arkam;uz awl., Rrnrn •,rn
Dxwor, Colorado 20222 FAX: 20's 767 9019 EMAIL: oo@doLcta?o.co.u--
Thn mnRt ra-antmOT Aidr-iarc I ict will ha l,.4rciar; nn5na At: t«vw.rfot.,tain.r.ni.PJFFDii)3FPrMramP;ign.him
Knim oI finnsuLFTritling dkidOuoie
br:tlrmy
Yes rio
Work itwaxi sJ dowiiption
L9ed7
Y 3,1 I+dtp .
1.
2.
4.
J_
6.
7.
s.
9
1 Cr.
1 1.
12
1: �.
It
F99e T an 2 i-Tew 4scanioas ue ocso ee anamap 80tDe USea L'W r FanD V 14 sqs
178
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
N ;71e oiflrm submtMng EdolQUD%
LArned
DIf firm,
Yes No
iVork i[e7Y31 cescriptlon
irrn ceing
used?
Y951 No
k
1
16:
17.
18.
1.1.
nil
5ECf1011 It: LINDEHUTILFLED DBE (UDBEI PARTICWA-11011 COMMITMEPTI
1) Total a16gib1e UndGrutiized E'B= (LDBE) percentwaamouat from Box A balmv: %
2b Nil your compartys Un0eru7teEd Udt (UUbt) partlapattoncommttntant heel the a3ntrac. goal.' ❑ Yes ❑ No
3) List Ilm JDEE fiiiirs, cuiniijN4d ivurb ilanis, aiiLf �liyiilta UD6E }adi tl'sye u1yw� Lid cat mr1itfF-4l lv each.
UDBE Firm names
Cortifica5cri#
^ommi8od work itam(s)
* Lon. rnitmsit
urvard DI3= Goal
1.
Yo
X3
4_
7.
IC
BOX A: TOTAL ELIGIRLE UDBE PERCENTAGE AMOUNT lartienita a wad h,m*:ilthJ %
Datibeilnrli'dii.,iSLitt IPmLL'C;di:Jldt-- DBE twit iild!awtt aImixr6=oedwtill-tII_vitCCOTFoiit4715H'ttjbid lfi.7anlliryGBEP.u6iWEni
mad Uoniract (.bats and CU.i 1's annual tJBt Par secho-i gat tie-i!d:_ - uetnitons era Heau reventr n the ttaDwn St> -oaf 1'rcosiaas
1 under.starid Thai if nrlr ccrmanl ig- determined ioba tie Icnv tidJcr for thacprtract on this pioiect. I mus: sibmitacompletad
CDOT a=crm 1715 CE RTI=ICATION OF UNOEJ;LITILIZEG DEE PARTICIPAT13W for rah firm listod in Sa^tion II of this fcrm
to Lie Tiumip- ilnlfvn Diipwbineiil by 4.00 put un lhuth rdwul.l duj i1 flu; Mu duy IAds we ul7Nl ed- T-ae actual amounts
submitted on Ea.r. COOT Form FF715 must equal or exceaa the DBE per:ienlaQe commitments documented on this
form. In addition, if my `_cmparry dons not moot tho DBEfUDRE goat for this pr3144 I must submit a compbtad
CDOT Ferri 4718 DBE GOOD FAITH EFFORT DOCUMENTATION before 4:0D pm on the dry aller Lids are openod.
CDOT Farm #715s submitted for tiros nct included on this torm. OR for amountsexceedinp those listed on this
form, will bo accoptc•d but NOT countod as Good Faith Efforts. Only the efforts the contraftarmado prior to tho bid
opening will counl as GOGd Fallh Efforts.
irtder.stard my obligation b abides by the Policy stated a3cva section I. 1 _hall not discriminate o -, the basis of rase, co;or,
a3e. sac natioral cricir, or h:artJicap In tha ]IddDl proce.s or the perfoimance atoontracts.
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR
FEDERAL LAWS, THATTHE STATEMENTS MADE IN THIS DOCUUENTARE TRUE AND COMPLETE E TOTHE 3EST
CF MY KNOWLEDGE.
�uriµ�y lyi:.7it._
Dsx:
r` r
`JL917µCi"y J`liiri 3iullelur.
'i'=�
PtIT ZLit 2 MtMVUleUMtAhdt!U1JlUt'-'!' W IUtlldrl7UIUC UWU 6wlrV;mie.s iVts
179
Harmony/Shields Intersection Improvements Project
FederaLl id Project No. AQC M455-074
ADO DEPARTMENT'OH TRANSPORTATION
lea No.:
TIFICATE OF PROPOSED
EEIR
UTILIZED DBE (UDBE) PARTICIPATIOPI
ProjectCade (3Aik):
OM arm : of
rm Ca mUw w - sod Mmptetdrsigmd fbim to the Batsims Piagnms office (mstrunans an wand page} The 'Migt1tm L`DBE Amomts•
baaittDd ao this form mast egmJ or exceed the conumi.memt(s) docuuma ed oat the CDOT Farm 714 you subanined with your bit[. F%T the mmptete
ofortiFsdDBPIuDBLPrrusandtheirDBE wort CO&s PD to :flwww.dotsttu_cunst
NOTE Ss 49 Clot pui 2105. aid tlr'DBE- Defatitims and Requixmerss' b the 3xmderdSpecid hav1mkwx, far fc hu infarsoi+catz*Ta*gccc=ung DBE
porticipwan of tr>Skm 9mbcamwtom zgTf am rd my= pmviden toad de psalm's UDGE We
PART Fa— TRUCKING CONTRACT
rf the UDBE is beire used as a trucker for one oT rmuw 'MU*jng' DBE wear codes C55M m5m etc-) their
CI'IIAL UDBE A.MOItNT- Actual crostrad armmd far tut tramnrintion vernm paarided by the UDBE firm and acT LMU k5mm
GIBLE LDJ>Ei TRUC3U,% GAblOGSYT= [ (ACTXIA L UDHE AMOUNT) -(Any ma.UDHE lesm emoants in Ibis aoatr * [
rw a& dare m t? i3 UDBE motract aii'i oar-UDBE b m45 emdit to- d the pmjwi UDBE gall N pea aaty far tl= bm4a fees crco=nhaiaas the t:'DBE hrair
x-miyes for =ging de trmspunt iam serrims, he®e the vivias tleasha aP beag pnfmsal by oao-UDlIrk
NAME OF UDSE FIRM
CERTMCATION A
EXPIRATION lQMT'E f3E1� UDBETRUOUNGAMOflNr
1 /
DRE WORK CODE NUMBEIMS► TMS ME IS BEING USED FOR
empkm Anafwmlcadetism pup]r-wwoAdaLmmecivaWapp_acp+
PART Ib— SUBCONTRACT
GIffi.8 UDBE SVfiCCh7MACT A.V0L1N r = [ (Act" UDHE amtrad ate) - (Any noo-UDBE lower tier smoamts in ttSs amtradt*
x Wmi &d s UEME! srbrmtracts to a lower der am-UCHE Eam does not carat bow d r pmkct UDRE s&UaL
NAME OFUDBBFIRM.
CFJZTBYCATXON9
RXPIRATIO*fIBM TE Q31'UDFESUACCffMCTAIfOUNT
1 1
PmE ViORK CODE `f iKun(% THIS UIIHE Is HELYG USED FOR
weepkirAmofmom cvdn4mhap:9wnw.daLzive: m xs*p-ucp/
77771
PART Ie—SUPPLY CONTRACT
the supp er is a UDBE with a'ry e' field of-MEMd1d1ner for the iE+m(s):
GJ" b7M SUPPLY AW0LVT = [ (Actual UDHE c utrad anwe at) X l 00% ]
the supltFer is a UDBE with a'Iyp- field of "RtxuW Dealer" for the itanr(s):
EFJGrME MW SUPPLYAWOLkVr= [ (Actual UIWE matrud omouM) X 60%
NOTE If the supplier is a LMRH with a'llgr rx-M ad'&a a far tlr itan(s`) mw PA RT Id - RROKER I SERVICE CONTRACT_
NAME OF UDRE FTRM
CEHTEnCATWN A
EXPIRATION IMTE
1 I
DRE WORK CODE NUMHE F4SI THIS UDHE M HEMC USED FOR
auplezeOmofwmlcadslrmrrtpffww*,Admzive "app-ur1
PART Id— BROKER/ SERVICE CONTRACT
purchasing materials or suMlies through a UDBE with a -rvp* fQ91 of IrDker', taunt only tie amount of 6raliPral a commiscioat aitdbr Miveay
ice ibes iaictuded iD the CGOM CL OtIEF Lai: tDrpie'S of 98viCe. tD iOChXb io this secuon are bonding. baokeriM W050160g WCMiN g4tards� and
arumae etc.
ELIGME UDBE SERFTCE FEEAVOGAT =Actual mmpensotiaa retaiad by the UDBE lrolizdagnt for>Kricts Mndered*
* Tbr m xnmts that ca=zi toad UDBE gaeh rs limited to de camlzmmtim mtaimd by for UDEEbrvbedagmt for setrims am&md, pnwi & d the frefwa=mi.virn in
byCDOT to fie masanrbk r and oatesassi ascompu ed with fas mtammly dimVed far siri ihrservims
NAME OF UDBE FIRMCETIFICATION
it
EXPIRATION DAIMMORK
L'rMawd
CODEN'iAM R(%TR1S UDBE IS HEL\G USED FORr
Us ofwml cad'rt ism pupff*%*o.ldmsic ecaLa&*p_vrp0
OR& -Id - Basiaeg Ao&== Ot3rs Pmvioasedstiom may not It med . CDOT Form 715 - Page I of 2 N06
180
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
PART 2 — UDBE PARTICIPATION SUMMARY
A.) What is the total dollar value of this proposed trucking subcontract, supply, OR brokedserviee
$
retract that is eligible for counting toward cantrad goals?
_ [ TOTAL ]FROM "ELIGIBLE" COLUMNS IN PART 1
'OM Pmn& m actual i®trncW din and cot pram cwtrnct pries
What is the total dollar vane of proposed subcoa racts that are eligible for courting towards
S
contract goals from prior sheets/forms?
What is the arcmau]ahwe vahle of proposed soboonttzrts that are eligilW for countiog toward-; contma
$
=(A+BI
What is the original contract bid total?
$
Wbat is Iha accumultI a pmoent of oactrart bid total subcontracted to all undamtilimd DBEs?
0
=IIC_DjX100j
rAKI 3— UMS
arm meat my company is partmpa*tog to tars conwHca as aomcenlea to toe wnme Lonwaa
the value of the work that my company is a hmily performing is being surrrtted on this farm
PART 4— PRIME CONTRACTOR CERTIFICATION
ty company has met the contracted UDBE goats or has subraitrei a completed CDOT Form t171&
ty company has a-c�twd a proposal fmtwtt the UDBE mated above
iy company has notified the proposed UDHE of the contracted UDBE eommitmeoi
ty con4m3y has easumd drat the proposed UDBE bas signed PART 3 of this form
ty compmys use of the proposed U-DHE for the items of wort Hsled above is a condition of do contract award.
ry company will inviv the proposed UDBE to attend the paecoastruction coofmmce-
ry company will not use a substitute UDBE for the proposed UDBHs failure to perform under a fully esecvted subeonuzcL aatess my company
implies with the defittitions and mgaireceats section ofthe DBE Special Provisions
understand that failure our comply with the infonaetion shown on this form will be considered gmands far conna mraeaat an.
deflate wider penalty of perjury in the sawed degree, and any other applicaWe state or federal laws, that the statements made on this
ocorment ate tr" and mcnnlete to the hest of my knowkvim
T'J
ime Contractor.
1. An O fa:eer of the Catttrartor(s) must con plete this forma
•? Include only DBE fcmmnts which meet the underotitized criteria in
the contract goal Speecifa'atica far this pmja-t (Le, UDBE frnms,>_
3_ Complete only relevant section(s) for PART L
4. Ensure that the propped UDBE has signed PART 3 of this form.
i Compl2te ALL .wtims of PART 2 and PART 4.
& submit za separate CDOT Poem #715 for EA CH pmposed UDBE
7. Retain a photocopy for your records
IL Send original to:
Colorado Department Of TrUnSportilinn
Business Pros= Office
4201 E. ArkaosasAve
Denver, Colorado MIMI
FAXC (303)757-9019
m7 cot be arm MOT Form 715 — Ame 2 of 2
181
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
COLORADO DEPARTMENT OF TRANSPORTATION
r*KA ND_ JedCpde (sat):
UNDERUTILIZED DBE (UDBE) GOOD FAITH
oration:
EFFORT DOCUMENTATION
ate catsineetsAaneLTowrm
The Cantractorwtio 1s the apparent low bidder an a COOT eon61ru ctlom prat and has fatted to meet the UtmennItzed DBE (UDBE) contrad goal, snail use this Ibrrn to docuinerd jW good rape efforts
were made prior to bill oDenIng by said CortrddOr to rneei the goaL FAILURE TO FULLY 1 CLEARLY COMPLETE THIS FORM MAY RESULT IN REJECTION OF THE BID.
Each portion of trite fate is to be addressed in the space pnwtded, or on supplenwtal sheets that ibIlow the same tabular structure and lanai oiAned below. Attach supporting docxnnerdallon as regWred
by COOT. TTis compt-ell form and required a*ladments are to be suanitted to the Business Programs OG1oe In the Caller far Equal Opportunity pclor to 4,M pm an the day "the day btft are
opened This form may be =011ted by FAX (W3-757A1)14) wlth an ortgirmal copy to follow. An eldenslon may be granted by the DBE Ualson. Only fife effarls the Con3acmr made prior to bid opening
wit count as Good Fapn Enacts consIstern win one Mstrudbns an CDOT Form 9714.
L Complete the foblvwing table to docurett su ent old tents ldenn fed as umoantract wart to be performed by UDBEs to acrieve nne cantrad goal. This tnclurles, where approprlate, txea" om
Cono=-*DR hens Into econondrauy;eagwy w= to facmate DBE partfolpation, even W*n mine Con;rarxor mipt otherditee prefer to peMrrn these wart Wrt s who Rs own forces. The mtal percentage or
&==tram Gems Iderti led IN UDBE pmWpmfon must equal or exceed the peroerdage UOBE goat set by COOT.
DBE Wtut COAti .. OBE 1Nbrt Code c3fieaik 1llat lrlg �'l1GtI►9r %Anboil
.-From DBE rX- � Dea tlon . DBE DIRECTORY WORK CODES
COOT.Bftt ttem'd "Of Mal,Caaflnaai;
e DBE Dlterndry can be fiord online z
lhrnnw_do�atataco.ua91app Uri
DBE wort codes are 5 tcgl narnDes where tire 1st 41 t
OMBWftM to the overall 6edPon the code belongs to
The 1st 3 digits of a DBE wort code ldentlfy Its category
work codes ending in 'ho• repesent cearmatlm for the
art category
LwDBE,worllicodes NOT ending In MIT represent ce=catton In a
sway only
UDBE CONTRACT GOAL 76_ TOTAL CONTRACT %:
IL CDmpiete the MUDWing table tD summarize gj otrtreacnemorts made Oa UDBE r IML For each subcontract Item lclenVoed. CDR= by mall, lax, phone and"ar arias 12M01the,Coloraw certtifed
UDBEs'whose DBE wort codes match the type of wort being sdhYed and ulna are marled as •CDOT GFE ®lalbW an the DBE Directory. The Corrftcforshau ensure that bdftai sdlCttall= apow
UDBES at teasfl 10 cxerndar days to participae eRecVveiy m the bL2" process. to order to WtenNne with oertalrrty'whldn UDBEs are mterested, are iiw&acMr is also requCed to fate appropriate steps
to fbiarMWp bi= sdlatlalons (e.g., regloral rofo*41p phone calls eta} n sdid3ng by telephone, atactn a sranmary telephone tog or caps, Indumng topic of dIsmssim. date, tine, name or person
contacted, and the response received. It sou d3rg by mail, tax, amWo emall, altad► one example copy aG the 1edff,1ax• artdbr email sari to UDBEs along with a summary tog that dnownems all dates and
responses reoelved. L etBM taxes andbr emaus must specmcally IdmI4 the prcgect. the hors to be arboontra Aed. and the hid Oat-- Leders, taxes aniblor emalls mug also prmide an address crud
Mane nrmber where speclnc gMnM[U Of details Vitt be avallabte to bktderL .
'DBEWOMCbdo, DBEWtxltCttde JOfU68fs $Of,UDBEa ,76."{1rUOBEsi 1 • ' • 1! From DBE �Gteotory = D98CtlOn .'-.'E�g901a' + CbrltectedDBE
Go to nttpAWww_dotatrtaoo_ustapp_uep/ and use the
'Directory Updater3 button on the DBE Daedo y to submit any of
one topaathg mrxmentgd updaes on UDBE M7w
• Contad Woffmallon (e_g., phone anti address etc.)
• "COOT GFE EllgjbW Maim changes, (e.g., UOBE firm says they
Caret want to be C(IttbCted via GFE SoWtabons etc.)
Nb.�_ Rr ardor to Mri 22 yad3W,s svornL' Ed, COOT rnaytequesd
aaaC+"Crs Mallon Roan car6Ja=rs andtf LIDHE farms Libre
P09Vg Mquesfs d ctnanges M me [lrtertory
OrFgrinat - Business Programs once THIS FORM IS CONMENT1AL - Prav6aus eMbona may not twirl COOT Fom1713 - Page 1012 1106
IMPA
I
eeratay P7
-.D(. FALSE: -6fATLMOO*.. GdNCERMNG�,. 1yG.H';V'A.:Y
_kOJ.ECTS_'
_7
-an a., C*nrormj' 4PPRAI�!j MAS
- CIE on
';l:4 e�.Sepdit �_n afi pewwi.s_qv�
_3S'. wn;:
vpm.-
...Na" ....Na'60 CC:. I.W. .7-3, -pre4�; arjy. mrwndamna�,,
4ir561ii: oncelT__d
N P OPICE10."ALL PERSOPMELL ENGJtPGED OfUEDERAL-.411)
r'r W ery Z—.A cr Te=?
9Kq►aC%09* I . K;yes ags-r- Vat
Effw-
p��J' any
Al:OX-OWmm�� D. W th fie.
red._'Pr4ey 4n.'Mlal • pr'-nre
Ad
Lp'
A:16 1
''SbS V be-•1,SW6'13Cir -,rrrXe: $10 _' Dfl: of h Nv4WE'd 1W• TIMT
W `fttk `6 6j4�&O?�FR'bLl '6j'*
.A' 'P Wit! A
b?.. a�'_ i .eo?pL8:1 AD- aE
5,F,`sutxrtssim siOidxtract as apj�mpm-ia, By-- M�-_ IR- �-W-ala mi-wmomim
cwraoaor, er EuxoWzytar, as appfcpste. vlll Ck• de-e-m ea a
nays t0datIE?o as Toll'S:
t- 1-hat wy Witt), Dut.is uso pe a,
V5 DWO-a-, LF11-25E FUrt.] dYTtj-a(,- IS 6(-_.TZ1_ Lme; URE Clt:rari Air
-3;E Zrft-- TE-J. , 42 U.S.0 ice; el M., 2FB - a-fle.1C. 3 Cy Pilb * L
* and Lni;.E� Te Few� 4�4,_kr zon cm-mN, ctmuii-iwm, BE
as am-_m'o=_d uy-Ptip.-L sulr-_=40},
5_4=ve =Ef 1, 17316,and regLOVDM 1.1 trhp•�Mtzq* rper-l'Bor
40 ,&R I 5j Is n'4 1s'_ cri Ire- c3it cr t-_mwt awara, w nz-
us, ErmrmmeTtz 3cOfecllCtl Age my f_=PA¢ List -of Vcimog
dee pjm^mm bo. AD CM IF5,mod.
2. T = mE lirm Z43FE-_5 IZ Milpty area ianliail UI O.Viand Vr.-n
zd the requ-Ementi .r, c-Toth 11-1 of st,6 Clear, Air Az-- ana
..p
�-�E !s':,ce,",*0r'I! -'6e. wN tucl t6r. the Wgact,lis
L.;se to:ba..VvajdiM ihQ
rr
Oro,
1.N_ELlqpib3Y_'Ai4Q-YO
Covsred:TrouneacT
A. ln*'Suc bai�ffccan;Dn
FAMF97 FR2_9�
rnea
. .
b-,'?T-te WW.?ty"oT .:a, P_ .10 Pm-0je•l'*
h.,
Jn
'86iwv
a.'
c ym, wedit rrA, w1wh .'reap'nji, e" --A
T.
a det" r-aw "�* 6 jjzr
on"., ir I -,.X
v R'.n wrt oya4i'
e'-"p. wy. -03MW
plinw-, Y Ram
b
u13 � �v r4-3w- f.cttargc 4R5L3."�
ee
p ^tary
t.r--V Irvr, A E 113 It n Dt k naA1 rqy'.;--n te r m tD my Io Y.*5, -Jz- r (xw erEj
t,imacn-ion Wth 'AtiD'I5-CIEt43,TA_' Slim
111EAgIr4e.. CC vulumar axCluded from pmt==_W in ZhLs awn
u3pSa7"-al, LnIess Iffcozo IF t. rMem Gr agsric�-
- . Y e
ante"'Teg ITI'm V.s tw'sag:rtp
I 'r
Tha prDspor-che plihary pNilcipo-rn apes py
Sulamilria tmis'Fso® 'tit it Dili fmroje ifte, C4&*2 =' i43 -CEdM-
caurcm Im-4-rigilAN, wild Voiun-
T c_Y'Zl1__
M-D :f" or .3gelcy jue 611
Mtrmt wl�_- ml, in all lower Der W.Wen tar�.=Ons ar#j m am,
c')Pft3HDn5 Tv law . er fier=v&-ed trarsiMms.
tL A pa �-- p3nt 11 a wie-Ted t-7--mmailsin may r---4y uDGrt a
pitcWrt. in a ter wym-f-2:0
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
11 Corrple-le the UWaing table to slmw Aa suDcmtraa bids reoeNed (non-UDBE and UD134 Did =w amwms for each bid (tern, and Me name oT the alocesgill b)dder_ Where bundled subcontrwl
btd6 were rebetved, brealt out quotes per Did llem awnber. tr the UD®E Dim were rejected, glee reasons for earn case If the wart is Eo be oamted as a polenlial UDBE su bconntraci tem. Ow Corcractor
canna[ elect EO pHtorm that wort Itself Nolen a UDBE bid Is competitive or only UDBE DW are received. Cost alone may non be adequate J=Icallan fur to me to use a UME bid. When a non -MBE bid
Is slgnClcarr4t lower than a UDBE bid, the Contractor nay choose to pertorrn the ten ttsetl. COOT will determine whW*r a subcontractor's old is'onmpeMe' bated on lochs sum as the percentage
and a>lonr difference DebNeen quote(q wwhW ttue peromiage else quwgs) represerm of the overall contract
CDOT Bid Item A
{Bacot out efaimt l nwtes)
Ctowd
DBEWOM
Coon
Old bMDaeertptlon
84ibcortnactor Naffne
(I'tace an ' net to llrm being used)
Actual Old Stem
Grnie Prlee
UDBE
Ftrm7
% Olrtareitce On
dome That
UDBE Flnw Old
Li
Li
Li
Li
W_ The edLorts requbed herein are not exhaustive or exclusive. Otter factors or types Off effort may be releuam In approprize cases. in detennWng whether Good Farm Efforts nave been made, the
*la" and quality of me ez—ons made as wilt as Itnds or ellbrm Wade may be conswerea. ust any adwoonat etfors to Increase UDEE Co ac l par-Jwpr-M Such as assisOng UDBES In OU=rlg
Wndlrrganasa icelMes or credit, eftettvely using the services or comunily organizallonupub abons, andfof requesting subcont aoMrs to oasis? wt% provUll g UDBE participation Reportthe results of
sLicn eirom More. AdveaiaV b a puoAu;adon wM Aow tg)W s:smsanWon rates wAT not be wnsloa ed as quof�Ty em= try CDoT_
THIF: CONT11ACTOR UNDERSTANDS TtfAT DEMONSTRA EFFORTS IN AM= THE UDBF: GOALS ESTABLISHED UY COOT 9S REQUIMD TMOUG"OUT THE
PERFORMANCE OF THE CONTRACT.
Company Name.
JFax
Me Parsed Name:
IsIgnaturw
Orl jnaC - ausirterss Progeams once THIS FORM 18 CONFIDENTIAL - Previous adtitane may not be and COOT Form 718 -Page 2 of2 1M6
183
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,
MO Modifications
ID
D Number Date Pages
008 supersedes Decision Nos. C0020070014 and C002007001 5
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
job 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
10.8.2
5
Douglas, Jefferson, Larimer, and Weld counties
1203
27.80
12.55 + 3%
3
Electricians (El Paso county)
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 I — 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
5 1 to90tons
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:
t309
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
2232
8.72
2
1320
Self-propelled, all types over 5 tons
22.67
8.72
2
Scraper:
1321
22.82
8.72
2
Single bowl under 40 cubic yards
Single bowl including pups 40 cubic yards and tandem bowls
2
1322
22.97
8.72
and over
1323
Trackhoe
22.82
8.72
2
Harmony/Shields Intersection Improvements Project
FederaMid 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)
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
FederalAid 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
om actor (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
FederalAid 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)].
END OF GENERAL DECISION NUMBER CO20080014.
Harmony/Shields Intersection Improvements Project
FederaUid 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 - I-25 & Highway 50
Zone 2 - All work outside these areas.
END OF GENERAL DECISION NUMBER CO20080014.
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
General Decision No. CO2008001 5
The wage and fringe benefits listed below reflect collectively bar ained rates.
Code
Classification
I
Basic Hourly
Data
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
51to90tons
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
Bride Rail (Excludingguardrail)
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
12.90
3.07
pavement markings)
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
4209
Scraper
17.62
3.16
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
Truck Drivers:
4400
Dump
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.
only excluded NrDrn t'ie weered transaction. uriess t kntrtss that
me Oxs ,30cr, :15 emmeous. A, participant may c!dez the
mc--Z ad Mj rregue:-icy .t y 'Apich It aeiErTdn?s tnE elgloqlty of. its
Afire -.;pals. Each pa-Wpant may, ma Is not re-gi&-ed m,'cheA tie
iarEor[r-rnm=tit pcitton C; the ��sts Of FartlESLx1ed Flit.
Federal .Proo-wemEnl 05, 114o -pr,.LweneiTi?mgrams' (&''OrPMCUrE-
meni List) laur, is mm- pdred t y the Gerrral Ser "a Acm.-iW.ra-
=0ri.
a. NOW -trig czr -jnea in -ie wecana sr3i ba mnswu-d -D
[Wilre est sIirnent of a :syste?n C s In "er to iE le_ in
gccd faPA the ce'rttrlca on fE-aUlre'G tlY tarts clause: The knaaledg;
and 103rrrla^borr Ui pa rlcisant IS trot reaLfred to ex:e-ei =•ra vrtt M
IS. norriatty pMSesSARIs -Y a pklydEat person In the crllnay course
Of taisoess deatlogs.
) =_roxpt fr„- trans,as;Jons aut *rhea ender raragrapri f or
rnese Inelructiorls, if, a parWpant b a covEred •uansa ar,
kno,wrogly emers No a lo%-P-r 1Er covered=&mz-cLL,i m a.
person Wio is sNisz-nded, aeWxrEa Ine!EV Je, or witi iariy
�a Lkied fn-n p3rblp3Vri in :his transw. tors, in andiron to crhe'
€eeme6e5 avalWile to ;t* F&Jeral Gmsrn d1em Ti?Ci:pCsnmsG or
ag-icyTray te ninats tris Jarsa* on uor came.x dam_
CetmeaftGn 4iggwc<1ng a)owment= 3uslwelork Inallgibiilty
and Voluntary Exalualon-Primary Cowered dransacdona
i. Tine prospects= p mart pwaciDait o_nrm-s a -ie Seal of Its
knmveige ark bEfef. -ia'r: arty its pinr'D-'p3%:
a. Are rot preser,-Jy aejared, suspa_nc~y, popery for
dEtINMEnt, 0--=reti tne:9glte, Or vCrML-11t) Ex-uyEd r.W
c ovared maisacl(ns by any Federal depart iera ar a3Er,7f,
o. 4a.* no; wktnii a 3-)sear pemw pmcedrag ails propeza
DEel wn-i tr-d or or had a civil Judgement randeTea agm —nen
.or czrnmX,:Vfon or Vaud or a crtr:lna ore In oonnecton wPh
of =M atieinprktg to ottal, or pe inning a ptac ( ederat,.
,al)-- or l0 31p ISaUtarr a; cra=d ur#Jer a pLPi€C rralsacion,.
' Iola=On ct feJ-- a1 Lr Sta-e .antiust Stwaites Or =nrn%sI 4'i of
errbeiWrrant, ter, lorry, bribery. 315:2 abcn or d--.hincton of
retie, inaKing aafse statue. us, cr recetdig SiMen prn7.*st);
c. Are not presEn ty tndcley for cr rrhee A*e crminally or
c''Aiy Oriarged by a D:tk-'r .TP-nt3l entity (Federal, :ate o; IWW~
'Ai ha c oenin, issbon or any Of the ri,uerres Er,'".11re3raisd In p3ram-ph
I b of VS 0-Frua-Y-30M 'rile
d. r3ve rift -LAft-1 a 3-year pErt<od precedN Mr. applca-
/3n,Je't P06 'clad One Or Mcge Outft trar,S=rrs (Fe -deal, SLYE
or loca)) :Errnirated for cz5use or aeZu1L
2 vwp-re Me P T,3ry ps-ftelpa-ft Is unzaL. to ce-''iliy
3 any of me 51a--4re itfi In = oEi-tti;rZIOn, EUM p -
par•J-1par sn;g.l a t -n an eVananai to lr.s prcgosA.
2. Instructions for CartIne4bon - Lower Tier Cowered
Transact Ions:
(Aupll=e to at sut•-3n4arz., purnme caters am ore- Gx:.
er tr-isactims tr S2-Wj or ToorE - .? CfR 29 )
a. By sigrdrr3 any sutrr itlrg this ,F•osal, die pcl+sFsEd,ve
tc+tve-r Get is pvlai:drrv3 IIIE cE`tYcabon set onui bEltrN
o. The C* Ui;C;3`=- Ir, l•'3s dalrse is a:rritarla1 repr_-se:-italor.
on f3C-1 nrporl anV1 tVlmce was Vlaced 'Atari Iris trarrawdosl w-ss
enbFey Irro. 11 It is k3ber cWefmIned that the prcEpecbvE hxve3 er
rn?r•W,oar krrmiNly renderedp an enmeaus cer--caion, in
awlon r, otter .remedies awatlatfe to the FedEnai C.r€re anent,
pe dep.-Krnent, ,rr agency vn h tits Garxa3claei originated
ma pursue avQIWe renedes, el!ielrg sii5perislon and`rr
debarriEnt
Tr9 pvs3erVie tler parlixaan snwi Fiv"ioe
IFNi WZ—.e v,TnE-.1 inuGCe W ME te.eU?i ,� °ratio Clt; per= IS
s,'utmItted it ata-tyt1TY tie.pmspeCt'.* iTt :Ier;za iP'.-It Itisams
:ttia its ce-tMea o,^, yr S ETGrx-Ow- by r=_3SLrl .*1 c'ianged crcirm-
slanoes.
a. The ter715 'C(Y.'E,&J t3r.S3Wan,' 'JE-S r?a,' "EUS;JErd:
ed," 1nET-gie,' 'pirrarw' covere^ rarrsa.-►an,' ^p 3r-Zpart,
'perscr , ^prtrrlpai,' -PrOP063t.' ar►d-i-%,1t3rty Exrhrdea'
used in thr, Wme, 43va to mewiings set oil In the Dwlitlorss
and A erage sewam a, rules inclernE icing cxE+xrtt.-e azar
12S' . You rri3Y Wrrad ?i= pr rsan . n. 1Y11a, tl s pii7pa'ail is
saitmIdes] for ass;:lzince In o=-.i rig a copy -,' hose regLrWans_
E_ T1e F,."C6pECVirC- tUr.> 7 tier F; -CC! ,3-1t agress by 5•'Jbmir-
i1a :ills proposattn3:, &'Iudd the Ft%xsed". fem rr&31:t1 'i be
e3'tteraa Iri^, 11 star ria krimiing4y enter M arty loves cur Covered
ransa= On Wtri a persai vAio is 0--mi ed, susperrfrd. declared
[net' IWE, or w4uniarly excluded frrm parlrpa>_al in :this coverm
nnsw-on, tuxeess awn3rized t)' rre d_par nera oragency 'nn
wi-lch We !-mns=Cn o6gina:Ed.
t Me [X'.SpEcI1vE I "W Ifer aartictparr ^,jr-J2-- aoses M,
fkrbmttitng t i'a p bpo a trot it VAl inrJuie -his ca'.t a tiled
"Ceitttl;atirxiCeOarTenr ►spe?isfab 1'iElhptl6;y aid
VOILrAwy xrrLWorrLDAW Tiro Covered t ran=%x:' v4tte7rtt
modt%zitlon, In an Mrcr tier cch*ged tm-m3cbnrh ar.] In all
WkAaHants Zr Wreerbu car --Ed trans3cOwis.
g. A parttcip3rt Li a .w:e;&,J siwn-actlon may oety Lipm a
Cer`:incabon or a parlcoani to a 4rw 1--f covered
Van5ar- On trot i5 not ',b_DWARG, SUka-r'4'3K Irt?>:gC{e, or 'rcatn-
a ly exclwed from me ,covered Taasa>cort, LFIi?ss It krm,* that
the CEriftic DOD i5 efrartects_ A parYIFant may de -.We ;Its
mettiod anLt :reju6enoy by aich :n deLS''n'hES -1e eRgrOFtf Of tt5
pilndpais. Each par --!pant may, bu. Is ra7t eF' ouirad to. cnecar ?hE
Nort,piMM nefA LW --
IL NWing =1LVrr3d In re- %or--;t-q sta@ be conemped to
FEgWre Fstabll5lm'ett Uf a system of reoond5 in order eo render In
good #atth the ceTrica:bon reaUred by hts Cla°.rse. Re krag-tedge
and In3wriaticri or parlaoW—, is not re -Vied a ex--zc--J " 'apical
Is no imm gly possessed by a oulerr peasori In ?-E c4V-Vary--AF.Be
Of inus1nE&s deafmp.
1. Ex�pi fa t�insaenr�ls au:tuxt�d klnda; paraffin e ci
hr tnsbt r?oris, tf .a partlo;pa€n In a wrEs-r+d nrssaction
kno,ir.agly enters Into a fmsr tier ieri-ed 7anss-= v:j:ti a
person vAw Is smpend, deDwrea, IrsEEgVe, or vo(Lrtttait)'
ex;, ded from p3=lpatloin In INS teaesSactlm, :tl addition to oth=_r
remedies vaiaUie io ttl- Fe'tem! C4e`_Tfne-f, tie 1epwUnerr: Ur
ag-?iwy vst'h' Vch'WA ci•3lbo.C`-On cc-lrtnat_ed mxf pursue avartabie
sE1lAlEs, tridujing strspenslon arilivr d>tia-mani.
Certification Riaprding D9barme-ntt, $usperieton, Irs9ligibiEty
and Voluntary Exdualcin-Lower Tier CoYeTe d Transacbcm:
1. The? p,xS:aEctr'le tolt'� E!?r pith-lp3lt {�f ier5, b)' SUt�ritssl�-,
Of _"Its proposal, that n�.tjS it nor it.'nr pats 'i5 preSEr%tj'
d,twej, suspE:w_'C, amFasea rx oe=Tier, dedar-e-jiogue,
Or vo(Lntacity e)MudEd I'mm aart}=w to MV. trar,s=cn bq art),
F--t Ei-,i depftent or age i. j.
a. .fire nat pr -me-ivy detarred, sxrspeiam, propos4d ror
a---n Fne`rt,. altered Inatgole, sir wwritaniy exciaraed from
covered sansa Ions by arty FedeTa dEpaitme-it or ags=y,
D. ii3w not wmin a 3-year petty per; rg ti s Attu;,cG31
been ;xal'.iCLea Cf r:4 had a r'.il #Dement rendered aga:-tst trem
:or ccerimfsEM of fraud cc a o lrnral offers-- in connewGcn Wth
obtaY-iing, atterrp0rg '.•o =In, cc pearbmtng a p+ o i F--me-9,
Harmony/Shields Intersection Improvements Project
FederalAid 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.
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
1
On The Job Training
January 17, 2008
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
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.
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
Harmony/Shields Intersection Improvements Project
FederalAid 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.
7. 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
FederalAid 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://www.dot.state.co.us/Biddin_q/BidForms.htm.
12. 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
FederalAid 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 1ola
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- 16mi(ion
2240
$2,400
H
> 16- 20 milion
2560
$2, 600
For each increment
(
of $5 milion, over
1280
$1400
$20 milion
197
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
9. The Contractor shall have fulfilled its responsibilities under this specification if the CDOT Regional Civil
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
Jo 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
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
$32, 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.
200
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As
described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the
Contract and are to be included in all subcontracts.
201
2
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
FHWA-1273 Electronic version -- March 10, 1994
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
Page'
General.................................................................1
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. General Subletting 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.
It. 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 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.'
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 program 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 contractor's 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.
.iT'aN cc focal} `disactio4n Cr oargratt urid$r:a prftalc Cls�G:i?rr:
vU- a on ,or Fe =-M cr StZ;e arc Atst st t-i f_'S or-=nrrir-�Son o;
:_ir ez t-rreni, Men,.'.. Egy,�. Cre�.ibHy,'�isCn.,at1rn or dESGucS3n. w
P�E'Ci9'�y r13King t3tse �CCl2rrt�l {8, � r'�`vCt\ i�' �'3tLn �r!i�E'.���
c- Are DA presurT :psalmed rcr: Cr CC.,r-: ,1se ciimlr a:ty cr
c-Poly cNagsd ay a g—217ITEYital E"rtitf ;Fede-ral, - 3tE w ICPw,
with Cosi m'ssbr of ZrAy or the --n- k--s -EroxrPEratey �:i pwag-a3h
1 G of It's oer-:M,-3'irfC grid
d, 1',ave Mt Wtrfrt. a 3-yE,a p--nDa preCEd:re3 %la
had one -or mwe.ptuMc trrcaacticm {Federal, v a:e
or rocafj sernitr:ated1 for case or tel3utt
2: L'fnEfe ?he tr�p2cU-re pnri3ly Cc7tidp'aErt 1£ ttr135:: � rRj$'y' �3
ary -Y VIE. 513'Erliefu tri Ms oenrx t oh.. s;ch p -zApewNe
par-.Wpar SPOT a tit an E7r13n3t10n to ttYS.p AF
1 Instruct ens for CoMficstlon - Lower Tier Covered
Trarraactlona:
IAppicahe w a -Pais Ntmas, put�'tafe ocdprs nary o'tw, Iovet
:ei i�ir►Sactlonsof�25,1)WorMore-4SCFR23}
3. By S"litFritiTing Ms propmal. the pmpecllvE
Jaw de7 Is p-vidlrrg 14-a ce tiflcmbn set oat belaw-
b. The c cx", Ir, this ciatse Is a n kenal rep esentauDn
or raY: unon un :l re?iali Vl3s 6ucied 'Aben trfs tran�sadtion •Ass
2ntE w rcr�; r ti is lsi' dEtP-ir hied to :tw gip- lU�- r
pami part Kno-eilrrp- rerdared an -ZfT E f-s o-=rn:-awn, In
ai=6n :o arPhff r2mr2,jes avan3ve to tale I= s3I "G�rEltt3len'4
`rE CY�t31fMEG*I, Or 3}ars ' Sti M A iM tt%S transaAM W_11na-V
may poirsbe area'' E- renleaes, frt: rWing suwensw =-or
tlEt ,3rment
c.. ThE p-;Ep2o#tva tomes Mr .pa lc�pant =11 pra'Aae
Immediate. w f-c en nc7Jce 2ri the.aerkin to Wdh h Ms prpx, i is
Ili tt 1Ed $ a '31X}' IT2 th? PMEJ:e :IvE luser tler-p31 tidoaaaari? seams
Tut Its oem a was erroneoL: by ra3son of cron4g-C cimw -
d. The leITr' 'wre_ed trars=oci'-deb3rrM,' 'S1157=rr3-
ec�' 'i t~iigtbte;' 'pnmay _bu sr4d tliinsacgrx"Ir;' 'papw'
"person; `ptlici; : -Kc V,- aM -WLr twit}' exo=ed., as
trio m trfs tz.+e Ill- ,yea * se:-. 3ui -in tree 3erti:bns
and ecWc-s of, rdes lmpl--Mwrm Ex_--arwe C-:*ff
12E-' S- Y.ou" mTy oxrac! rhe. person to '00,:i 111s. pmpcsp-�- Is
sutmiltPd To; ass once in obt mir)g a ospy of 6'KxL- r2gtt3?,c:rs.
e- Tre cfmpeg %* Wrzr ter p yuNpa-lt ages-'t 7 umn -
eing _ws-FbB O Mat; Sricw tip Fr
qmed ccrie4d transactnn be
enU= ea Into, tt Ero not VYA-A uty e-rte !ram* 3nyiUt'euueS -ca wed
-37sact cat '6; t a DErb.'Yh s4tro . W-=72d, susppntPed d2ai3ted
ffr g �12, Of W*JnUr€iy axzW.f_'d Tram pans--'3aucn In ti;i35 w.wed
_'3nsal.do'"t, unless .arncoitzed i y the da_pawnerd or zTency w"p
'PRr1ch-Pis w2risackon cVlnaterr.
;. Tft? pr45cE"v4tYe lnrr? r k=r parYpant t1tt r agr'es t'l
sutranrig Iris pr4ewl It ti�iU indind2 mis daw,-- :flea
'Certf =7 cal P garMng D-:WrmsrL 1e-:nsM, trreltaiclIq
Lb!urr�aq EWLWo,--_t1tir TIEr CAh2fe3 Tcaisactlocn,' ,%Mut
mod i--Acr4 in all jar uler wrered tr3nsac. au and En W
satdt:3--r r-s ssr `rnr2r -:;ff cvr=r-=d transao nns.
g. A;,-VCJpK-1nt In a C`+FUM trarS�21dien rrOy rely 4X-n a
xr, ,walar oT a crospicilks p n pant M a IcrN-' Gt arwea
a is u iarr ;tom: to not dedur-ey, suEwioed, luflatxe, or VOW -
Wily e�uucted men tie ar:2red tarsa lk-ri, Mess L PjIU&s that
e cee.7 at1C4l 1s ei-oneous. P. parlfdpant may 'dedd_ ,tie
me nod and f-eque-Icy by A1111M !7 tnE a quitty a, Its
pr wp %- Each paadpzxlt rri y, -bt is not regal ei 1, dk UiE
;lmprxtT-ertEr, =
h N xrtiny crnt3fc2d 1n, itN mreg g sh3t be cwsGu_-v to
regrare eftabt>o-°ur h± trT a system or ree;xds 3n xder to r4ndc-r In
goc+d `alli3 VY2 Cent ,Gr13n rear-_d tsy hss demise. err? Kr,Trf:
and IrP? rr r o partl ls-rc -is rr3t r2att,ed "ex' 7 :ttat vM c-b
ns rs rn3ily-pCsssedInelea:-y txus-se
of. Duslnezos dealings.:
I. Ex pr Tor t anskions a t'.alz�l?d uirder pang -pre .a
rcoe Ins >.nsI ra oullobarr: Jr,. a .:,lie.-r7 tar i+an.
m.wI t iyty. entErs Into a Iclw Her wie7'Ed a
person vrito IE ,suspended, 0--barr2a, irp-:g5�--, or v6lydalty
e jdE'd Tom pardotagUon In tris �p�sactlon, kn aclaelon to.edh2r
M-IlEdleS aYar W2 ;ti tlr3.t?Lt "GOceiTtrElC 'utIE 3�-3arlMerr: U
ayclCy trc. htirtl t1's :1Tt- of o"V1ylrP3L-I may p:frsue 3V-J- IaDDfe
+ r.kfiea, trlduling Rispenslerr, ar+d(sr d tv7Trs s.
Cer�ncabGn Regarntng D9bam►ent Suapenaton, Ineiiglatlfty
and Voluntary Exclusion -Lour Tier. Covered Traneactaons:
9_ � pa^Cs;�eclt`re w tw'n .�de�,t wryes, b�' s�tbrnissl�
cyr -Ns "Qropsal, th31 crsnF tt "r►ar Its rinr� J:-31s to press-Ity
debaff'e-y, sijspended, proM cad. rieilt. d-lama lnEl�gible,
of gpluntadti exc4uded rrr m p3rtt as on In ais lrarsacfidn by. any
F r1£p13m meat orap-wy.
2. .'Alft-- 11* pmp--We lower iler parGdpart Is t�rtabte to
+eriry Sae any of tre stmemrPs In -?s 4xr-3::,ation. suds pirzepec-
3ie p Mcipant,5AIntl aaii-sr h ar, e)planattcri to'his ps'Dws;V:
30L CERTIFICATION REGAWING USE CIF C09TRACT FUNDS
FOR LOBBYING
t•Appkable.ta" ail Fes&-alc conFardclln ccg=cts and -z al!
�� ed5uG3on�a>ks'vfiCJi xi E�� 51CC�GCt7 -43 CfR-3j
1. The Wxpecitye p-arttdpam ce°Cil s. ry syning and :Yjtmit-
r:Crg this Gd Or praN)S3=, tD trie tGs 4t.1115 V lW KMWEOP and
ttelfET, trot
a . W FeMical.apracr7, ed -wi% have been pan] or YnI te
mod., t:y ar, on telatt � ttra &Aer5gney, to any.ppawn .tor
t rlttt t kig ±�r aC2m9nng to lrtrluence art vTce; or emp y--- & arn'
reds agency, a !t mtar a',C r2ss, art b4cer br employee er
aigress, to an cimp(o},--- T a PA?w oer a' Ungress Jr. oiCnraellon
Wit). th2 X%4f icig 0, 'arfr' Fs�ar okra �= ?.h5 Irt3King V ar,
Fea~� gran-i. re marring w any Feda'al loam, the eh eni*zig lrrtd rt
any cogpe--WJde : afire,-r-pM and tie- . ea-:-rralon, ozn7:nr-,Ur q-4
aence-ual, arencfherr, ar mpdMaaEo,n cf-•any Fecs� cmtra;L
grant sax, or c op&attre afire--P-sm
t. 16 ariy:Px= otter tt131 FETE mi ap +nscrarW .;Iatas have
oewi Faitl or vri3 te.paid to arty PM'M -,sr imni-s rl &:attemtx_
h-q �o Ir umcye an rrn--T.or ein.124 yee cr, my Feder ag spy: a
Member -of Congress, an; caeca or employee ofv 0ongress, or an
emipixj e U a Il.LrtioErof, C In cxrc ecil n vetts't t 7n s
Federa coril act girt Ica-1, rx ccoperahve 3g7&--nrnt ne
amd=_r4- g e:J sha't complete and sutrrr)t `= Bn,:Iard Fertn-LLL,
':;WY.ure Frt4n ?G REpPXt a yt:x}" In a=darrx 'With Its
tnfitfJCtltSrPS.
2 TM-* cF-dAw.ort is a ma Wt repmse-=W G fact Lipw
: Uch ref'anee %%w ciate:f 'atY-i IS nrea-Don has Irate or
enter23 Irift. Du"salwi oT reds ceit:".r -non it a pc--,&V0!E ror
ma'-1na or.er_nr►g Irm tnls trans3cticr M31.:d Gy 31 US-C.
1 y; 2. An)' person "v:ra fa% t3 ME Me required Ce M- exion SMI
Be sut;e3 so a Oil] pernaP , W not foss t, g 17,G30 and not more
5hai S MID,133 Tor each suW c31h1fn
2, ThE pr*sspe .%J garU�)ar,t a" des try fiUOMtWrrg Ills cr
ber Ud cc, p mgcsV' th3' h2 or Eh-- shoe: m4ulre trot 3f}e r'3ng-laq-- Cri
hls cerm:, eon I>-- ►rewed In 91 towel ajar subcon-ads, MUch
ar*ed .S1max and that all such recs.pt2nm shah cer-.-y and
d ose aXordrigty.
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 fi.111 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
Harmony/Shields Intersection Improvements Project
FederalAid Project No. AQC M455-074
has a collective bargaining agreement providing for
exclusive referral failed to refer minority employees.)
In the event the union referral practice prevents the
contractorfrom meeting the obligations pursuant to
Executive Order 11246, as amended, and these
special provisions, such contractor shall inimediately
rtotifv 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 subsequent 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 (hereinafter'the 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
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 wage rate 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 ben fats in accordance with the provisions
of the apprenticeship program. If the apprenticeship
prograin does not specify fringe benefits, apprentices
mast be paid the full amount of fringe benefits listed
on the wage determination for the applicable
classification. If the Achninistrator for the Wage and
Honr Division determines that a
Harmony/Shields Intersection Improvements Project
FederaMid 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.
Harmony/Shields Intersection Improvements Project
FederalAid 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.
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 lb 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.
Harmony/Shields Intersection Improvements Project
FederalAid 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 given only
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
208
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 the
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 statement, false
representation, false report or false claim with respect
to the character, quality, ducmtiry, or cost of any work
performed or to be performed, or materials frtrnished
or to he furnished, in connection with the
construction of any high. way or related project ap-
proved by the Secretary of Transportation; or
Whoever knowingly -makes any false staternent or-• false
representation as to material fact in any statement,
certificate, or report submitted pursuant to provisions
of the Federal -aid Roads Act approved July 21,
1916, (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.)
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, or subcontractor, 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 tran saction,"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.
I. 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 transactions authorized under paragraph f 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
FederaUid Project No. AQC M455-074
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
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? ENO OYES
NATIONAL HIGHWAY SYSTEM? ENO ❑YES
TABULATION OF LENGTH & DESIGN DATA
STATION DESCRIPTION
ROADWAY
LINEAR FEET MILES
STA 39+00.00 .BEAN SHIELDS ST IMPROVEMENTS
STA 58+61.58 END SHIELDS ST IMPROVEMENTS
1961+58
0.372
TOTAL
1961.58
0.372
DESIGN DATA
FEET
MAXIMUM RADIUS OF CURVE
1075
MAXIMUM GRADE
2.7%
MINIMUM S.S.D. HORIZONTAL
600
MINIMUM S.S.D. VERTICAL
400
MAXIMUM DESIGN SPEED
45 MPH
2026 DESIGN TRAFFIC SHIELDS STREET
30,000 AOT
DHV TRUCKS X
5%
1"1 mrucMAuuH trvLT
Computer File
Crwt;on Dote: 11/12/07
Last ModAicallon Date: 12/15/1
Full Poth:
Oro.lna FBe Nome: t0a601200
Acod Ver. 2007 Scole: N7
.DEPARTMENT OF TRANSPORTATION
Re10Ped Pro
AOC M455-074
STATE OF COLORADO
PROJECT CODE: 15572
R.O.W. Projects:
CITY OF FORT COLLINS AUG0M455-455—MLDS INTERSECTION IMPROVEMENTS
AOC 07a
TRANSPORTATION DEPARTMENT PROJECT CODE: 15572
HIGHWAY CONSTRUCTION BID PLANS OF PROPOSED
FEDERAL AID PROJECT NO. AQC M455.074
HARMONY/SHIELDS INTERSECTION IMPROVEMENTS
LARIMER COUNTY SHEET NO. INDEX OF SHEETS
CONSTRUCTION PROJECT CODE NO. 15572 1 TITLE SHEET
2 STANDARD PLANS LIST
3-5 GENERAL NOTES
6 TYPICAL SECTIONS
T.7N.
T.SN.
7-8
SUMMARY OF APPROXIMATE OUANTITIES ,
9
SUMMARY OF EARTHWORK QUANTITIES
10
TABULATION OF REMOVAL ITEMS, RESET & ADJUSTMENTS
11
TABULATION OF C&G, SIDEWALK & SURFACING OUANTITIES
12
TABULATION OF STORM SEWER AND PIPE
13
SURVEY CONTROL PUN
14-15
EXPLORATORY BORING LOGS
16-18
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
Ta 1-1 33-34
SHIELDS MEDIAN PROFILE SHEETS
—� 35-39
SHIELDS GRADING PLANS
40
HARMONY -SHIELDS INTERSECTION GRADING PLAN
T.6N.
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
R 69rr WORK BY OTHERS (FOR INFORMATION ONLY)
SCALE: 1*-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
S-627-1 PAVEMENT MARKINGS (5 SHEETS)
S-630-1 TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION (12 SHEETS)
�ft` C�ol_li`
281 Nor(h College Avenue
fort Collins, CO 80522
Phone: (970) 221-6605
FAX: (970) 221-6378
1420 Zed Slreet
Greeley. CO 80631
Phone: (970) 350-2126
As Constructed
o R.�isons:
TITLE SHEET
AOC M455-074
J. LOFTON
15572
J. LOFTON
TITLE
I Subset Sheel::
I of 1
SHEET NUMBER 1
City of
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
Box 580
rtCollins
Fo
Fort Collins, CO 80522
970.221.6775
�Pur�chasionc
970.221.6707
fcgov.com/purchasing
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
Harmony -Shields
Intersection Improvements
Federal Aid Project
No. ACQ M455-074 Harmony / Shields Intersection
Improvements
BID NO.7003
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
January 30, 2009 — 3:00 P.M. (OUR CLOCK)
PLAN
NEW OR M STANDARD
PAGE
NUMBER
REVISED TITLE
NUMBER
C3 M-100-1
0 STANDARD SYMBOLS (3 SHEETS) ...............................
1-3
0 M-203-1
0 APPROACH ROADS..................................................4
C3 M-203-2
0 DITCH TYPES.......................................................5
C3 M-203-I1
0 SUPERELEVATION CROWNED AND ...............................
6-8
DIVIDED HIGHWAYS (3 SHEETS) ,
0 M-203-12
0 SUPERELEVATION STREETS (2 SHEETS) ......................
9-10
C3 M-206-1
0 EXCAVATION AND BACKFILL FCR STRUCTURES.. ............
11-12
(2 SHEETS)
C3 M-206-2
E3 EXCAVATION AND BACKFILL FOR BRICCES (2 .SHEETS)....
13-14
M-208-1
0 TEMPORARY EROSION CONTROL (7 SHEETS) ................
15-21'
0 M-210-1
0 MAILBOX SUPPORTS (2 SHEETS) .............................
22-23
0 M-214-1
0 PLANTING DETAILS ...............................................
24
M-412-1
0 CONCRETE PAVEMENT JOINTS (5 SHEETS) .................
25-29
0 M-510-1
0 STRUCTURAL PLATE PIPE H-20 LOADING .......................
30
0 M-601-1
0 SINGLE CONCRETE BOX CULVERT (2 SHEETS) .............
31-32
0 M-601-2
0 DOUBLE CONCRETE BOX CULVERT (2 SHEETS) .............
33-34
0 M-601-3
0 TRIPLE CONCRETE BOX CULVERT (2 SHEETS) .............
35-36
M-601-10
0 HEADWALL FOR PIPES ............................................
37
0 M-601-11
0 TYPE "S" SADDLE HEADWALLS FOR PIPE ......................
38
0 M-601-12
0 HEADWALLS AND PIPE OUTLET PAVING ......................
39
0 M-601-20
0 WINGWALLS FOR PIPE OR BOX CULVERTS ......................
40
0 M-603-1
0 METAL AND PLASTIC PIPE (2 SHEETS) .....................
41-42
= M-603-2
0 REINFORCED CONCRETE PIPE ........................ ...........
43
0 M-603-3
0 PRECAST CONCRETE BOX CULVERT..............................44
M-603-10
0 CONCRETE AND METAL END SECTIONS (2 SHEETS).......
45-46
0 M-604-10
0 INLET, TYPE C....................................................
47
0 M-604-11
0 INLET, TYPE D....................................................
48
M-604-12
0 CURB INLET TYPE R (2 SHEETS) ...........................
49-50
0 M-604-13
0 CONCRETE INLET TYPE 13......................................
51
M-604-20
0 MANHOLES (3 SHEETS) .......................................
52-54
0 M-604-25
0 VANE GRATE INLET (5 SHEETS) .............................
55-59
0 M-605-1
0 SUBSURFACE DRAINS .............................................
60
0 M-606-1
0 GUARDRAIL TYPE 3 W-BEAM (16 SHEETS) .................
61-76
0 M-606-13
0 GUARDRAIL TYPE 7 F-SHAPE BARRIER (4 SHEETS).......
77-60
0 M-606-14
0 PRECAST TYPE 7 CONCRETE BARRIER (3 SHEETS)........
81-83
PLAN
NEW OR M STANDARD
PAGE
NUMBER
REVISED TITLE
NUMBER
0 M-607-1
C7 WIRE FENCES AND GATES (3 SHEETS) ......................
84-86
0 M-607-2
0 CHAIN LINK FENCE (3 SHEETS) ..............................
87-89
C3 M-607-3
0 BARRIER FENCE ....................................................
90
0 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
C3 CURB RAMPS (4 SHEETS) ..................................
103-106
M-609-1
C3 CURBS, GUTTERS. AND SIDEWALKS (3 SHEETS)...........
107-109
0 M-611-1
C3 CATTLE GUARD (2 SHEETS) .................................
110-I11
0 M-613-1
0 ROADWAY LIGHTING (4 SHEETS) ............................
112-115
0 M-614-1
0 RUMBLE STRIPS (3 SHEETS) ................................
116-118
0 M-614-2
0 SAND BARREL ARRAYS (2 SHEETS) ........................
119-120
0 M-615-1
0 EMBANKMENT PROTECTOR TYPE 3 ...............................
121
0 M-615-2
0 EMBANKMENT PROTECTOR TYPE 5..............................
122
0 M-616-1
0 INVERTED -SIPHON ................................................
123
0 M-620-1
0 FIELD LABORATORY CLASS 1....................................
124
0 M-620-2
CO FIELD LABORATORY CLASS 2...................................
125
0 M-620-11
0 FIELD OFFICE CLASS 1..........................................
126
0 M-620-12
0 FIELD OFFICE CLASS 2..........................................
127
0 M-629-1
0 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
0 S-612-1
C3 DELINEATOR INSTALLATIONS (5 SHEETS) ....................
131-135
0 S-614-1
C3 GROUND SIGN PLACEMENT (2 SHEETS) .......................
136-137
0 S-614-2
C3 CLASS I SIGNS ......................................................
138
0 S-614-3
0 CLASS 11 SIGNS.........' ............................................
139
0 S-614-4
0 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
0 CONCRETE FOOTINGS AND SIGN ISLANDS ....................
145-146
FOR CLASS III SIGNS (2 SHEETS)
0 S-6I4-8
0 TUBULAR STEEL SIGN SUPPORT DETAILS (5 SHEETS)......
147-151
0 S-614-10
0 MARKER ASSEMBLY INSTALLATIONS ...............................
152
E3 S-614-12
0 STRUCTURE NUMBER INSTALLATION ...............................
153
0 S-614-14
0 FLASHING BEACON AND SICN INSTALLATIONS (3 SHEETS).
154-156
0 S-614-20
0 TYPICAL POLE MOUNT SIGN INSTALLATIONS .....................
157
0 S-614-21
0 CONCRETE BARRIER SIGN POST INSTALLATIONS.................158
0 S-614-22
0 TYPICAL MULTI -SIGN INSTALLATIONS.....................
......... 159
0 S-614-40
0 TYPICAL TRAFFIC SIGNAL INSTALLATION DETAILS.........
160-166
(7 SHEETS)
0 S-614-40A
0 ALTERNATIVE TRAFFIC SIGNAL INSTALLATION DETAILS....
167-171
(5 SHEETS)
0 S-614-50
0 MONOTUBE OVERHEAD SIGNS (14 SHEETS) ...................
172-185
0 S-627-1
10 PAVEMENT MARKINGS (5 SHEETS) ............................
186-190
M S-630-1
M TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION.........
191-202
(12 SHEETS)
0 S-630-2
C3 BARRICADES, DRUMS, CONCRETE BARRIERS (TEMPI..............203
AND VERTICAL PANELS
0 S-630-3
0 FLASHING BEACON (PORTABLE) DETAILS ..........................
204
COLORADO
DEPARTMENT OF TRANSPORTATION
STANDARD PLANS LIST
M&S STANDARDS
July 04, 2006
Computer File Informotion
Index
of Revisions
CCity f
rtCoU�fi$
'R-A'9-76L761111®N
North Collage Avenue
Fort Covens, CO 80522
Phone: (970) 221-6605
FAX 970 221-6378
pr
1420 2ne Street
Greeley. CO 80631
PM1o�a'. (970) 350-2126
FAX: (970) 350-2198
mo 4 PUG
As Constructed
STANDARD PLANS
LIST
Project No./Code
CreaNun Date: 12/24/07 Initials: JOL
No Rerismns:
AOC M455-074
Lost Nodifi<otion Dale: 12 15 08 Initials: JDL
Palh:
Revised:
Designer: J. LOFTON
15572
L281
in File Nome: 104601200FOR-STAN-PLAN.dw
Oelailer: J. LOFTON
Void:
Sheet Number 2
Aod Ver. 2007 Stole: N/A Units: ENGLISH
Sheet Subset: STAN PLAN
Subset Sheet::
I of 1
GENERAL NOTES
22. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED
1. ALL MATERIALS, WORKMANSHIP, AND CONSTRUCTION OF PUBLIC IMPROVEMENTS SHALL MEET OR EXCEED THE STANDARDS AND
IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE DESIGNER AND THE CITY OF FORT COLLINS ENGINEER
SPECIFICATIONS SET FORTH IN THE LARIMER COUNTY URBAN AREA STREET STANDARDS AND APPLICABLE STATE AND FEDERAL REGULATIONS.
IMMEDIATELY.
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.
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
2. ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY
CONTRACTOR(S) SHALL SUBMIT RECORD DRAWINGS TO THE CITY OF FORT COLLINS ENGINEER,
STATED OTHERWISE.
24. THE LOCATION AND DESCRIPTION OF THE NEAREST SURVEY BENCHMARKS (2) FOR THE PROJECT AS WELL AS THE BASIS OF BEARINGS
3. ALL STORM SEWER CONSTRUCTION, AS WELL AS POWER AND OTHER "DRY" UTILITY INSTALLATIONS, SHALL CONFORM TO THE CITY OF FORT
ARE AS FOLLOWS: -
COLLINS STANDARDS AND SPECIFICATIONS.
BENCHMARK 1: CITY OF FORT COLLINS BMy 16-94. NORTHEAST CORNER OF THE INTERSECTION OF WEST HARMONY ROAD AND SOUTH
4. THE TYPE, SIZE, LOCATION AND NUMBER OF ALL KNOWN UNDERGROUND UTILITIES ARE APPROXIMATE WHEN SHOWN ON THE DRAWINGS. IT
SHIELDS STREET ON A CONCRETE TRAFFIC SIGNAL BASE. ELEV=5084.52 (NGVD 2929 UNADJUSTED)
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
BENCHMARK 2: NW CORNER SECTION 2. HARMONY/SHIELDS INTERSECTION. 3-14/" ALUMINUM CAP IN MONUMENT BOX. STAMPED PLS 5028.
UTILITIES.
ELEV=5083.09 (NGVD 2929 UNADJUSTED)
5. THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) AT 811. AT LEAST 2 WORKING DAYS PRIOR TO
25. ALL STATIONING IS BASED ON CENTERLINE OF ROADWAYS UNLESS OTHERWISE NOTED,
BEGINNING EXCAVATION OR GRADING, TO HAVE ALL REGISTERED UTILITY LOCATIONS MARKED. OTHER UNREGISTERED UTILITY ENTITIES (I.E.
DITCH /IRRIGATION COMPANY) ARE LOCATED BY CONTACTING THE RESPECTIVE REPRESENTATIVE. UTILITY SERVICE LATERALS ARE ALSO
26. EXISTING CURB, GUTTER AND SIDEWALK, A$ WELL AS EXISTING FENCES, TREES, STREETS, LANDSCAPING, STRUCTURES, AND
BE
TO BE LOCATED PRIOR TO BEGINNING E EXCC AVATION GRADING. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE THE
IMPROVEMENTS DESTROYED, DAMAGED OR REMOVED DUE TO CONSTRUCTION OF THIS PROJECT, SHALL BE REPLACED OR RESTORED IN LIKE
RELOCATION OF ALL EXISTING UTILITIES THAT CONFLICIC WITH THE PROPOSED IMPROVEMENTS SHOWN ON THESE PLANS.
KIND AT THE CONTRACTOR'S EXPENSE, UNLESS OTHERWISE INDICATED ON THESE PLANS, PRIOR TO THE ACCEPTANCE OF COMPLETED
IMPROVEMENTS.
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.
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 COLONS CONSTRUCTION INSPECTOR
7. IF A CONFLICT EXISTS BETWEEN EXISTING AND PROPOSED UTILITIES AND/OR A DESIGN MODIFICATION IS REQUIRED, THE CONTRACTOR SHALL
BEFORE ANY CUTS ARE MADE. PATCHING SHALL BE DONE IN ACCORDANCE WITH THE CITY OF FORT COLLINS STREET REPAIR STANDARDS.
COORDINATE WITH THE ENGINEER TO MODIFY THE DESIGN. DESIGN MODIFICATION(S) MUST BE APPROVED By THE CITY OF FORT COLLINS PRIOR
THE FINISHED PATCH SHALL BLEND IN SMOOTHLY INTO THE EXISTING SURFACE. ALL LARGE PATCHES SHALL BE PAVED WITH AN ASPHALT
TO BEGINNING CONSTRUCTION.
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
8. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION WITH ALL UTILITY COMPANIES INVOLVED, TO ASSURE THAT THE WORK IS
COLLINSENGINEER AND/OR THE CITY OF FORT COLLINS INSPECTOR AT THE TIME THE CUTS ARE MADE,
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.
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.
9. No WORK MAY COMMENCE WITHIN ANY PUBLIC STORM WATER, SANITARY SEWER OR POTABLE WATER SYSTEM UNTIL THE CONTRACTOR
NOTIFIES THE UTILITY PROVIDER. NOTIFICATION SHALL BE A MINIMUM OF 2 WORKING DAYS PRIOR TO COMMENCEMENT OF ANY WORK. AT THE
29, AFTER ACCEPTANCE BY THE CITY OF FORT COLLINS. PUBLIC IMPROVEMENTS DEPICTED IN THESE PLANS SHALL BE GUARANTEED TO BE
DISCRETION OF THE WATER UTILITY PROVIDER, A PRE -CONSTRUCTION MEETING MAY BE REQUIRED PRIOR TO COMMENCEMENT OF ANY WORK.
FREE FROM MATERIAL AND WORKMANSHIP DEFECTS FOR A MINIMUM PERIOD OF TWO YEARS FROM THE DATE OF ACCEPTANCE.
10. THE CONTRACTOR SHALL SEQUENCE INSTALLATION OF UTILITIES IN SUCH A MANNER AS TO MINIMIZE POTENTIAL UTILITY CONFLICTS. IN
30. A PAVEMENT MIX DESIGN, SIGNED AND STAMPED BY A COLORADO LICENSED ENGINEER, MUST BE SUBMITTED TO THE JOB MIX ENGINEER
GENERAL, STORM SEWER AND SANITARY SEWER SHOULD BE CONSTRUCTED PRIOR TO INSTALLATION OF THE WATER LINES AND DRY UTILITIES.
FOR APPROVAL, PRIOR TO PLACEMENT OF ANY ASPHALT.
11. THE MINIMUM COVER OVER WATER LINES IS 5 FEET AND THE MAXIMUM COVER IS 6 FEET UNLESS OTHERWISE NOTED IN THE PLANS AND
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
APPROVED BY THE WATER UTILITY.
PAVEMENT TO A DISTANCE WHERE A CLEAN CONSTRUCTION JOINT CAN BE MADE, AHELL CUTS SHALL NOT BE ALLOWED. THERE SHALL BE
12. A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE PERMIT IS REQUIRED IF DEWATERING IS REQUIRED IN ORDER TO INSTALL
NO SEPARATE PAYMENT FOR SAWCUTTINC,
UTILITIES OR WATER IS DISCHARGED INTO A STORM SEWER, CHANNEL, .IRRIGATION DITCH OR ANY WATERS OF THE UNITED STATES.
32, VALVE BOXES AND MANHOLES ARE TO BE BROUGHT UP TO GRADE AT THE TIME OF PAVEMENT PLACEMENT OR OVERLAY. VALVE BOX
13. THE CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF THE COLORADO PERMIT FOR STORM WATER DISCHARGE (CONTACT
ADJUSTING RINGS ARE NOT ALLOWED.
COLORADO DEPARTMENT OF HEALTH, WATER QUALITY CONTROL DIVISION, (303) 692-3590). THE STORM WATER MANAGEMENT PLAN, AND THE
33. TREE TRIMMING AND/OR REMOVAL ACTIVITIES SHALL BE COMPLETED BEFORE BIRDS BEGIN TO NEST OR AFTER THE YOUNG HAVE
EROSION CONTROL PLAN.
FLEDGED. IN COLORADO, MOST NESTING AND REARING ACTIVITIES OCCUR BETWEEN APRIL 1 AND AUGUST 31. HOWEVER, SINCE SOME BIRDS
NEST AS EARLY AS FEBRUARY, A NESTING BIRD SURVEY SHALL BE CONDUCTED BY A BIOLOGIST BEFORE ANY TREE TRIMMING OR REMOVAL
14. NO WORK MAY COMMENCE WITHIN ANY IMPROVED OR UNIMPROVED PUBLIC RIGHT-OF-WAY UNTIL A RIGHT-OF-WAY PERMIT OR
ACTIVITIES BEGIN.
DEVELOPMENT CONSTRUCTION PERMIT IS OBTAINED FROM THE CITY OF FORT COLLINS.
34. THERE SHALL BE NO STOCKPILING OR SIDE CASTING OF WASTE MATERIALS INCLUDING BUT NOT LIMITED TO PAINT CHIPS, ASPHALT, OR
15. THE CONTRACTOR SHALL BE RESPONSI8LE FOR OBTAINING ALL NECESSARY PERMITS FOR ALL APPLICABLE AGENCIES PRIOR TO
CONCRETE ADJACENT TO ANY DRAINAGES (INCLUDING DRY DRAINAGES). PAINT MATERIAL REMOVED IN THE COURSE OF RESTRIPING SHALL BE
COMMENCEMENT OF CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY THE CITY OF FORT COLLINS ENGINEERING INSPECTOR (FORT COLLINS -
PROPERLY CONTAINED AND DISPOSED OF TO PREVENT SUCH MATERIALS FROM ENTERING WATERS OF THE STATE.
221-6605) AND THE CITY OF FORT COLLINS EROSION CONTROL INSPECTOR (FORT COLUNS - 221-6700) AT LEAST 2 WORKING DAYS PRIOR
TO THE START OF ANY EARTH DISTURBING ACTIVITY, OR CONSTRUCTION ON ANY AND ALL PUBLIC IMPROVEMENTS.
35. ALL CONSTRUCTION SURVEY WORK TO BE GONE BY CITY OF FORT COLLINS SURVEY DEPARTMENT.
16. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION, THE CONTRACTOR SHALL CONTACT THE LOCAL ENTITY FORESTER TO SCHEDULE A
36. THE PAVEMENT SMOOTHNESS CATEGORIES IN RELATION TO "HMA PAVEMENT ROADWAY SMOOTHNESS" & "PORTLAND CEMENT PAVEMENT
SITE INSPECTION FOR ANY TREE REMOVAL REQUIRING A PERMIT.
ROADWAY SMOOTHNESS" SPECS SHALL BE:
HMA PAVEMENT - HRI CATEGORY II
17. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING. BUT NOT LIMITED TO, EXCAVATION, TRENCHING,
PORTLAND CEMENT CONCRETE PAVEMENT - CATEGORY III
'SHORING, TRAFFIC CONTROL, AND SECURITY. REFER TO OSHA PUBLICATION 2226. EXCAVATING AND TRENCHING.
37, TWO BORING SAMPLES (MFG-14 & MFG 15) INDICATED SULFATE CONCENTRATION LEVELS (575 & 325) THAT WERE WITHIN THE
18. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION THAT WALL AFFECT TRAFFIC SIGNS OF ANY TYPE, THE CONTRACTOR SHALL
MODERATE ACI RISK CATEGORY. CONTRACTOR TO FOLLOW THE PROJECT'S SOILS REPORT RECOMMENDATIONS FOR ANY CONCRETE "THIN
CONTACT THE CITY OF FORT COLUNS TRAFFIC OPERATIONS DEPARTMENT, WHO WILL TEMPORARILY REMOVE OR RELOCATE THE SIGN AT NO
THESE AREAS.
COST TO THE CONTRACTOR; HOWEVER, IF THE CONTRACTOR MOVES THE TRAFFIC SIGN THEN THE CONTRACTOR WILL BE CHARGED FOR THE
LABOR, MATERIALS AND EQUIPMENT TO REINSTALL THE SIGN AS NEEDED.
38. CONCRETE SULFATE EXPOSURE FOR THIS PROJECT IS CLASS S1 (MODERATE).
19. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE INTENDED
39. ALL CONCRETE FOR SIDEWALK, CURB AND GUTTER, MEDIAN COVER, CURB RAMPS. GUTTER PAN, SHALL BE CLASS B UNLESS DIRECTED
IMPROVEMENTS, SHOWN ON THESE DRAWINGS, OR DESIGNATED TO BE PROVIDED, INSTALLED, OR CONSTRUCTED, UNLESS SPECIFICALLY NOTED
BY THE ENGINEER.
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.
Computer File Information
ndex of Revisions
Qlty�
�.FortCollins
281 North College avenue
FOH Collins. CO 90522
Phone: (970) 22IC6105
FAX: 970 221-6378
�r
1420 2nd St-t
Creeley, CO 80631
phone: (920) 350-2126
FAX: (970) 350-2198
4 RJ0
As Constructed
GENERAL NOTES
Pro'ect No./Code
Creation Dale: 11/12/07 Initials: JDL
Na Revisions:
AOC M455-074
Lost Modification Date: 12 15 O8 Initials: JDL.
Full Path:
Revised:
9nef'
Desi J. LOFTON
1 SS72
File
Draein Nome: 104601200FOR-GN.dw
Acad Ver. 2007 $Cale: N/A Units: ENGLISH
Void:
petailer. J. LOFfON
Sheet Number 3
Sheet Subset: GEN NOTES
Subset Sheet: 1 of 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.
5. AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING AND CONTROLLING ON -SITE
EROSION INCLUDING KEEPING THE PROPERTY SUFFICIENTLY WATERED SO AS TO MINIMIZE WIND BLOWN SEDIMENT. THE CONTRACTOR
SHALL ALSO BE RESPONSIBLE FOR INSTALLING AND MAINTAINING ALL EROSION CONTROL FACILITIES SHOWN HEREIN,
6. PRE -DISTURBANCE 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 (CDPS) 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 CONTRACTOR UNDER THE SWMP TO MAINTAIN EXISTING BMPS AND ENSURE THEIR COMPLETE
REMOVAL ONCE 70% OF PRE-EXISTING VEGETATION HAS BEEN RE-ESTABLISHED.
CCttyof
^
Creation Dale: 11/12/07 Indiols: JDL Fort,�r=s
Last ModifimDon Dote: 12 15 08 Initiols: JDL
Full Polh: 281 North College Avenue
D..inq File Nome: 104601200FOR-GN.dw fort CIRiM CO 80522Ph-: (970) 221-6605
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 GAL/SO YD (DILUTED)
(SLOW SETTING)
BITUMINOUS PAVEMENT AT 110 LBS/SQ YD/1 INCH
AGGREGATE BASE COURSE AT 110 LBS/SO 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 15 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 CROUP OF TREES.
9. NO DAMAGING ATTACHMENT, WIRES, SIGNS OR PERMITS MAY BE FASTENED TO ANY PROTECTED TREE
Greeley, CO 80631
Phone: (970) 350-2126
TAX: (970) 350-21e n_
As Constructed GENERAL NOTES Project No./Code
o Re isions: I AOC M455-074
Sheet Number 4
1
EXISTING TELEPHONE LINE
t
PROPOSED TELEPHONE LINE
a+*
EXISTING OVERHEAD TELEPHONE LINE
onT
PROPOSED OVERHEAD TELEPHONE LINE
Fo
EXISTING FIBER OPTIC LINE
Eo
PROPOSED FIBER OPTIC LINE
ary
EXISTINGCABLETV
cry
PROPOSED CABLE TV
E
EXISTING ELECTRIC LINE
E
PROPOSED ELECTRIC LINE
owE
EXISTING OVERHEAD ELECTRIC LINE
a2
PROPOSED OVERHEAD ELECTRIC LINE
a
EXISTING GAS
o
PROPOSED GAS
a
EXISTING OVERHEAD UTILITY
nu
PROPOSED OVERHEAD UTILITY
5
EXISTING SANITARY SEWER MAIN
PROPOSED SANITARY SEWER & MANHOLE
ABBREVIATION LIST
®
EXISTING MANHOLE
AD
ALGEBRAIC DIFFERENCE
LT
LEFT
w
EXISTING WATER MAIN
AE
ACCESS EASEMENT
MH
MANHOLE
Da
1
PROPOSED WATER LINE &VALVE
ARV
AIR RELEASE VALVE
PE
PEDESTRIAN EASEMENT
EXISTING WATER VALVE
ASSY
ASSEMBLY,
PC
POINT OF CURVATURE
rrYY
�-C
EXISTING FIRE HYDRANT
«
PROPOSED FIRE HYDRANT
BOV
BLOW OFF VALVE
PCC
POINT OF COMPOUND CURVATURE
C&G
CURB AND GUTTER
PCR
PO INTOFCURBRETURN
:�-::�::::
EXISTING STORM SEWER
PROPOSED STORM SEWER & MANHOLE
CL
CENTERLINE
PI
POINT OF INTERSECTION
CMP
CORRUGATED METAL PIPE
PRC
,
POINT OF REVERSE CURVATURE
POINTOFTANGENCY
EXISTING STORM
DE
DRAINAGE EASEMENT
PVC
POLYVINYL CHLORIDE
SEWER INLET
PROPOSED STORM INLET
EL
ELEVATION
RCP
REINFORCED CONCRETE PIPE
ES
EMERGENCY SPILLWAY
RD
ROOF DRAIN
EXISTING FLOWLIN E,CURB&GUTTER
PROPOSED FLOWLINE,CURB&GUTTER
EX
EXISTING
RT
RIGHT
F
FLARED END SECTION
SAN
SANTTARYSEWER
(— — —
FL.
FLOWLINE
STA
STATION
L
EXISTING CONCRETE
PROPOSED CONCRETE
GB
GRADE BREAK
SOMH
TB
STORM DRAIN MANHOLE
THRUST BLOCK
GV
GATEVALVE
TOF
TOP OF FOUNDATION
EXISTING MINOR CONTOUR
�XXXX�
PROPOSED MINOR CONTOUR
HP
HIGH POINT
TYP
TYPICAL
PH
FIRE HYDRANT
UE
UTILITY EASEMENT
EXISTING MAJOR CONTOUR
�1(XXI(•_
PROPOSED MAJOR CONTOUR
I.E.
IRRIGATION EASEMENT
VCP
VPC
VITRIFIED CLAY PIPE
VERTICAL POINT OF CURVATURE
INV
INVERT
VPI
VERTICALPOINT OF INTERSECTION
O
EXISTING UTILITY POLE
IRR
IRRIGATION
VPT
VERTICAL POINT OF TANGENCY
+
PROPOSED UTILITY POLE
LF
LINEAR FEET
TOW
TOP OF WALL
EXISTING STREET LIGHT
LP
LOW POINT
BOW
BOTTOM OF WALL
�
PROPOSED STREET LIGHT
EXISTINGGUYWIRE
X
EXISTING FENCE
X
PROPOSEDFENCE
EXISTING TRAFFIC SIGNAL
PROPOSED TRAFFIC SIGNAL
EXISTING CONIFEROUS TREE
EXISTING DECIDUOUS TREE
ml>t�l
Full Path:
FO, I%1=s
281 Norlh College Avenue
Fort Collins. CO 80522
Phone: (9]0) 221-6605
FAX: (9]0) 221-63]8
Greeley, CO 80631
Phone: 19]0) 350-2126
As Constructed
No Revisions:
Revised:
Void:
GENERAL NOTES
J. LOFTON
AOC M455-074
15572
Sheet Number 5
N2'Now
fX a'f 'il lL-R SO[wa
SOEw X
----
-vATXNw �2'3 MGNr 2i'3 i}' E!t EX 9'!
1
EX _ E �
Ar TWIN PUN_11 LI.1. BIXC L TBA v.wX.Ar - �n2AVT NTM rEL -BXLE
I
_____� _ ___________________�______-__- __ _ .-
cJ (X.]w ,l `X aWw XJ
�(X s«wSao
AXX (X ].9.w, � G.G
SHIELDS STREET TYPICAL SECTION # 1
(APPROX. CL STA 39+ 12 TO CL STA 40+81)
STA 40+81 To STA 42+72
TRANSITION TO SHIELDS STREETTYPICAL SECTION #2
I?
Ow "MES 9. t-Iw'!
Ex 5'f
EX a't _!L v FS 701-811 SEE-
54XwALX PAINTED I A � ,A EX•
EX 9't 0't I2' } -I- lITED 1— PMXwtr
vAmcwAv BIXE mALil-�mAL2L—I vANIES I °1AKl TBASfI Buc vMIE3
-__. I __-L_-____ __
(,.SX,ew,
SHIELDS STREET TYPICAL SECTION #2
(APPROX. CL STA 42+72 TO CL STA 43+85)
I I
�Ow VANIES 94'1 - IOU!
SOEwA 61'! R-R SDfwaLX
Bt A�2 2w -——up—i2t2 t. WLroA E' AEL�Bfiu!E&XE TIKLF�B P�VwAXNwIEC _
TroE 2 (SEC_ !B) CA I `� SKWwafXJ '
STA AJ Y°a-A]ree .STA 1 50 TO STA A as
""ESSTA Ex II't eus N9X OUT
ATTApEO SEXAALX +86 EA PA Ar —El 0'-9'3
SHIELDS STREET TYPICAL SECTION #3
(APPROX. CL STA 43+SS TO CL STA 44+88)
.STA 44+SS TO STA 46+91
TRANSITION TO SHIELDS STREET TYPICAL SECTION #4
a
'Ow I—S 12. A-
R-R
R' FL-R e'
SIDE.- �� 12' 2' uEpAN iT + 13' � I i2' i}' e' 11' RtdT
}1 E1i�TILAIVEI '—a LEFT NW I LElT NNN x�AELx�rt2AVEt�-9XE� NBN 106v
6- SIOEwA; w/ -Li E 2 (SEE— IB) C4G I `22.a' C0 it III- (nv
e PACTEO SLGM.E 27' PAVEYENr SECTION (rro.) (SEC NOR 2)
rroE I (SECTION IIB) CAO (YE NOTE li)
r E 2 (SECTION IIB)
SHIELDS STREET TYPICAL SECTION #4 «
(APPROX. CL STA 46+91 TO CL STA 49+05)
STA 49+05 To STA 50+85
SHIELDS/HARMONY INTERSECTION
TRANSITION TO SHIELDS STREETTYPICAL SECTION #5
TIN T�B6¢�m121£L�L �--LCFi —LCFT2NRN1 vEUAN
NNANNANJ
ING
L,rPE x (sEcnoN XB) cec u.a- cawwcrE sE<noN IT- I PAVENEN
(SEE — 2) (SEE NOrE I)
6 cOuvACTEo_ emAOE
TroE 2 (SECTIp2 IB) <w0
SHIELDS STREET TYPICAL SECTION #S
(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 PASSING 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).
Pv.
BXE
;T
,
0-IO't
! snENALA
vAPYS
--
cnoN(rro.) eX cec
i-om user rite Inrormouon
I
I Inaex oI Nevlslons
aty+
)pr
As Constructed
Project No./Code
Crmtlon Dole: 11/12/07 Initiols: JOL
ForfColhns
TYPICAL SECTIONS
Last Modification Dote: 12 15 08 Initiols: JDL
!�
No Re,;sions:
AOC M455-074
Full POIh:
261 North College Avenue
1420 end Street
Oraeley, CO 80631
Revised:
Desi J. LOFTON
gneT:
15572
DFowin File Name: 104601200FOR-TYPSEC.dw
Fort Collins. CO 80522
PnOne: (970) 350-212fi
Det'o�ler. J. LOFiON
Aced Ver. 2007 Scale: ):20 Units: ENGLISH
Phone: (970) 221-6605
FAX 970 221-6378
FAX: (970) 350-2198
It", on 4 PJC
Void:
Sheet SBbseC ttP SECTIONS
Subset Sheet::
I of 1
SHEET NUMBER 6
Computer File Informolion
Index
of Revisions
OT
FortCollin5
' �r�
1420 2n4 Street
251 Nor11N College Avenue Greeley. CO 80631
Fort Colrina. CO 80522 Phone: (970) 350-212fi
Pnone: (970) 221-6605 FAX: (970) 350-2198
W. 970 221 -6378 on 4 V,16'
As Constructed
SUMMARY OF
APPROXIMATE QUANTITIES
Project No./Code
Creotion Dote: 12/24/07 Initiols: JDL
Last Mndilic9tion Date: 12 15 06 lni6als: JDL
No Revisions:
AOC M455-074
Fall Poth:
Revised:
Designer. J. LORON
15572
)—in File Nome: 104601200FOR-SAO.dW
Acod Ver. 2007 Scale: N A Units: ENGLISH
/
Void:
Detwiler. J. LORON
Sheet Number
Sheet Subset- SAO
Suhset Sheet: 1 0l 2
SUMMARY OF APPROXIMATE QUANTITIES
CONTRACT
ITEM NO.
CONTRACT ITEM
UNIT
ROADWAY
PROJECTTOTALS
PLAN
AS CONST.
PLAN
AS CONST.
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
Removal of End Section
EA
3
3
202
Removal of Sidewalk
SY
740
740
202
Removal of Concrete Gutter (10 foot Wide)
60
60
202
Removal of Curb antl Gutter
1329
1329
202
Removal of Concrete Curb Ramp
36
36
202
Removal of Concrete Pavement
VLF
45
45
202
Removal of Asphalt Ma[
9551
9551
203
Unclassified Excavation (Complete In Place)
3917
3917
203
Muck Excauetion
200
200
203
Potholing With Surveying and Stationing of U!G Utilities
LS
1
1
206
Structure Excavation
CY
35
35
206
Structure Backfill
CY
18
18
206
Filter Material (Class C)
CY
10
10
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 ft Sections)
EA
5
5
208
Silt Fence
LF
515
575
208
Construction Fence
LF
900
900
208
Concrete Washout Structure
EA
1
1
208
Storm Drain Inlet Protection (Type t)
EA
3
3
208
Stortn Drain Inlet Protection (Type 2)
EA
2
2
208
Storm 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
721
721
210
Adjust Manhole
3
3
210
Modify Inlet
1
1
210
Adjust Valve Box
FACRE
8
8
212
Native Seeding
1
1
304
Aggregate Base Course (Class 6) (4" Depth) -Driveways and 2' Wide Shoulde
10
10
304
Aggregate Base Course (Class 6) (6" Depth)
2995
2995
307
Fly Ash
TON
846
846
307
Processing Fly Ash Treated Subgrade (12" Depth)
SY
14094
14094
403
Hot Mix Asphalt (Patching) (Asphalt)
TON
55
55
403
Hot Mix Asphalt (Grading SG) (100) (PG 58-28) (7" Depth)
70N
2981
2981
403
Hot Mix Asphalt (Grading S) (100) (PG 64-28) (2" Depth)
70N
852
852
FortColhns
No
1420 2no Strael
281 North Collage Avenue Greelay. 806J1 Revised:
ror! Colnns970. 80522 Phone: Co(970) J50-2126
Pnone: (970) 2CO21-6fi05 GAx: (970) 350-2198 Void:
FM: 221-6J78 00 4 PJO
Constructed
SUMMARY OF
APPROXIMATE QUANTITIES
Project No. Code
Creation Dole: 12/24/07 Iniliols: JDL
Re,,sions:
AOC M455-074
Last Modification pate: 12 /5 08 Initials: JDL
Full Palh:
Designer: J. LOFTON
15572
Drawin File Nome: 104601200FOR-SAO.dW
Detwiler. J. LOFTON
Sheet Number 8
Aced Ver. -2007 Scale: N/A Units: ENGLISH
Sheet Subset: SAO
Subset Sheet:: 2 of 2
SUMMARY OF APPROXIMATE QUANTITIES
CONTRACT
ITEM NO.
CONTRACT ITEM
UNIT
ROADWAY
PROJECTTOTALS
PLAN
AS CONST.
PLAN
A5 CONST.
412
Concrete Pavement (6 Inch)
SY
14
14
412
Concrete Pavement (10.5 Inch)
SY
3304
3304
412
Concrete Payment (10.5 Inch) -Colored and Stamped Concrete Crosswalks
SY
455
455
412
Concrete Pavement (10.5 Inch) -Fast Track (48 Hour)
SY
1508
1508
412
Concrete Pavement (10.5 Inch) -Fast Track (24 Hour)
SY
150
150
412
Concrete Pavement It Inch)
SY
45
45
506
Riprap (12"�)
Cy
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
41nch Non -Perforated Pipe Underdrein
LF
176
176
605
41nch Perforated Pipe Underdrein
LF
775
775
608
Concrete Sidewalk (6 Inch)
SY
1275
1275
608
Concrete Curb Ramp
SY
158
158
609
Curb and Gutter Typo 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 Cover Material (Decorative)
SF
1231
1231
613
2 Inch Electrical Conduit
LF
300
300
613
41nch Electrical Conduit
LF
300
300
613
Pull Box (Surface Mounted)
EA
2
2
620
Sanitary Facility
EA
2
2
626
Mobilization
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.
i
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
F.A.
1
1
NOTE:
1. A 1.25" SWELL IN THE SUBCRADE FROM FLYASH WAS CALCULATED INTO THE EARTHWORK QUANTITIES.
Computer File Information
Index
of Revisions
GKyaT �pT
FortColtins
��� Im®
1420 end Street
281 NorU College Avenue Greeley, CO 80631
Fort Collins, CO 80522 Phone: (970) 350-2126
Phone: (970) 221-6605 FAX: (970) 350-2198
FAX: 970 221-6378 4 P,IB
As Constructed
SUMMARY OF
EARTHWORK QUANTITIES
Pro-ect No. /Code
Creotlon Date: 12/24/07 Initials: JDL
Last Nodificaban Date: 12 15 08 Initials: JDL
No Revisions:
AOC M455-074
Full Polh:
Revised:
Designer: J. LORON
gner:
155%Z
Draein File Nome: 104601200FOR—SEO.dw
Aced Ver. 2007 Scale: N/A UnRs: ENGLISH
Void:
Detailer. J. LOFTON
Sheet Subset: SEO
Subset Sheet: 1 0! 1
Sheet Number 9
-
SUMMARY OF EARTHWORK
INDEX
ITEM
PROTECT TOTALS
BOOK
PAGE
SHEET
UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE)
CU. YD.
SHIELDS STREET
3917
TOTAL FOR PAY QUANTITY
3917
FOR INFORMATION ONLY
EMBANKMENT MATERIAL (NET)
CU. YD.
SHIELDS STREET
1850
TOTAL
1850
COMPACTION (AASHTO T99) (INFO ONLY1
CU. YD.
(MOISTURE 8 DENSITY CONTROL)
EMBANKMENT (NET)
1850
BASES OF CUTS S FILLS
3481
TOTAL
5331
WETPNG QUANTITIES (INFO ONLY1
COMPACTION
GAL
(13, 376 X40 GAL./CU, YD.)
217,240
TOTAL
213,240
ROADWAY QUANTITIES BALANCE (INFO ONLY)
CU. VD.
UNCLASSIFIED EXCAVATION
3917
(� LNCIASSF®EXGVATgNOW NRI'I WQIA6IXGVATNG T11E AREA FOR TFE RANIH26DX W TIE M3NN5 )
EMBANKMENT INETx FACTOR 112)
2220
EXCESS EXCAVATION (TO BE DISPOSED BY THE CONTRACTOR)
1697
BALANCE TOTAL
3917
SUMMARY OF EARTHWORK
INDEX
ITEM
PROTECT TOTALS
BOOK
PAGE
SHEET
TOPSOIL QUANTITIES (INFO. ONLY)
TOPSOIL STRIPPED: THIS IS EQUAL TO STOCKPILE TOPSOIL
1907
(ASSUMED DEPTH = 61NCHE5 FROM EXISTING ASPHALT TO PROJECT LIMITS)
TOPSOIL'
59J -
PLACE APPROXIMATELY 6 INCHES DEEP FROM PROPOSED BACK OF WALK TO PROJECTLIMITS
'
TOPSOIL (SPECIAL) -AMENDED ONSITE FOR MEDIAN AND PARKWAY AREAS
PARKWAY AREA (BACK OF CURB TO FRONT OF WALK)-APPR0X31NCM DEPTH
109
MEDIAN PLANTER AREA - APPROX 781NCH DEPTH (DUE TO SLOPED SIDES)
804
TOTAL
917
TOPSOIL QUANTITIES BALANCE (INFO ONLY
STOCKPILE TOPSOIL
1907
TOPSOIL
593
TOPSOIL (SPECIAL) -AMENDED ONSITE FOR MEDIAN AND PARKWAY AREAS
913
TOTAL HAULED OFFSITE
401
Computer File Information
Index
of Revisions
Cl'y
Fort Collins
�I
2B1 North College Avenue
Fort Collins. CO 80522
Phone: 0) 2 1-637805
FAX: 970 221-6}78
SOT
1420 2nd SI-11
Greeley. CO 80631
Phone: (970) 350-2126
FAX: (970) }50-2190
ion 4 PJG
As Constructed
TABULATION OF REMOVALS,
RESETS & ADJUSTMENTS
Pro ect No./Code
AOC M455-074
crwtien Duo: 12/24/07 Initals: JDL
No Revisions:
Lust Modification Dote: 12 15 08 Initials: JDL
Full Path:
Revised:
Designer: J. LOFT
15572
Detdiler: J. LOFT
File Nome: 104601200FOR—TAB REM —RESET .dw
Void:
Sheet Number 10
$heel Subset: TAB Subset
Sheet: 1 0l I
7!in
Atod Vlr. 2007 $Cale: N/A Units: ENGLISH
TABULATION OF REMOVALS
LOCATION
REMOVALOF
TREE
TAEETRIMMING
REMOVALOF PIPE
REMOVALOF
END SECTION
REMOVALOF
SIDEWALK
REMOVAL OF
CONCRETE GUTTER
I10 FOOT WIDEI
REMOVALOF
CURBAND
'GUTTER
REMOVALOF
CONCRETE CURB
RAMP
REMOVALOF
CONCRETE
PAVEMENT
REMOVALOF
ASPHALT MAT
STATION TO STATION
ITEMp
202
202
202
202
202
202
202
202
202
202
UNIT
EA
EA
LF
EA
SY
LF
LF
SY
SY
SY
SHIELDS
39.00.00 T044.50.00
8
1
339
398
44.50,00 TO 51. 75.00
43
1
28
1
391
712
18
5,353
51•75.00 T058•61.58
45
8
30
2
10
80
617
17
45
3,800
PROJECT TOTALS
96
10
58
3
740
BO
1329
38
45
9551
TABULATION OF RESET &ADJUSTMENTS
LOCATION
RESET MAILBOX
STRUCTURE
RESET WATER
SERVICE
RESET FENCE
ADJUST
MANHOLE
MODIFY INLET
ADJUST VALVE
BOX
STATION TO STATION
ITEM
230
230
210
210
230
230
UNIT
EA
EA
LF
EA
EA
EA
SHIELDS
39.00.00 TO M•50,00
1
1
97
d4.50.00 TO 51•75,OD
1
624
1
1
6
51 •]5.00 TO 58.81.58
2
2
PROJECT TOTALS
1
2
721
3
7
8
'PEDESTRIAN REFUGE AREAS IN MEDIAN INCLUDED IN CONCRETE CURB RAMP & TRUNCATED DOMES QUANTITIES.
"FOR INFO ONLY -TRUNCATED DOMES INCLUDED IN COST OF CONCRETE CURB RAMP
Computer File Information
Index
of Revisions
CRY f 10T
Fort Collins
-� aFamreiel
1420 2na sheet
281 North Collage Avenue Greeley. CO 80631
Fort C011ine. CO 80522 Phone: (970) 350-2126
Pnone: (9]O) 221 -6605 F.: (970) 350-2198
FAK: 970 221-63]8 4 PJO
As Constructed
TABULATION OF C&G ,SIDEWALK
& SURFACING QUANTITIES
Pro'ect No. Code
/
Creation Date: 12/24/07 Initials: JDL
Last NodiNcotion Dote: 12 15 08 Initials: JDL
No Revision,:
AOC M455-074
Full Path:
Revised'
Designer: J. LOFTON
) 5572
Droein File Name: 104601200FIR—TAB
CONC k ASPH .dw
Acod Ver. 2007 Scale: N/A Units:ENGLISH
Void:
Detailer. J. LOFTON
Shrel Number 11
Sheet Subset: - TAR
Subset Shrel:: 1 al 1
TABULATION OF CURB, GUTTER, SIDEWALK, &MISCELLANEOUS CONCRETE
LOCATION
CONCRETE
SIDEWALK (6")
CONCRETE CURB
RAMP`
TRUNCATED
DOMES"
CURB AND
GUTTER TVPE2
(SECTION I-B)
CURB AND
GUTTER TYPE2
(SECTION II-B)
GUTTER TYPE
(10'CROSSPAN)
MEDIAN COVER
MATERIAL
(DECORATIVE)
STATION 70 STATION
ITEMp
608
608
6D8
609
609
609
610
UNIT
SY
$V
SF
LF
LF
tF
$F
SHIELDS
39+00.00 70 44+50.00
70
72
44+50.00 TO 51«75.00
863
141
272
1099
1282
1231
51+75.00 TO 58+61.58
342
17
20
1055
556
60
PROJECT TOTALS
1275
158
292
2154
1910
60
1231
- TABULATION OF SURFACING QUANTITIES
LOCATION
AGGREGATE BASE COURSE
(CLASS 6)(4"DEPTH)
DRIVEWAYS &2'WIDE
SHOULDER
AGGREGATE BASE
COURSE (CLASS 6)
IV' DEPTH)
FLY ASH
PROCESSING FLY
ASH TREATED
SUBGRADE(12'
DEPTH)
HOT MI%ASPHALT
(PATCHING)
IASPHALT)
HOT MIX ASPHALT
(GRADING SG)(300)
(PG 58-28)(T'DEPTH)
CONCRETE PAVEMENT
IS" DEPTH)
CONCRETE PAVEMENT
(10.5"DEPTH)
CONCRETE PAVEMENT
(30.5"DEPTH) 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
(TEMP
304
304
307
307
403
403
412
412
412
412
432
412
UNIT
TON
TON
TON
SY
TON
TON
$V
SY
SY
SY
SY
SY
SHIELDS
39+00,00 TO 44+50.00
3
204
37
610
227
0
44«50.00 TO 51+75.00
4
1338
528
8804
1247
11
2812
455
1508
150
45
51+75,00 TO 58+81.58
3
1455
' 281
4880
55
1507
391
0
PROJECT TOTALS
10
2995
848
14094
55
2981
14
3304
455
1508
150
45
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020 Notice Inviting Bids 00020-1 - 00020-2
00100 Instruction to Bidders 00100-1 - 00100-9
00300 Bid Form 00300-1 - 00300-3
00400 Supplements to Bid Forms 00400-1
00410 Bid Bond 00410-1 - 00410-2
00420 Statements of Bidders Qualifications 00420-1 - 00420-3
00430 Schedule of Major Subcontractors 00430-1
CONTRACT DOCUMENTS
00500 Agreement Forms 00500-1
00510 Notice of Award 00510-0
00520 Agreement 00520-1 - 00520-6
00530 Notice to Proceed 00530-1
00600
Bonds and Certificates
00600-1
00610
Performance Bond
00610-1 - 00610-2
00615
Payment Bond
00615-1 - 00615-2
00630
Certificate of Insurance
00630-1
00635
Certificate of Substantial Completion
00635-1
00640
Certificate of Final Acceptance
00640-1
00650
Lien Waiver Release(Contractor)
00650-1 - 00650-2
00660.
Consent of Surety
00660-1
00670
Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700 General Conditions 00700-1 - 00700-34
Exhibit GC -A GC -Al - GC-A2
00800 Supplementary Conditions 00800-1 - 00800-2
00900 Addenda, Modifications, and Payment 00900-1
00950 Contract Change Order 00950-1 - 00950-2
00960 Application for Payment 00960-1 - 00960-4
SPECIFICATIONS
TABULATION OF STORM DRAIN SYSTEM
NOTE
NO.
LOCATION
INLETEACH
MANHOLE {1}
=
rc
_
p
11
j
ug
�
ELEVATIONS
PIPE SEWER
C
h
LL
m
w
s
Q
f
j
C
v
Z
LL
O
3
w
'^
u
Z
O
INVERT ELEVATIONS
LOWER UPPER
�
9D
REINFORCED
CONCRETE PIPE {3}
TYPE
R{4}
L15
6' 0 EACH
CL III
H (PAY)
H (PAY)
LF (5)
SHIELDS STREET
15'
5'
10'
LF
RIM (2)
INVERT
29"x45"
36"
EA
EA
EA
EA
E1
E2
E3
55+66.04, 78.72' FIT
1
4.7
5087.0
5082.3
E4
55+62.70, 70.28' FIT
1
4.7
5087.0
5082.3
E5
5082.25
5082.3
0.3
15
E6
1
5082.25
5082.3
0.4
12
E7
1
Ft
51+20.79, 109.35 LT
1
F2
5078.1
5078.4
0.6
44
F3
50+89.37, 75.00' LT
1
-
5.5
5083.6
5078.1
F4
F5
50+72.06, 61.98 LT
1
F6
50+71.68, 42.35 LT
1
(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 Intormatlon
Index of RevlSlonS
cltyof
SOT
As Constructed
TABULATION OF
STORM
Project No./Code
Creation Date: 12/24/07 Initials: JDL
Fort Collins
—_
No Revisions:
SYSTEM AND
PIPE
AOC M455-074
Last Modification Dale: 12 15 08 Initials: JDL
full Path:
281 North Collage Avenue
1420 tad Street
Creele, CO 80631
Revised:
Designer: J. LORD N
15572
0—ing File Name: 104601200FOR—TAB—STORM.dw
Fort Colune, CO 80522
Phone: (970) 221-6605
Phone: (970) 350-2126
FAX: (970) 350-2198
Void:
Detailer. J. LOFTON
Azad Vet. 2007 Scale: N/A Units: ENGLISH
FAX: 970 221-6378
4 PU0
Sheet Subset: TAB
I Subset Sheet::
1 of 1
Sheet Number 12
WESTBURY P.U.D.
2ND FILING
m
N
W
_ 39+00
-- — NO *17'51'g,— 1106.79'
U CL STA 39+00.00
Z N 106789.78 POINT #591
E 189432.37 NW CORNER SECTION 2, T6N R69W
FOUND 3-1/4" ALUMINUM CAP
I-. IN A MONUMENT BOX 1
Z STAMPED PLS 5028
w N 107896.56
V E 189438.14
It V FRONT RANGE
IL COMMUNITY COLLEGE
U)
' Z I
J ' BROPHY I
V
11
I oo too zoo
SCALE. 1 " 2aa'
W
Z
Z
PINEVIEW P.U.D. m PINEVIEW P.U.D.
PHASE II � PHASE
W
Y
---� CL STA 00
-- N 108889.77
89438
E 189438.71
55+00 SHIELDS STREET _
N00'01'59"E 993,21' 60+00
CONTROL LINE=SECTION LINE W
Z
THE WOODLANDS d
CONDOMINIUMS J
P.U.D. Z
m
I O
I
w
Creation Dote: 11/12/07 Inifiols: JDL
Fo�tCollin5
OT
As onstructed
SURVEY CONTROL PLAN
Project No./Code
Lost Modilicolion Dole: 12 15 08 Initials: JDL
No Revisions:
AQC M455-074
FWI Path:
281 With College Avenge
1420 2nd Street
Gaeley, CO 80631
Revised:
Designer: J. LOFTON
) 5572
Dra.i File Nome: 104601200FOR-HC.dw
Fort Collins, CO -80522
Phone: (970) 350-2126
Delait" J. LOFTON
Aaod Ver. 2007 Seale: 1:200 Units: ENGI SH
Phone: (970) 221-6605
FAz: 970 221-6378
FM: (970) 350-2198
♦ PJO
Void:
o:
$heel Subset: SURVEY CNiRI
Subset Sheet::
1 0l 1
Sheet Number 13
WESTBURY P.U.D.
Z
2ND FILING
m
O BROPHY
W
U
V I
—R—'-
39+00
45+00
fFr.: z —
MIm
U
U FRONT RANGE
IL COMMUNITY COLLEGE
r u
IR—
W
Z
I
Z
PINEVIEW P.U.D. O PINEVIEW P.U.D.
PHASE 11 w PHASE 1
W
hd
�5
55+00
I�
--- —
CONTROL LINE=SECTION LINE SHIELDS STREET
<
u
�Wl
`�
0
THE WOODLANDS
>
CONDOMINIUMS
Z
ZO
P.U.D.
m
O
i
Ix
a
I� Ioo zoo
QW
I�
SCALE:l 200'
I'
I
Computer File Information
Index of Revisions
atyot
FortCothns
�L-1�
281 Norm Colley. AV.aW
Fort Couina. CO 80522
Pnom: (970) 221-6605
-FAX: 970 221-6328
)pT
�T»
1.20 2M Street
Cra.lay. CO 80631
Phone: (920) 350-2126
FA%: (9]O) 350-I198
• PJG
As Constructed
EXPLORATORY BORING LOGS
Project No./Code
Creation Dote: 11/12/07 I^itiols: JOL
No Revisions:
AOC M455-074
Last YodilKolgn Dote: 12 15 08 Initials: JOL
Full Polh: \\%X%%X\%XX%%
Revised:
Oaigner: J. LOFTON
15572
Deloiler. J. LOFTON
Droi Fik Nome: 104601200FOR-BORINC.dw
Void:
Sheet Number 14
Sheet Subset: E% BORING
Subset Sheet:: 1 of 2
Acod Ver. 2007 SCale: 1.200 UMS: ENGLISH
BOREHOLELOG .-E. IS
MFG, Inc. No:
•^^�^••�^ PROJECT: HARMONTRWO PAGE: 1 OF }
PBOJECTNaa tBt4M DATE saws MFG-7
pTl M. yypT �Pl�a R .—SORPTION
ASPHALT I6 TO 6,6')
BASE COURSE (6.6-TO APPROX. 15-)
---- SILTY CLAY (APPROX. 1.35' TO E.O.B.)
2 = = —T, VERY DARK GRAYISH BROWN12.51v2LVERYSTIFF.
- - APPTLOK.15'-COLOR1HANGETOREDDISHBROwTJ(-1'),TRACE—
ID E.O.B.• IDp
BOREHOLELOG
MFG, Inc. BorNo ��
MFG, 1— PROJECT: HARMONY ROAD PAGE: 2 OF 2
—ECTNO- III— oA- Rawl MFG-14
RR T[9 '�: BPI OEBLRPTpN
D ASPHALT (0 TO 8.4-)
BASE COURSE(8.4- TO APPROX. 10.6'1
-_ --_ SILTY CLAY (APPROX. 0.9' TO E.O.B.)
2 - 1AOIST, MRK YELLOWISH BROWN (t DYR a41, VERY STIFF.
4 APPROX.4.S - COLOR CHANGE TO REDDISH BROWN 15VR LI).
5 - _
7
a
10 E.O.B.•IDO
MFG, Inc.
•J•s.o..,o.i•.c••w•�
BOREHOLELOG
LE
No,
MFG•15
PROJECT: H MONT PAGE 2 OF 2
PROJECT ND- 12 DATE= aasoe
�FiIN
ROA DIS CRP
Su�E
IRRai
RECw
D
2
D
B
tD
'ilPi li i!.
ASPHALT OT05.4"
BASE COURSE (5.4- TO APPROX. 11.4")
--_-
SILTY CLAY (APPROX. 0.95-TO E.O.B.)
MOIST, VERY OMN BROWN (I0YR 7 ), STIFF, WITH SILTY SAND lEN5E5.
AFPROL 35' TO IS - SILTY SAIND LENSES
AFFROX. B.S - WOOD FRAGN9:NTEN000NTEREO.
APPROX8-VERY—T,COLIXt CHANGETOLIGHTSROlAN YELLOW
IIDYR b4L
E.O B,•10.0'
_ -
_
-
? ...... ....
cam uter rde information
trealion Dole: 11/12/07
I Index of Revisions
aye
��jT
As Constructed
Pro'ect No./Code
WWII: JOL
FortCoUins
_—_
EXPLORATORY BORING LOGS
Lost Yoddicolion Dale: 12 15 08 Initials: JDL
�•`f�
No Revisans:
AOC M455-074
Ful PDIh: \\XXXXX\XXXXX
281 North College Avenue
1420 2w SHeal
G-1gy, CO 80631
Revised:
Des;g—: J. LOFTON
) 5572
DrDei Fik Nome: 104601200FOR-BORING.dW
Fort Collins, CO 50522
Phone: (970) 350_2126
Delaikr. J. LOF10N
AGad Vat. 2007 5cak: 1:200 Units: ENGLISH
Phone: (970) 221-6605
FAX: 970 221-6378
FAX; (970) 350-2196
4 PJG
ypd:
Sheet Subset: EX BORING
Sublet
Sheet:: 2 of 2
Sheet Numbtt15
—r
II I
m
N
W
Z
/ O
LJ_ _
O U
JZ
O
wa
WESTBURY P.U.D.
2ND FILING 25 D
06
scALe I— 60y.
�I
I
® II I
S s S
TRACT D _ _I
(LIE & DEED
41+00
COLLINS
s s
EX TREES TO BE REMOVED (COLLINS) (8)
TRACT E *RESET Ex WATER SERVICE
Ex ROW \\ Vli WE & DE) ADJUST Ex TELE BOXES CATCIH LINE II
(BY OTHERS)(SEE NOTE 7) (TYP) 1
RESET E% FENCE (27 LF)
SHIELDS CL- REMOVE Ex SW _
�EX SECTION LINE (TYP) (91 SF)
RESET E% FENCE (135
43+00
SAWCUT LINE J,II EX ROW- i
EX ROW (CL STA 43+71:9) II - U
SHIELDS STREET _ _ EX EDGE OF ASPHALT (TYP)�
11 I IDL I FRONT RANGE � 4 -
�I a0 COMMUNITY COLLEGE EX AE & IE / I
EX 20' DE k UE { ;
I /
1. CONTRACTOR SHALL COORDINATE WITH PROPERTY OWNER FOR RELOCATIONS OF FENCES, CATES, POSTS, MAILBOXES AND PRIVATE ITEMS IN CONSTRUCTION O
LIMITS. 9
2. ALL EXIST. ROAD SIGNS WITHIN THE PROPOSED ROW SHALL BE REMOVED BY THE CITY OF FORT COLONS UNLESS OTHERWSE NOTED. EXIST. ASPHALT REMOVAL
J. ALL EXISTING TREES TO REMAIN SHALL BE PROTECTED W RACE. PROTECTION FENCE SHALL BE INSTALLED AT THE ONPUNE.. I'
4. 'CATCH ONE' 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.
EXIST. CONCRETE SIDEWALK REMOVAL
ITNOTED ELECTRIC RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY CITY OF FORT COLLINS LIGHT & POWER. CONTACT CITY OF FORT COLLINS LIGHT & POWER
TO COORDINATE RELOCATION OR ADAISTMENT. PHONE: (970) 221-67W
-
]. NOTED TELEPHONE 6 FIBER RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY OWEST. CONTACT OWEST TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE:
(970) 377-6451 '
8. SHALLOW UTILITY CROSSINGS SHALL BE FLOWTILLED TO A DEPTH DETERMINED LH ME FIELD.
"
9. LIMITS OF STREET CUT ARE APPROXIMATE, FINAL LIMITS ARE TO BE DETERMINED N THE TTELD BY THE CITY OF FORT COLLINS CONSTRUCTION MANAGER. ALL REPAIRS
TO BE IN ACCORDANCE WITH CITY STREET REPAIR STANDARDS.
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
clLYor
�07
As Constructed
SHIELDS REMOVAL PLAN
Project No./Code
Creation Dote: 11/12/07 Initials: JDL
Fort Collins
Lost Modiicotion Dale: 12 IS 08 Initials: JDL
�`�1�..
S
No Revisions:
STA 39+00.00 TO STA 44+50.00
AOC M455-074
Full Polh: \\X%%X%\X%%XX
2B1 Nortn COINge A.mue
1420 2Ao SNeet
Greeley, CO 806J1
Revised:
Deigner: J. LORON
15572
Drori File Nome: 104601200FOR-DEMO Shields
Forl Conine. CO 110522
Phone: (970) 350-2126
Detwiler. J. LORON
.dw
Pnone: 221-6605
FAX: (970) 350-2198
Void:
$heel Number tfi
Acod Ver. 2007 Saol<: 1:50 Units: ENGLISH
70) 2 1-6378(97)
FAz: 9]0 221 -6]]8
on 4 PJO
Sheet Subset: DEMO
$uDSel $heel: I of
3
Z
J
J
U
I L
BROPHYLl
_ I
�a T-
1. 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 OTHERVASE NOTED.
}. ALL EXISTING TREES TO REMAIN SHALL BE PROTECTED IN PLACE, PROTECTION FENCE SHALL BE INSTALLED AT THE ORPUNE..
4. MATCH 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 COLONS UGHT k POWER. CONTACT ON OF FORT COLONS LIGHT 6 POWER TO
COORDINATE RELOCATION OR ADJUSTMENT. PHONE: (970) 221-6700
7. NOTED TELEPHONE k FIBER RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY OWEST. CONTACT OWEST 70 COORDINATE RELOCATION OR ADJUSTMENT. PHONE: (970)
}77-6451
8. SHALLOW UTILITY CROSSINGS SHALL BE FLOWFILLED TO A DEPTH DETERMINED IN THE FIELD.
9. UNITS OF STREET CUT ARE APPROXIMATE. FINAL UNITS ARE TO BE DETERMINED IN THE FIELD BY ME ON OF FORT COLLINS CONSTRUCTION MANAGER. ALL REPAIRS TO BE IN
ACCORDANCE WIN CITY STREET REPAIR STANDARDS. SAWCUT LINE SHALL BE CONSIDEREO INOD NTAL TO ASPHALT REMOVAL WORN.
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
h GRUB.
11. CONMAC70R TO COORDINATE WITH US POST OFFICE FOR TEMPORARY MAILBOX LOCATIONS FOR USE DURING CaNSTRUCTION.
EXIST. ASPHALT REMOVAL
EXIST. CONCRETE SIDEWALK REMOVAL
LIMITS OF CONSTRUCTION
(SEE CITY OF FORT COLLINS
W. HARMONY ROAD IMPROVEMENT
FRONT RANGE (SEE CITY OF FORT COLLINS
COMMUNITY W. HARMONY ROAD IMPROVEMENT
COLLEGE PLANS FOR CONTINUATION)
H
a
Creation Dote: 11/12/07 Iniliols: JDL
CNyor
Fort tins
0 CoColles
)O TI
I As Constructed
SHIELDS REMOVAL PLAN
Project No./Code
Lost Modification Dole: 12 15 O6 Initiols: JDL
/—
AID ReYis;ons:
STA 44+50.00 TO STA 51 +75.00
AOC M455-074
Full Polh: \\X%%XX\xXXXX
281 Norm College AYenve
1420 2M Street
Creek". CO 80631
RNised:
Devg— J. LOnON
15572
Draw; File Nmne: 104601200F0R-DEMO Shields .dw
Fort Conim. CO 80522
vnone: (970) 221-6605
Phom: (970) }50-2126
Detokr. J. LOFiON
Acoa V<r. 2007 Soak: 1:50 Units:ENGLISH
FAx: 97O 221-6}7B
FAX: (970) }50-2198
ion 4 Pin
Void:
Sheet Suhsel: DEMO
Suhset Sheet:: 2 of 3
Sheet NUmher 17
\—REMOVE EX C&G (525 LF)- REMOVE E% CONC�
a G CURB RAMP—
W W W W
154�00! `55+00
SHIELDS STREET ADJUST EX WATER VALVLES (2)-_
W _ W _ W W
`-EXROW
THE WOODLANDS
\\ CONDOMINIUMS P.U.D.
11. 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 COLUNS UNLESS OTHERWISE NOTED. 1
3. ALL EXISTING TREES TO REMAIN SHALL BE PROTECTED IN PLACE. PROTECTION FENCE SHALL BE INSTALLED AT THE DRIPUNE.. I
4. 'CATCH UNE' 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 LICHT & 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
& SHALLOW UTILITY CROSSINGS SHALL BE FLOWFILLEO TO A DEPTH DETERMINED IN THE FIELD.
9. UNITS OF STREET CUT ARE APPROXIMATE. FINAL LIMITS 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 SMALL 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 Information Index of Revisions of
creation Dote: 11/12/07 Initials: JDL 9ortCollins
Last Modilicotion Dote: 12 15 O8 Initials: JDL
i
EX 35'
PINEVIEW P.U.D. DE & UEv
PHASE 11
CATCH LINE (TYP) BEGIN C&G R 7.O7'
CL STA 55+ 7EM5.69,
�--__ END EXC&G�S
_ SIDEWALK REMOVAL
E% TREES TO BE REMOVED CL STA 55+75,69. 77.7' Ll
OR RESET (PINEVIEW)(45) o d
PROPOSED ROW 4f REMOVE PORTION EX 36" STORM (2)
— (30 LF TOTAL)
k
REMOVE EX SW (2900 SF) _
PFFI��7.99 CCC x
I —EX ROW
ADJUST EX WATER
5HI LE DS C� L= a —
EXI SECTION LINE (TYP)
W
152+Od w i53+00,
m
0 m Z I I PINEVIEW P.U.D. kP
W g I `1 \ PHASE 1
} JI ,41 END Ex C&G REMOVAL
7 Ij.;l CL STA 56+16.14, 59.7' LT
I BEGiN EX C&G
SIDEWALK REMOVAL 23 o 25 so
.I CL STA 56,34+30, 68.4' LT —
scALE: r•= so•
�I REMOVE EX CONC CURB RAMP
ADJUST EX SAN MH END EX SIDEWALK REMOVAL
{ ®:_ CL STA 57+40.45, 45.6' LT
RESET EX ELEC BOX
(BY OTHERS) END E% C&G REMOVAL
g(SEE NOTE fi) CL STA 57+61+58. 40.0' LT
-__—��REMOVE EX C&G(147 LF) -- 0
c RERE OM�VE EX C&G (43 LF) 1 REMOVE EX SW (786 SF) LL
O U
REMOVE EX CONC N �
(PAVEMENT (45 SY)1 157+00 58+00 F.
156±00 SA- T LINE N
g 1 (CL STA 56+89.1) J Z
w w w O
_Fo _< _ _ _ _ _ J
c
"'sr------------
Z
m
OW
Ix Z I a EXIST. ASPHALT REMOVAL
a�� II
y �
7 I I EXIST. CONCRETE SIDEWALK REMOVAL
As Constructed
o Revisions:
Full Path: \\X%XX%\%%%X% 281 North COINpa A—.. G lay. CO 1. 80631 FVOd.
Drarin File Nome: 104601200FOR-DEMO Shields .dw Fort Coning, CO B0522 Phona: (970) 350-2126Phone: (970) 221-6605 FAX: (970) 350-2198
AOaO Va. 2007 Scolc: 1:50 Units: ENO ISH FAX: 970 221-6370 R ion 4 PJO
SHIELDS REMOVAL PLAN Project No./Co
STA 51 +75.00 TO STA 58+61.58 AOC M455-074
signer. J. LORON 15572
Oiler: J. LOFTON
eel Subset: DEMO Subset Sheet:: 3 of 3 Sheel Number 16
1+0
LIMITS OF CONSTRUCTION `wt��
(SEE CITY OF FORT COLLINS W. HARMONY ROAD o A Y
IMPROVEMENT PLANS FOR CONTINUATION)
Io s 30
Q, I I REMOVE EX ASPHALT MAT PINEVIEW P.U.D
O S SID
BROPHY , � I ,EWALK (887 SF) I : PHASE 11
REMOVE EX TIMBER I IRESET EX
a O { CABLE 80% A, — — NOTES: \ �" RETAINING WALL & SIGNi„ I F
` (SEE NOTE 1) m I": = I { (BY OTHERS) 1. CONTRACTOR SHALL COORDINATE WITH PROPERTY OWNER FOR RELOCATIONS OF
(SEE NOTE 8) FENCES, GATES. POSTS. MAILBOXES. SIGNS. WALLS AND PRIVATE ITEMS IN
(BY
\ I o REMOVE EX SIGNAL POLE { i{ REMOVE EX 36" CONSTRUCTION LIMITS.
x OTHERS)(SEE NOTE. I STORM PIPE (28 LF) 2. ALL EXIST. ROAD SIGNS WITHIN THE PROPOSED ROW SHALL BE REMOVED BY THE
` �REOVECITY OF FORT COLLINS UNLESS OTHERWISE NOTED.
M) (�
(BY (
/ I POWER POLE & GUY WIRESI , �{ o I i>7'\\ EX STORM SEWER 3. ALL EXISTING TREES TO REMAIN SHALL BE PROTECTED IN PLACE. PROTECTION
\ / OTHERS)(SEE NOTE 5) I I T& MH TO REMAIN FENCE SHALL BE INSTALLED AT THE DRIPLINE.,
RESET EX ELEC CABINET - ADJUST MH TO GRADE .
I (BY OTHERS)(SEE NOTE 6i� -�. F _ FO FO 4, "CATCH LINE' DENOTES TOE OF FILL OR TOP OF CUT.
5. NOTED ELECTRIC RELOCATIONS AND ADJUSTMENTS TD SHALL T. PERFORMED 5 11.
X —% ON7ALT PVREA 70 COORDINATE RELOCATION OR ADJUSTMENT. PHONE. 229-5311. C
REMOVE E INLET,
�-F— F --c '��--c N 6. NOTED ELECTRIC RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY CITY. OF
_ TO 7L — M - - (SEE NOTE 13) FORT COLLINS LIGHT & POWER. CONTACT CITY OFF FORTCOLLINS LIGHT & POWER TO
_1 0 C
_—�_r_--- -r
�— ± TO REMAIN SEWER COORDINATE RELOCATION OR ADJUSTMENT. PHONE: (970) 221-6700
REMOVE S) SIGNAL POLE A�-JUST EX WATER VALVE' �_ V] _
(BY OTHERS)(SEE NOTE 9) - � 0 0 G � 7. NOTED TELEPHONE &FIBER RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED
0 c G c o (SHIELDS CL BY OWEST. CONTACT OW'EST TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: (970)
(EX SECTION LINE (TYP) 377-6451 '
,'N W -..We I W_.._3_. W W _
O i50+001 ADJUST Ex wA TER VALVE. i51+00� ( 8. NOTED CABLE & FIBER RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED BY
C —_ _ COMCAST. CONTACT COMCAST TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE:
(970) 567-0245
I SHIELDS STREET I- 9. STRIPING REMOVAL & SIGNAL RELOCATIONS AND ADJUSTMENTS SHALL BE PERFORMED
- ADJUST E% STORM MH BY CITY OF FORT COLLINS TRAFFIC ENGINEERING. CONTACT CITY OF FORT COLUNS
ADJUST E% WATER VALVE: REMOVE EX SIGNAL POLE 2TRAFFIC 21-6630NGINEERING TO COORDINATE RELOCATION OR ADJUSTMENT. PHONE: (970)
c REMOVE EX POWER POLE, r�'SALVAGE EX WEATHER STATION
- RESET EX ELEC
c c' "1(BY OTHERS)(SEE NOTE 5). - T, trBY OTHERS SEE NOTE 6 F� T r f(BY OTHERS)(SEE NOTE 9) F� I0. SHALLOW UTILITY CROSSINGS SHALL BE FLOWFILLED TO A DEPTH DETERMINED IN THE
_ — FIELD.
�— — — "—RESET EX REMOVE EX
POWER & GUY WIRES f 11. LIMITS OF STREET CUT ARE APPROXIMATE. FINAL LIMITS ARE TO BE DETERMINED IN
TELE PEDESTAL —G G THE FIELD BY THE CITY OF FORT COLLINS CONSTRUCTION MANAGER. ALL REPAIRS TO BE
(BY OTHERS) (Bv OTHERS)(SEE NOTE 5)- cg _
IN ACCORDANCE WITH CITY STREET REPAIR STANDARDS.
1 (SEE NOTE 7) EI I E% TRAFFIC BOXES TO REMAIN `
1 (--- _ _ 12. THE ABANDONMENT, REMOVAL AND/OR RELACATION OF THE FCLWD WATER SYSTEM IS
CHI N REMOVE TRAFFIC
SIGNAL PROTECT IN PLACE TO BE PERFORMED BY OTHERS. CONTACT TERRY FARRILL. PHONE: 970 226-3104
a—�yl T— c (POLE & TRAFFIC BOX I EX HYDRANT TO REMAIN ���� ( )
(BYOTHERS)(SEE NOTE 9) PROTECT IN PLACE 1/ �,�\FF
T T T REMOVE EX CABLE BOX 13. REMOVE EXISTING TYPE R INLET. REMOVE THROAT INLET AND POUR SOLID FLAT
(BY OTHERS)(SEE NOTE 8) i — TOP WITH STANDARD ACCESS MANHOLE RAISED TO FINISHED GRADE.
-w �_ ADJUST EX CABLE BOX E% ELEC VAULT TO REMAIN'{ RESET E% CABLE Box
(BY OTHERS)(SEE NOTE 8) I PROTECT IN PLACE (BY OTHERS)(SEE NOTE 8)
ADJUST EX TELE PEDESTAL f ADJUSTr MH TO GRADE ' /
ADJUST E% WATER VALVE ,EX ELEC VAULT TO REMAIN /
FRONT RANGE (BY OTHERS)(SEE NOTE 7) '(-PROTECT IN PLACE
COMMUNITY LIMITS OF CONSTRUCTION THE WOODLANDS
COLLEGE (SEE CITY OF FORT COLLINS W. HARMONY ROAD CONDOMINIUMS P.U.D..
IMPROVEMENT PLANS FOR CONTINUATION) ` 1 )��\X/
Computer File Informotion
Index
of Revisions
Ccmf/��� LOT
/,Fort \.Vltins
�f1... 1420
1420 2nd Street
281 North College Avenue Greeley CO 80631
Fort Collins. CO B0522 Ph.: (970) 350-2126
Phorw: (970) 221-6605 FAX: (9701 350-2198
FAX: 970 221 -6378 on 4 PJO
As Constructed
HARMONY/SHIELDS INTERSECTION
REMOVAL PLAN
Pro ect
i No./Code
Creotion Dote: II/12/07 Initiol5: JDL
Lost Modi6mtio2 Dote: 12 15 08 Initiols: JDL
Nn Revisions:
AOC M455-074
Full Poth: \\XXX%%\XXXXX
Revised:
Desgntt: J. LOFTON
) 5572
Orovin File Nome: 104601200FOR-DEMO-INT.dW
Acod Ver. 2007 Score: 1:30 UnitS:ENGLI$H
Void:
Deloiler. J. LOFTON
Sheet Numbtt 19
Sheet Subset: DEMO-INT
Su6se1 Sheet: 1 of 1
"'
---L--
I
WESTBURY P.U.D.
2ND FILING
I�
I
50 F yY+
SCALE: 1". SO' n �7
SEE DRIVEWAY DETAIL "A"
I . ® I I \1 (SEE SHEET 23) COLLINS
-- S 5 S BEGIN PROPOSED
j TYPE 2 (SECTION 118) C&G
©---TRACT D---—---_______�i ,MATCH E%ISTIN —f
p/ --- (uE&DE)------------------ TRACTE PT LFL STA 43+77.13=
i CL STA 43+78.36, 35.17' LT
\ WE & DF) EL-5084.87
EX ROW BEGIN PROPOSED SW
_ MATCH EXISTING
----- —'-- --._ 6 v — �.a- UE
--— — — J -- CL STA 43+55.6, 47.9' LT �
=[��4 +IFO�
~
E. C&G a2+00 —� — 43+00 \ NO3'13'35 Vt Z
64.99 J
4 SHIELDS STREET ��—IPC LFL STA a,z.,z J
�T=soas.aor
W f j
— = SHIELDS LINE
0 %
O SECTION LINE SAWCUT LINE (TYP.)J
U EX C&G E% ROW n
— 40+00 — 41 +0�— — a�00 a3+00-
+0------��-..—
a-��-T —�
I U 0
m
I Z I I
I EX AC B !E
9 I 4 I I
ZFRONTRANGE FLOWLINE CURVE TABLE
ILI COMMUNITY COLLEGE CURVE I LENGTH RADIUS 1 DELTA CHORD LENGTH /
V FL31 32.66 1055.00 1'46'25" N04'06'47"W 32.66 09
U.
IL 1
PROPOSED FULL DEPTH ASPHALT PAVEMENT
uom user rile Inyormouon
Inoex
or mevlslons
CltyoF
ITT
As Constructed
SHIELDS PLAN SHEET
Project No./Code
creation Date: 11/12/07 Initials: JDL
Fort Collins
Lost Modification Date: 12 1s 08 Initials: JDL
�`-��
--_
No Revisions:
STA 39+00.00 TO STA 44+50.00
AOC M455-074
Full Path:
281 North Collage Avenue
1420 2nd Slreel
Gmeby, CO 80631
Revised:
Oeaigner. J. LOFiON
) 5572
Drarin File Nome: 104601200FOR-Plan Shields .dw
Fort Covina. CO 80512
P1una: (970) 221-6605
P1wn4: (970) }50-2126
FAX: (970) 350-2198
DelOikr. J. LOFTON
Arad Ver. 2007 Scale: 1:50 Units: ENCLISH
FAX: 970 221-6378
Art 4 PJG
Void:
Sheet Subset: PLAN
Subset Sheel:: 1 or 8
Sheet Number 20
zs o zs so
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
39.41
25.00
90'19'08"
N44'51'38"W
35.45
FL23
39.17
25.00
89'46'44"
S45'11'18"W
35.29
FL32
7.61
100.00
4'21'41"
N01'20'02"E
7.61
FL33
101.27
1095.00
5'1 T56"
502'21'02"E
101.23
END PROPOSED
BROPHY I TYPE 2 (SECTION 118) C&G & SIDEWALK
L CL STA \49+43.13, 1-588, LT
L1 EL-084.32
- - L T LIMITS OF CONSTRUCTION PROPOSED SIGNAL POLE
(TYP)(BY OTHERS)
\ X (SEE CITYOF FORT COLLINS
W. HARMONY ROAD IMPROVEMENT S8958'47 W 28 74'
SEE DRIVEWAY DETAIL "C" PLANS FOR CONTINUATION) �rcE e --- (SEE SHEET
� x I 15' TYPE R &AREA INLETS l ,
(SEE NOTE t)
SEE DRIVEWAY DETAIL "B" PC LFL STA 46+76.70 DE & UE
(SEE SHEET 23) EL-5086.47 / DE LP LFL STEL=5083.a9a 'i`o VALVE .t x:- `
PROPOSED ROW PCR 6( 0EL 584.3
l
t ® EL 50 a
T/ _ a 47+00 a(. 8±�0} N00�17 56 E}' r _4� 32( 49+00 PCR LF STA 419+7 29"SLEEVE (v
46+0:. 1201.92} • . _ ' 'P7 LFL STA 47+7796 '"1 2 311n I ,c EL=SOB369CL STA 1829. 6500 LT
TYPE 2 (SECTION 118) C&G , • ,
45�0�0' TYPE 2 (SECTION IM C&G, ,r. .. EL, �508523 (S„ECTION I ��ol _ 2' PVC AEEVES�(451LLF �� T ,?
W
Z`d PT7 LFL-`STA44+74.78�"• - '--•.__,. m e c M L
L SOB567,U
a to a 1 PC LFL S A
c SHIELDS CL CL STA 50+65 70, 75 00'
iS+OOt- w -„ 4 + 0� w 4 +00� iSECT10N LINEt w" 48+p T w* W o w' EL 5083
` ;" 1 fn`b'. r"" PCR RfL1 STA 50+7:
U "3 a z; BEGIN PROPOSED`SWCL STA 50+77.76, 3000'
r� ]MATCH EXISTING # y ]4�-.��pROPOSE1�y LWD WATERLWE 4' EL 508c r ¢ f t •• 12 2 r PVC SLEEVE (fig LF) s1 1 hhk
U
` CL STA 45+22 4 46 5' RT I E)C•eROW
o.<._.,_.i. �. ., _.�iwor 5 r rrrnhl not r•ir .," .. F. +.iEi r e •., 1 (SEE NOTE 2)
w
49
h
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'
2/EAXDE&UE�
YPE 2 (SECTION LIB) C&G-�
�........ -ram`._-_..--�Tr:,•e.
-5083.05
S '
ro �
>' J
+
N S"
30 07 59"W a
x C&GC&
ENPROPOSED C&C� D PR
0 E OHE
OHE �
T p
MATCH E%ISTINC
w w
w
HE w-#--gRE
:IS 'r 5 21 E 28 72 -
LFL STA 50+85.36=
PC RFL STA
46+53.87
PT RFL STA 46+46.26
PCR RFL STA 49+25.05=
PI RFL STA 48+40.08
y.
CL STA 50+81.84, 29.83' RT
EL=5083.78
BEGIN PROPOSED
EL=5086.57
EL=5086.56
EL=5084.91 CL STA 49+25.05, 40.00' RT
EL=5083.55
. . .,
e
�� 30' EX //
TYPE 2 (SECTION 118) c&c
FRONT RANGE
LIMITS OF CONSTRUCTION
OE & uE q'/
MATCH EXISTING
-PT
SD MH (a'0) (SEE CITYOF FORT COLLINS
BEGIN PROPOSED
RFL STA 44+88.a9=
CL STA 44+88.79, 34.74'
RT
COMMUNITY COLLEGE (SEE NOTE 1) W HARMONY ROAD IMPROVEMENT
TYPE 2 (SECTION IIBi C&c _/
_
CL STA t8�.70'
EL=5086.02
END PROPOSED PLANS FOR CONTINUATION
TYPE 2 (SECTION ne) C&G -
50+55.7a, RX
EL=5082.22 \` y _
s
CL STA 49+50........ 13... 83.89' RT
THE WOODLANDS
p
PROPOSED FULL DEPTH ASPHALT PAVEMENT EL=5082.51
CONDOMINIUMS
NOTES:
P.U.D.
1. STORM PIPE, INLETS & MH'S SHOWN ARE FOR INFORMATION ONLY INSTALLATION OF
PROPOSED CONCRETE PAVEMENT
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.
(SEE SHEET 24)
BY OTHERS IN ACCORDANCE WITH THE HARMONY ROAD IMPROVEMENT PLANS".
Computer File Information
Index
of Revisions
City& pT
FortColtins
��l"�_
1420 21d Street
281 North College Are- Greeley. CO 80631
Fort Collins, CO 80522 Phone: (970) 350-2126
Phone: (9]O1 221-6605 FM: 970 350-2198
FAx: 970 221-B}78 m 4) PJO
As Constructed
SHIELDS PLAN SHEET
STA 44+50.00 TO STA 51+75.00
Project
i t No./code
creation Date: 11/12/07 Initial,: JDL
Lost Modification Date: 12 15 08 Initials: JDL
No Revisions:
AOC M455-074
Full Poth:
Revised:
Designer: J. LOFTON
Detwiler. J. LOFTON
15572
0-in File Nome: 104601200FOR-Plan
Shields .dw
Aood Ver. 2007 scale: 1:50 UniWENGLISH
Void:
Sheel Numher 21
Sheet Subset: PLAN
Subset Sheet:: 2 of 8
SECTION 00020
INVITATION TO BID
Rev 10/20/07 Section 00020 Page 2
Z
JS'EX
OE & UE
m
PINEVIEW P.U.D:
"I',
Ow
PHASE 11
Z
I:I
_
-'
MATCH
EL=5087�09 I'II
--
',�I II•.,I
PC LFL STA 52+31.12
-- - PCR IIS.I
EL=5083.96
EL=5087.08
PROPOSED HEADWALL ( I I
N86'22'36'w II
I[L,
PT LFL STA 52+38.64
EL=5084.00
-
GRADING PLAN FOR DETAIL) r.I
68•
SAWCIUT I
• -.-T
pW
,
_(SEE
PROPOSED
ROW FL -FL INT STA 55+75.60
LINE (TYP
53+nn
•:. . ; .. ;.':-. ....
•.
-.^ - EL=5086.25
• .-": ""-..
N04 in 1- 1- 54+00
6!
25 0 25 50
SCAIF'. V - 50'
PINEVIEW P.U.D.
PHASEI
F;l -F ) c c '- _ _ FL351 ro
_N0431'
I" FO FO r- PO �9••E--0T=78_81'_ _.- _ 56+00 -
,. I C c PC LFL STA 53+95 26-c . - I CP LFL [ -- t -J
;•�aJ ) g5085.0o, T 4TA1 PCR LFL STA 55+49.98-I - I N04'31
54+71.17 CL STA 55+49.19, 53,45' LT PROPOSED 10'� 22.1
I E SOBS 491 - 1 �-"•-•-
PCR
-MATCH EX
EL-5087.27
L-FL INT STA 56+35.43 BEGIN PROPOSED SW
L=5086.86 MATCH EXISTING
'NARROW SW TO 5' CL STA 57+40.4. 45.5' RT
PCR LFL STA 56+57.64 END PROPOSED
CL STA 56+56.12. 45.03' LT TRACT A TYPE 2 (SECTION IIB) C&G
EL=5087.09 (UE & DE) MATCH EXISTING
PC LFL STA 56+80.25 PT LFL STA 57+63.26=
EL-5087.35 CL STA 57+61.58, 40.00' LT
�35-I EL 508&30 -
g•.�r ... - _. _
..6. - -' T
t'El 1157+00�-FL38 .-- 58+00 1 r ' Z �l 0
L O 59+00
•
..
- - - - -
�E 2 (SECTION IB) C&G'
- - + -
2 2 PVC SLEEVES (54 LF) -j:
c_"""
- - - -_- 4+
-'. -I EL=5085 99, (ONC CROSSPAN
c. -
+ 56+
CONIC CURB RAMP W/
TRUNCATED DOMES (TYP.)
- I SAWCUT LINE (TYP.)
O L)
C� 59+00
- +
_
"
.-
° •.
7'--
.
�-_... .::�
-.-_:W 53+00 .. E
..
w o----- 54T00 _F-0---
-_ c. E _1---`---G_
-
..w rp_ °sue-� w _ w
E.._--.ECL_ _.- --F;O _-_-- E
- -
o 0
+00 SEC LDS CL= 58+0
57 O n
TION LINE
y! w
B
_ - ~
N
J Z
O
I l
-EX SW
EX ROW ^\ Z
\� THE WOODLANDS m I
CONDOMINIUMS P.U.D. 0 W
Z I
dd
PROPOSED FULL DEPTH ASPHALT PAVEMENT ( Q I
PROPOSED CONCRETE PAVEMENT -
© PEDESTRIAN RAMP DESIGNATION
(SEE SHEET 24)
OR -PI-
1.50 Unils: ENGLISH
FLOWLINE CURVE TABLE
CURVE
ILENGTHI
RADIUSI
DELTA
I CHORD
LENGTH
FL34
7.52
100.00
4-18'26"'
S02'311'132. W
FL35
75.92
00
58'46"
S00W
75
FL36
39.67
N42216'
W
37.52
3
35.57
00FL37
25
Na
32.6590
FL38
83.02
1057.00
'300'
N5'17'Sa"E
2'6 59"E
83.00
croT
Fortry Collins
.__,or
As Constructed
No R.4io-
281 North College Avenue
Fort Colli- CO 80522
1420 2nd Slreel
Creeley. CO 80631
Phone: (970) 350-2126
Revised:
Void:
Phone: ) 221-6605 FAX: (970) 350-2198
F.. 970 (970221-6378 iar 4 PJG
SHIELDS PLAN SHEET Project No./Code
STA 51 +75.00 TO STA 58+61.58 AOC M455-074
s'9-: J. LOFiON 15572
loiler. J. LOFTON
eet Subset: PLAN Subset Sheet:: 3 of 8 Sheet Number 22
FUTURE
DRIVEWAY
PAV
R=30' S085.37 I 5085'65 I 5085.47
• 5'± R=30' I ROW 5085.85 R
6' 6
g' 12'
-R=3' 5085.19 FL
5084.99 FL r 5085.69 TBC
5085.49 TBC 5085.14 FL/TBC
5085.04 FL/TBC > h
A j
A �
+ m
O
A 17
G+ A
J <
m
DRIVEWAY DETAIL "A"
1 •=20•
PROPOSED CONC •. e EX DRIVEWAY.°
PAVEMENT (DRIVEWAY) 5085.6± EX
5085.4± EX ° -RELOCATED MAILBOX
5085.97 5086.48
KUW 5086.24 5- 086.10 . 0 _ • .
--�-�' 6'
6' -
8' t 6'
T 5085.82 FL
5085.59 FL r 5086.32 TBC
5086.09 TBC 1
1 - 5085.77 FL/TBC
5055-64 FL/TBC 31 h
a �
+ m
J
C3 O
O Z7
O rn
m
DRIVEWAY DETAIL "B"
1••=20•
EDGE OF Ex GRAVEL
5087.5± EX
PROPOSED ABC
50817.3± EX
(CLASS 6 (8" DEPTH)
5086.24
5086.02
ROW 5086.66
5086.26
I
' .. 6•
_
g' -
r
5086.00 FL
r
5085.60 FL
5086.50 TBC
5086.10 TBC
5085.91 FL/TBC >
5085.69 FL/TBC
A
+
+I
I�
m
o
O
O
<A<
f•1
DRIVEWAY.DETAIL "C"
r•=2o•
Computer File Informotion
Index
of Revisions
Crtyof
FortCoUins
�-f�
281 North Cortege Aveeue
Fort Conics, CO 80522
Phone: (970) 221-6605
FAx: 970 221-6J78
Apr
1420 2nd Street
Greeley CO 80631
Phone: (970) 350-2126
.: (970) 350-2198
4 PJG
As Constructed
SHIELDS PLAN SHEET
DRIVEWAY DETAILS
Project
) ct No./Code
Cmtlon Dole: 11/12/07 Initfub: JDL
Lost Modification Dole: 12 15 08 Inilluls: JDL
No Revi:ions:
ADC M455-074
roll Polh:
Revised:
Designer: J. LOFTON
15572
Droeln Flle Name: 10460/200FOR-Plon Shields
.dw
Acod Ver. 2007 Scolt: 1:50 Units: ENGLISH
Void:
Deloiler. J. LORON
Sheol Number I
Sheet Subset: PLAN
Subset $heel::
1 of 8
OLIP OF PAN
p n FLOWLNE
TOP BACK OF CURB
1— y
6" VERT.
3 p CURB n
w
N O
iv o°o° 6" VERT.
CURB p
LIP OF PAN— 8
FLOWLINE P
TOP BACK OF CURB NOTE: 0,
1. PEDESTRIAN RAMP COLOR SHALL BE DAVIS TILE RED.
1'
oo
6" VERT. °
CURB o
p o
6' SIDEWALK
Z� o
d
� p
z
a 8'
EXIST. WALK SIDEWALK
d y�O p Q p
LIP OF PAN
FLOWLINE
oo°o
°Oo TOP BACK OF CURB
5' SIDEWALK
p TOP BACK OF CURB
p d n FLOWLINE 6 CURB
LIP OF PAN o d
. R_8 a °000°
6' SIDEWALK a 6
1Q, EXIST. WALK µ dp
a 6
d
Computer File Information Index of Revisions cltyaf �O7 As Constructed SHIELDS PLAN SHEET Project No./Code
Creation Dole: 11/12/07 Initials: JDL Collins
Last Modaicolion Date: 12 15 08 Initials: JDL "Fort�l�- No Revisions: - PEDESTRIAN RAMP DETAILS AOC M455-074
1420 end street 15572
Full P91h: 281 North CollegeAvenue Greefe . CO 80631 Designer: J. LOFTON
y Revised:
Draein File Name: 104601200FOR-Plop Shields .dw Fort Conine, CO 80522 Phone: (970) 350-2126 Delailer: J. LOFTON
Phone: (970) 221-6605 Fm: (970) 350-2198 Void: $heel Number 24
Aced Ver. 2007 Scale: NTS Units: ENGLISH FM: 970 221-6378 R ion 4 PJ0 Sheet Subset: PLAN 6ubsel Sheet5 of 8
Jo°00000
1
) 3p
0o w.
�
0
!n
CLASS A BEDDING
CLASS B BEDDING
aa:xw woTR ISsvEOnEo
LaxiA 11wT Dr
mExw vN1
gaPE
TRExw won. •s svEanm
aw:R T G<
LtRESvr.LL
goPE
OCH4Lr
u•�P1ENaTµD �-
1
y I—
rsL D.o.. a w-I CDRwEIE � �
aa�
y *FUNK .a w[
CLASS C BEDDING
ROCK EXCAVATION
TRww wom ISsxrnEo�
LOwA aU�wT Di
TRExw vu
Rxxw wom IS svEDrRn�
10.Q ET aI`
DEx y
m Ic
IFRi4 �
v. wrE
ux raR
UV•aEa ROIX w
caev.crzo
sELEETEa w•oao
an
ra+•ruL•R x•rtNu
UNSTABLE SUBGRADE
SUBDRAIN DETAIL
mE w wDIS__"
LUWA U-T 6
Exw vu
TRExw wo. •s sPEaFRn
L]ogeEER Lwu a< � I
■ SLDPE�-
XOPE
CDRP•ERTE� }
1AC111co p(
9•CNnLL
x�iFORu a+•DE -IF-
�L� �
4
uoTwirxv°vc
RocN
LMDE STUlES.
BRDNEx CwOER. E.
(R RE -RED)
NOiFc
T� xw w TREs Sx•U aE IS sPEUKD w PL S.
. REFw TO THE SIM. ArwR aaxsTRVEnw ST •Ra
SE 1 e. ' WEO YIMRI-' FM aR•D•nws�
STORMWATER BEDDING REQUIREMENTS
® Cm oT Eo1Er cowNs
ImIJ .
STORMWATER
CONSTRUCTION DETAILS
APPROVED'
DATE' 1ilzim
DR•wR er: sxc
DETAIL
D- 1
PKT1�W��� Y'P�ry w� T�I
W W - Dmowey W# IS Cr !n, 70n
- Gamete 7hKJmew - mivrxan 9'
TY - Wen Delanen Siash nq
Type �"- a -- WM Aaffiiod Sldp k
Y
_a, b Gnapwr 90 for m'wmlm mmw n drrereare.
PERSPECTIVE
R.mpeTwR.RTay A
Rwdw��ne
sn.OM"w°v.k 1:tz (9 I W i i W W
W W 8I W i W i W i W W
> y W W Y
'y W � (^S � amAOBO�tlmN
R
T---
A B
TYPE I x,.ea TYPE II
OpuaaN
E wuN
SECTION B B
No7F.
1. CIXaraw tlrhexry rnuiM1a �t WALN Y �.•.:
PI m ha ryq%rty urw.
•' .'.x,.,.�
t
Expw-pM ed- wax SECTION A -A '
ikxa9enannQBId T
NT.6.
STANDARD DRIVEWAY APPROACH (TYPES I & 11)
LARIMER COUNTY CONSTRUCTION REVISION N0: 2 llRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: O4/01/07 706
STANDARD DETAILS FOR RAISED MEDIAN GEOMETRY
LAMMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWING
STREET STANDARDS DATE: 04/01/07 BO1
Creation Dole: 11/12/07 V ,Vinitials: JDL
c'Hd ___ OT
Fort Collins
r�f�
1420 2n4 street
281 North C.a g. AHnue Gree4y. CO 806}t
Forl [Opine. CO 80522 Plane: (970) }50-2126
Plane: (970) 221-6605 FAX: (970 350-2190
FAX: 970 221-6378 4) Pic
As Constructed
SHIELDS PLAN SHEET
DETAILS
Project No./Code
Lost Modification Dole: 12 15 06 Initials: JDL
No Revisans:
AOC M455-074
FWI PaN:
Revised:
Desigwr: J. LOFTON
15572
Dro.i Fik Name: 104601
200FOR-Plan Shields .dw
Acod Ver. 2007 Scale: 1:50 Units: ENO'
Void:
Detoiler. J. LOFiON
Sheet Number 25
Sheet Subsel: PLAN
Subset Sheet:: 6 01 8
i - -
A -
f Pano r,+�s erm
ao
�w
e RFe a^�^
--are aw.
raw
=r
s aaw PLAN VIEW
SECTION A -A`
NOTES
,. NO.N)w'T6AiE ALLOWED WTME FLOWLINE.BX
WGI WIDE CUROOH'WN.MrJONr-1 UL TOOTED NO
cxosEH THAry a NXrEs rmM Flow uNE As T9xxm.
2. NVNMUM C/.h\CAETE MGNNE664961NgE6.
3 JO'M PATTERN TO BE AOpOROwp TOMER9EOTpN
ENTITY.
Ol1T'TER OF.TAL'OR Afi OFlFi1M.NFO TiYIHFLWAL
4. WOOD 0.OAT FWLSH L9 PEIXIREOOVER THE ELOPED
6. A e NCH M'WE CUH9 6E INURED ATT1E
&iiACE6 RN.IP MID FIAREH.
dAGK OF THE HAFT A6 6HOWN E fEW PEO.IF CURa l6
USED R 6MALL MATCH THEE C C160 AND OUTTEii fi1YLE OF ACUACQ1TCUi6 ANDOUI'r6V,
6. WIOTHSHPLL BE FOUR FEET,ORTIESAME
A6 TIE WOE9T APWCENTBOEWAlK,
WyNN'MUMISGI
HICHEVER 19 OREnIER, UP TO AMA%RMM WO01 CF B FEET.
T. ANONGI—BEMONOLIMICWRHTHEADJACENTTRMI9nXX61—DEDTWTAN
I. POUREDp,'o—'fl—E--ENT
APTHER
6E USED TD �OR T11E IM 0AREA
B. T=TIgCKNE59(A99PEOFEO OH PLAN90R LO(Y.L ENTIfY ENONEEib.
PEDESTRIAN RAMP DETAIL (For New Const. & Alterations)
I'll COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URDAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1606
1 Mh. F41 fbal Nee
4' Mn
,:,2 MAX 1PMAX bran arem srlce
I
SECTION A -A
mM
wK.belea Darn
anlro romum
row
A &�A
--
a
u.no�n
n �9^ah
sa.A.IKwmnwllPavonnmwMm
ron,.mn4ly Kr rw awn cwaol,onm
rv0ry1u[y6�:.�
P�ans,nnic%ww11 U,In UnAyt,
pp�pt �
�wY wab. r�FP vw Vwll Ea in irw xAM1
3. OmwunF b Jro,p wM,arRi A r4nLe Nm.
MEDIAN ISLANDS & PEDESTRIAN REFUGE AREA
LARIMER COUNTY CONSTRUCTI
AREA ON REVISION N0: 2 ORATING
URBAN
SfREEf STANDARDS DRAWINGS GATE: 04/01`
/07 1608
-T L .e
SAWED JOINT SEAL AT --®
Iar.XiTI1WWrAL,T. T/0 CONSTRUCTION JOINT
TRMISLR6C JqM, T/4
`-t% nllt'L S
sax ar "s•urer PR n-'
SO ER GOURSE .� /.!., • . :,. .
PA III:HN DAM' - L. -AMs COLOR BRICK RE0—' .OILIER C-17 PATT RN
COLON ORICK GEL 1 9a DDM EUftFP%,'E 7 � aA'n S' CULWI UX:Cy NGO
TYPICAL CROSSWALK DETAIL
T.}A
ENHANCED CONCRETE CROSSWALK (CONSTRUCTION DETAIL)
IARIMER COUNTY CUNSTRUCI'ION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: I1/08/0D 1612
L.om user rile InTormoclon
Inoex
or Kevlslons
cRyaT
Apr
As Constructed
SHIELDS PLAN SHEET
Project No./Code
Cmtion Date: 11/12/07 INlfofs: JUL
Fort Collins
Lost Moditimlion Dole: 12 15 08 INliah: JDL
f�,
-__
No RLNiv—
DETAILS
AOC M455-074
F1dl Palh:
281 Nor1n Co9e9e Arenue
1420 end Street
Greeley, CO 80631
Rwised:
Desyncr: J. LOFT
15572
OroRi File Nome: 104601200FOR-Plan Shields .dw
Fort C."i CO 80522
Pnona: (970) 350-2126
Oelailer. J. LOFTON
Aced Ver. 2007 Scok: 1:50 Units: ENGLISH
Pnona: (970) 221 -6605
FAX: 970 221-6378
FAY: (970) 350-2198
4 PJO
Void:
Sheet Subset: PUN
I Subset Sheet::
7 of 8
$heel Number 211
MEDIAN WIDTH VARIES
r SEE NOTE 1 MEDIAN C&G
1•
J--y 1 TYPE 2 (SECTION IB) (TYP)
I a
� CDOT LASA i\\ice\\ice\��j\\j
CS FILTER SATER14L
CDOT CLASS 1 COMPACTED STRUCTURAL BACKFILL TO
NOTE: 2' DEPTH BELOW GEOTEXTILE. SUBGRADE MUST BE
1. MEDIAN FILL SHALL BE LEFT 3" BELOW TOP BACK OF SCARIFIED AND RECOMPACTED TO 95% OF STANDARD
CURB TO ACCOMOOATE FUTURE LANDSCAPING & MULCH. PROCTOR FOR ONSITE MATERIAL TO 2' DEPTH
BELOW STRUCTURAL BACKFILL.
TYPICAL LANDSCAPED MEDIAN SECTION
NTS
MEDIAN WIDTH VARIES
HARDSCAPED MEDIAN
MATERIAL (SEE NOTE 1)
2% 2% MEDIAN C&G
`— TYPE 2 (SECTION IB) (TYP)
CREW CAP
CLEANOUT FOR LANDSCAPE AREAS
® CITY Dv VORT COwNs SEWER CONSTRUCTION APPROVED_ DETAIL
UTILITIES DETAILS wrE' -
DRAWN BY: -
NOTE:
1. HARDSCAPED MEDIAN COVER SHALL BE 4" COLORED CONCRETE
(SAN DIEGO BUFF) WITH EXPOSED 3/8" AGGREGATE.
TYPICAL HARDSCAPED MEDIAN SECTION
NITS
Computer File Information
Index
of Revisions
City of
Fort Collins
281 NPrth CWlege Avenue
tort Comm. CO SD522
Pnane: (970) 221 -6605
rAx: 970 22t-6378
1OT
1420 2nd Slreel
Geelq. CO 80631
Plane: (970) 350-2126
FAX: (970) 350-2198
A PJO
As Constructed
SHIELDS PLAN SHEET
DETAILS
Protect No./Code
Creation Date: 11/12/07 Inilkls: JOL
Last Modification Dole: 12 IS O8 Iniliah: JDL
No Revisions:
AQC M455-074
Full Path:
Revised:
pesigner: J. LOFTON
15572
D—i Fik Name: 10460100FOR-Plan
2Shields .dW
Aced Ver. 2007 Scak: 1:50 Uni1s:ENCLISH
VOid:
Delaikr. J. LOFTON
Sheet Number 2)
Sheel Subsel: PLAN
ISbs.t $heel::
8 of 8
a°`tea
o..$g0
o ; 3
8 jC
m
I o
� a
a j
n „ I
I
12
tNao aY�a
ONtA
5087
m I II I
III
I
I
II
I
I
I
II
I
I
II
I
II
I
I
II
N mN�
r +0AAA
oOD II I I
II
I
I
II
I
I II
I
I
I
II
I
I II I I oONo mycA->
0
m
O O
O
W
IJ
Z
Z
J
A
U
=
Ca
G
LEFT FLOWLINE PROFILE
W
Z
J
1..
RIGHT FLOWLINE PROFILE 25 sa zs a
�OIIZ Ta
s ALE I - 5o
- SCALE i - 5.
Computer File Informotion
Index
of Revisions
�ttypT �pT
Fo CoQins
��
1420 2nd Street
281 North College Avenge Greeley. Co 80631
Fort Collins. CO 80522 Phone: (970) J50-2126
Phone: (970) 221 -6605 FAx: (970) 350-2198
As Constructed
SHIELDS PROFILE SHEET
STA 44+75.00 TO STA 51 +75.00
Project No./Code
Creation Dole: 11/12/07 Initials: JOL
Lost Yodilicotion Dote: 12 15 08 Initials: JDL
No Revisions:
AQC M455-074
Full Poth:
Revised: Designs:
J. LOFTON
15572
Dr. File Nome: 104601200FOR-Profile
Shields .dw
Delailer.
J. LOFTON
Aood Ver. 2007 $cale:H-1:50 V-1:5 Units: ENGL16H
FA%: 9]0 221-6378 ipi 4 P.IG
ypH:
$heel
Subs,- PROFILE SuasN
Sheet:: 2 0l 3
Sheet Numh,r 29
180' VC
HP EL= 086.65-
�
"m7
HP STA= 6+24.48
v
o
VPI STA 46+50
n
a
o
N
n
N
°
VPI EL= 067.12
u
N
o
a
m
cp m
n o 0
5090
�
A.D.= 2.31
a
II
vi
M
K=7
.03
a
m
v
N
N
N o�
5090
� �
g
�
EXISTING
�
GROUND
to
� HARMONY/SHIELDS
�
F
�'
a
a
s
INTERSECTION
�
a vl
a
>
5085
\ �
-G.04�
-z.4
7q,� �
soas
�
-rse�
o.6a�
PROPOSED FL
GRADE
J
15' TYPE
R INLET
a o
a
o
\ 15' TYPE R
\
INLET
5080
4jO
W
o.
5080
.,� ryn
b'p
ry�
bN
qa NmDe
qb vj b
n
�p
ry
�
^
�o
bm bm yj'_
�m pm by
y'n ym
eo $m pm
h�
bpm
Oa
�m
tiN
ryH
h0
N hin
0 "1m
Oo
hm
h�
h� hN hN
hN hN
hpmj
�p
6aa
N
45+00
46+00
47+00
48+00
49+00
50+00
51+00
vc
1ao'
o
L=5086.64
+
A=46+31.80
Npo
m
ooTA=46+60
rH
+ooOL=5086.97o+
aJ5090a1NoowviI�a
m
EXISTING �
I" N
p5090'I=112.36
w
�
w
a
II uo+
'''
N
� g
GROUND
�
�
"'
a
a
HARMONY/SHIELDS
a
a
� w
INTERSECTION
5085
_
—
PROPOSED FL
GRADE
49�
0_73U�—
5085
— --
0
_
_
5080
0
oil
5080
b
O'er
O� b�
^
Fd
O�
Vp n�
rya
qm
14'
25� a
��
ui
ui
�N �Nho
ha
o
m
N pO
N
45+00
46+00
47+00
48+00
49+00
m SO+00
h�
51+00
10
ch
1
Itl
Z
J
U
d
LEFT FLOWLINE PROFILE
25 O 25 50
H0k 2 oNTAL
sCALE: 1'. sa'
SCALETtc BLS'
Computer File Information
Index of Revisions
CC_c yar
�NrfCollln$
�f�..
281 North College Avenue
Fort Collin,, CO 80522
Phone: (9]D) 221-6605
FAx: 970 221-637a
Apr
1420 2nd Street
Greeley, CO 80631
Phone: (970) 350-2126
FAX: (970) 350-2198
ion 4 PJ6
As Constructed
SHIELDS PROFILE SHEET
STA 51 +75.00 TO STA 58+61.58
Project No
Creation Dote: 11/12/07 Initials: JDL
No Revisions:
AOC M455-074
Last Modification Date: 12 15 O8 Initials: JDL
Full Path:
Revised:
Design,,: J. LOFTON
15572
Drain File Nome: 704601200EOR-Profile Shields .dw
Oelailer. J. LOFTON
Void;
$heel Number 3Q
Sheet subset PROFILE
S0ael Sheet:: 3 of 3
Acod ver. 2007 Rol,: H-1:50 V-1:5 UniWENGLISH
m
m
a
o
m WAKEROBIN
� o
=`+
o
�
II
� LANE
II
� �
Q II
w
Q
J
Q
N W
��
5090
—
�
a
a a
L1.07X1
--_'—
rT
2%
PROPOSED
FL GRADE
/
SOBS
_ —
i
/
`EXISTWG
GROUND
5080
�
o
W
a
4i'o
no
s�
ono
inn
p^
^�
.1�
.eo
qao
hi0
n
h
0
$m
poa
6m
$m
p,0
$m
poa
6�
6m
6�
6m
6
6
a1
u�ih�
hm
h
al
52+00
53+00
54+00
55+00
56+00
57+00
58+00
59
k�
�
IPtj
J
LIMITS OF CONSTRUCTION
BEGIN C&G
END C&G
CL STA 49+97.13, 119.18' LT
CL STA 50+04.13, 119.22' L
(SEE CITYOF FORT COLLINS
EL=5085.19
EL=5085.23
I
W. HARMONY ROAD IMPROVEMENT
PLANS FOR CONTINUATION)
n
ac=cl
A'4e+I
a:za,
=g
BROPHY
I
PC LFL STA 49+13.53=
CL 5TA 49+12 90, 33 00' LT
c EL 508 .00
MFL0
6.50' LT
EL"508 5 -
a
EL=5084.18 '/
CC EL=5084 93
MF127
'„I I
PC LFL STA 45+65,02 ,- ---•�,T-'4" SOLID UD
°- • MFL 8
pCC EL=508494
J
'
-' •- TYPE 2 (SECTION IB) C&G CROSSNG
Z
• .'-".''•
'
-�'PC LFL STA 46+8029 PT LFL STA 47+78.60 4' PERF
E
6 1
MFL39 4'
-"
�IyT�t�J9lll�-
MFL43
UD CO 1 EL 5087.36 q" pERF EL 5086.12 UD LFN
CROSSING 1 CROSSING 4 CROSSIN
UD INV
PCC LFL STA 49+2915
"EL=5084.12
.O
°oarI�
��
:C LFL STA 45+57.70=
CROSSING 3 UD 100 LF
4' PERF UD CO 2 fL4
ML41 80.00
MFL40
Lv O
'I
° es
RFL STA 45+54.61
UD 100 LF M140 - - - - - - - - - -
- � PO
1I+
SCALE'. I
EL=50L 47.<
_ Es
UD CO 3 ML371, 'ML36
CO 4
EB=5084.04
Y
MFL44A
- - - - -
G CROSSING 2
PC RFL :TA 46+99.88'. -UD
pl RFL STA 48+41+21 PT RF STA 49+14.69
PCC RFL STA 49+30.3
" EL=5084.14 >
' T
I
45+00 w
AL38-PC RFL STA 46+85.02
L=5088.18 EL= 086.44;; EL=5084.40 -
'MFL41
GB RFL STA 45+59.66
46+00 EL=5088.15. 47+00:
. MFL42' -
" _ 48+001 „
SHIELDS CL=
-
o
50+00
>
EL=5087.6/
PC RFL STA 45+72.24
MEDIAN COVER _
-SECTION LINE' „
•'
MFL448
t
=CL STA 45+72.15, 2.86' LT
�_TMATERIAL (DECORATIVE
EL=5087 SS
(SEE SHEET 26)-�-
'ro441
'
-•'-SHIELDS STREET-�
�'- - 4
r
_
1PCC EL=5083.5
--' -...
w
.
MFL 3
C C EL-
-
--=�� E e c . • o .. ... - OeE. '.. ME .��
C=CL
STA 50+70 21,
'
` E�
1 rr'
r `,ram T.-„'" r _
T,.
PC EL
w w w
SOB3.3-
3
FRONT RANGE LIMITS OF CONSTRUCTION
M'3s
.
°ML2a',
,-;
(SEE CITYOF FORT COLLINS
COMMUNITY COLLEGE
BEGIN C&c
N C&G V
®
W. HARMONY ROAD IMPROVEMENT
CL STA 4986.13,
83.+75' RT
CL STA 49+93,13,
83.72' RT
PLANS FOR CONTINUATION)
EL=5083.15
EL=5083.05
MEDIAN
LINE TABLE
LINE
LENGTH
I BEARING
ML22
13.50
S89'S8'47"W
ML21
13.511
N89'S8'47"E
ML28
13,52
1 S89'55'20"E
ML35
13.52
N89'S5'20"w
ML36
73.49
N00'17'S6"E
ML37
141.33
N00'50'49"W
ML38
118.58
N09'21'3L_
MLa0
115.27
SOS'00'00"E
ML41
1}4.93
S00'17'S6"W
FWI Path:
Dreeing File Nome: 104601200FOF
Mm Ver. 2007 Score: 1
MEDIAN CURVE TABLE
CURVE
LENGTH
RADIUS
DELTA
CHORD
LENGTH
MFL27
15,61
45.00
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
19'52'49'
S80'26'59"E
15.54
MFL34
2.46
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
19'53'04"
N09'10'39"W
15.54
MFL42
14.86
100.00
8.30'42"
SOS'O6'10"E
t4.B4
MFL43
7.27
5.00
83'19'19"
N46'39'40"W
7.27
MFL44A
5.05
10.00
28'S7'18"
N77'12'02"E
5.00
MFL44B
12.58
10.00
26'40'16"
N26'40'16'E
n.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 r 5085.0
3 47+64.44. 28.63 LT 5084.6
4 48+24.44. 29.34 LT 5083.7
UNDERDRAIN UTILITY
SHIELDS CL STA
45+72.05. 10.60 LT
46+46.20. 20.26 LT
46+76.60, 24.04 LT
47+58.93. 28.52 LT
48+05.88, 29.12 LT
48+26.96, 30.73 LT
CROSSING
UD INV ELEV
5085.2
5085.0
5084.9
5084.7
50840
5083.6
TABLE
UTILITY ELEV
G TOP=5081.8
E TOP=50847
C TOP=5084.0
W TOP=5084.5
E TOP=5083.2
E TOP=5082.9
'ROSSINC
1
2
3
4
5
6
ccrar
rt�s
For Collin . Co Avenue
Port Conies, CO 60522
FAX: ( (970) 221-6605'
FAX: 970 22I_
-6378
50T
as
142end Street
1420 In4
Ohone: CO 80631
Pnone: (970) 0-219826
R i (970) 35D-2198
4 PJO
As Constructed
SHIELDS
MEDIAN PLAN
SHEET
Project No./Code
No Reviswns:
AQC M455-074
Revised:
Des' er: J. LORON
5n
15572
Dela;kr. J. LOROPhoN
Void:
Sheet Number 3t
Sheet Subset MEDIAN
Sub6el Sheel::
1 of 2
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
1
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
304-06000 Aggregate Base Course (Class 6) (6" Depth)
Change To:
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)
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, 3:00 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,
2nd 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 10%.
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.
r
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, lst
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: htt2s://secure2.fcgov.com/bso/login.js
Bids will be received as set forth in the Bidding Documents.
Rev 10/20/07 Section 00020 Page 1
44
• �FL
PC LFL S A 50+621
EL=5083.'.
w-1`1-47-
+00
PC RFL STA 50+62.
EL=5}.
, M08FI
C 'RFL STA 504
EL=5(
E
O
PINEVIEW P.U.D.
PHASE II
LIMITS OF CONSTRUCTION
(SEE CITYOF FORT COLLINS
W. HARMONY ROAD IMPROVEME
�^ PLANS FOR CONTINUATION)
MATCH EX
PC=CL STA 55+92.19,
61.06' LT
. EL=5086.85
4e
iilil Apt =a
Ill: i I
4 I;•I I PCTCL STA 56+16,14.
CH EX
EL=
8 59.66' L7
;;:.. UD INV=79.6
' " ` •F77 -•.
---
_
4,• SOLID UD
.,
•,.,.:.. :-.. ..:: r..°. ...
ML47
, CROSSINGS 7 & 8
•
I
' o .�E�
Eo Fo Ei o Eo Fp-
c E MFL55
PC LFL STA +77 66
=CL STA 50+77,37, 9.00' LT
c r r `
PC LFL STA 53+81.52 I
e
MFL50 p7 L STA 55+73, g E� =50
'EL=5083.88
CROSSING 9..
EL=5086.32 PT LFL STA 53+88.80 PC LFL STA
EL=5086.35
55+58.06 EL=5
87.09 PC LFL SA 56
LP LFL -
`
4" PERF UD 60 LF c
EL=5086.96
LW
STA 50+89.65 -"-4" PERF UD
TYPE 2 (SECTION IS) CdEC hk
EL=5083.78 100 LF.
.: :.---- ---
----
M 42
-- - - - - - - - - - - - 4' PERF UD � L 4' PERF
w
UD 95 LF UD CO 11
a" PERF --
UD 100 LF
51+00 UD CO 5
UD CO 6
53+00 UD CO 8 54+00 ML46 UD CO 9 55+00
s 56+00
MEDIAN COVER
MATERIAL (DECORATIVE CROSSING 10
SHIELDS CL-
SECTION LINE
4" PERF UD UD CO 7
60 LF SHIELDS STREET
CROSSING 11
s
N
SEE SHEET 26 ��
_---_-1=0-----moo_---
w
w w `" " w
--E°---------Ea----_�0-----------�----
-
w w
- r0
0
----- - -
;• --
E
E
E�.�E E E
E
-
t t
•
LIMITS OF CONSTRUCTION
,
THE WOODLANDS
L "
(SEE CITYOF FORT COLLINS
\
CONDOMINIUMS P.U.D.
�
W. HARMONY ROAD IMPROVEMENT'
I a Z
PLANS FOR CONTINUATION)
�
I w )
MEDIAN LINE TABLE
LINE M
EARING
ML62 '01'S9"WML43 4'08'10"EML44 '31'59"WML45"58'01"WML46 0'01'59"EML474'}1'S9"E
MEDIAN CURVE TABLE
CURVE
LENGTH
RADIUS
DELTA
CHORD
LENGTH
MFL46
15.61
45.00
19'52'43"
N09'30'24"E
15,53
L4L47
2.46
1.00
141'10'27"
S69'58'01"E
1.89
MFL48
15.61
45.00
19"52'43"
S09'26'26"E
15.53
MFL49
7.28
100.00
4'10'09"
NO2'03'05"W
7.27
MFL50
15A3
100.00
8'40'09"
S00'11'55"W
15.12
MFL51
5.20
1087.00
0'16'27"
N04'23'45"E
5.20
MFL52
7.49
5.00
85'46.27"
S47'08'45"w
6.81
MFL53
7.85
5.00
90'00'00"
N44'S8'01"W
7.07
MFL54
4.67
3.00
85'14'S4"
tN! '09'216"E
4.21
MFL55
5.16
3.00
98'35'13"
N44'45'37"W
4.55
UNDERDRAIN CLEANOUT TABLE
UD CO
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
5085.0
UNDERDRAIN UTILITY CROSSING TABLE
BOSSING
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. 1&74 LT
5084.0
W TOP=5082.0
12
56+34.55. 8.82 LT
5084.5
SS TOP=XXXX.X
13
56+52.27, 8.13 LT
5084.7
C INV=5085.9
14,
56+63.98. 7.67 LT
5084.8
E INV=5086.0
STA 56+82.59
88.25 -
2
LFL STA 56+90.07
57+00
PC RFL STA 56+89.27
PC RFL STA 56+81.41
-CL STA 56+81.12, 2.00'
EL_=5088.32 _ _
:ROSSING 14
SING 13
12
Computer File Information
Index of Revisions
1 1-1
Apr
As Constructed
Project No./Code
Creoflan Date: 11/12/07 Initials: JDL
SHIELDS
MEDIAN PLAN
SHEET
Last Modification Dote: 12 15 O8 Initials: JDL
_F,,rtCollins
✓'
_____
No Revisions:
ADC M455-074
Full Path:
281 Nor1n College Avenue
1420 2nd Street
C-ley, CO 80631
Revised:
Designer:
5
J. LOFiON
15572
Dra.i File Name: 104601200FOR-Median Plan Shields .dw
Fort Collins, CO 80522
Pnone: (970) 221-6605
Phone: (970) 350-2126
FAX: (970) 350-2198.
Void:
Delailer.
J. LOFTON
$heel Number 32
Acaa Ver. 2007 Sc.W 1:50 Units: ENGLISH
FAX: 970 221-6378
i- 4 P,q
Sheet Subset:
MEDIAN
Subset SheeC:
2 of 2
25 5a
0
4
R �
8 � _
's8 of7
00 3
� 3
N
' o
V
g ry
o
o i 5
<o 0
3
O
F._
= N N
Z
n n O O
2
iLil
J
Vf
m
0
C.
r
f.
m
W.
O
N
3
3
m
m
Ln
aLn
a
o
7'�
„n
os oo
r
O
N$e
r
z
Z
m
Ln
m
o= ii
o�H
O
r-
m
m
N
O
N
c
m
a
o
a =
m
� v
(A
= rn
o a v
D
Z
M
a O
r,
1+1
N
m
m
no
�pf�
-
n
3 n
i
r
Z
N N O
p O
A 0
Clt
N (!�
0
0
0
°cn°
o c�i�
I A
VPI EL
5083.98
VPI STA
50+77.66
VPI EL
5084.20
+ 5084.9
fl VPI S
A=51+00
p 5084.47
VPI E
=5084.47
O
50852
I
VPI
STA=51+50
5085.09
I VPI
EL=5085.09
N 5085.8
I STA=52+00
+ 5085.59
Op
0
I EL=5085.59
(P
SOBS.B
PI STA=52+50
soss.e8
I EL=5085.88
0
S088.1
PI STA=53+00
+ 5086.12
0o
I EL=5086.12
0
A
SOB6.5
-
VPI STA=53+5
5086.34
VPI EL=5086.3
� SOB6.7
I
VPI STA=54+0
+ 5086.55
p0
I
VPI EL=5086.5
Aa
O
SOB70
v
vOi
VPI STA=54+
0
5086.80
0
VPI EL=5086.
0
b
C> 1,
A linT
D �q
0 1
U' S0872
m
VPI STA=55+
0
+ 5086.98
OO
x
VPI EL=5086.
8
z
0
SOB73
c�
I o
VPI STA=55
50
5087.11
I o
VPI EL=508
11
Cn
'
� 50877
VPI STA=56
00
+ 5087.44
p0
I
b
VPI EL=508
.44
SOB81 E
EL I
VPI STA=S
+50
5087.81 (PROP
EL)
VPI EL=50
7.81
_
r
In
VPI STA=
6+81.41
w
VPI EL=5
88.32
I
�
VPI STA=
6+89.27
VPI EL=
088.61
O
o
0
GO
l0
t0
Cn
O [!�
O
co
O
O
� tD
N
O Cn
VPI STA
50+62.05
VPI EL
5083.95
I �
0
VPI STA
50+77.66
VPI EL
5083.88
e
� N �
+ 5084.9
_
p 5083.95
O
VPI EL=5083.78
J
OI
5085.1
VPI
TA=51+50
508a.80
� VPI
L=508a.80
VPI
STA=51+75
P VPI
EL=5085.23
^� 50855
VP
STA=52+00
+ 5085.39
00
VP
EL=5085.39
I
5085.7
I STA=52+50
'
5085.71
v
I E1=5085.71
S086.0
PI STA=53+00
+ so8s.9s
Op
PI EL=5085.95
b
5088.4
I STA=53+50
5086.18
I EL=5086.18
? 5086.E
�
VPI STA=54+0
0 5086.39
VPI EL=5086.3
I
SOB6.9
�
VPI STA=54+5
s086.59
VPI EL=5086.5
0
"
bm
O
� X
ti
�
� 5086.9
a o
VPI STA=55+
0
0 5086.75
� o
VPI EL=5086.
5
� c
0
SOB70
VPI STA=55+
0
5086.89
VPI EL=5086.
9
rn
�' SOB7J
VPI STA=56
00
0 5087.37
VPI EL=508
.37
0
SOB79 E
EL
VPI STA=
+50
5087.88 (PROP
EL)
VPI EL=50
7.88
'
VPI STA=S
+77.38
VPI EL=S
88.19
p
VPI STA=S
+82.65
VPI E1=5
86.25
VP =
+
VPI EL=
088.60
N
N
N
O
O
O
00
t0
N
(O
O
N
I \
' EX 20'0E & UE
N11P'Pa®ti � f
zs o zs so 9
YA r
I i
WESTBURY P.U.D.
2ND FILING COLLINS
i' II
- �-
lk
L TRACT D
',' III I WE & DE) TJRAC EE \
�- EX ROWZ.
—,
Ex C
rf ou
o SHIELDS STREET `— , SAWCUT
♦- d' tL LINE (TYP.)SQ�.
1 J
40+00 41+00
iv—* 42+00 043+00 K44+ 07 •,., 6s7 ''
v _
J Z SHIELDS CL= o�
" --- _ SE LINE EX 85 8t 86.09
U'- - - EX C&C SECTION -E% ROW f a PROPOSEDI ��
—
a
CROwNJ
I WT
— —
t
7.a
FRONT RANGE —
U
U COMMUNITY COLLEGE
NOTE:
1. ALL STORM SEWER SHALL BE CLASS III RCP WITH WATER TIGHT JOINTS (ASTM C443).
.,•,..• .....• .................
'Graafian Dole: 11 12 07 Initiate: JDL
uwcn
ui ncviown5
Cltyd
FortCollfns
OT
As Constructed
SHIELDS GRADING PLAN
Project
i No./Code
Lost Modification Dote: 12 15 08 Initials: JDL
�•"�f�-
Im
No Rerisions:
STA 39+00.00 TO STA 44+50.00
AOC M455-074
Full Pow
-
281 North College Avenue
1420 2nd Street
Greek". CO 80631
Revised:
Designer: J. LOFTON
15572
DrawingFile Nome: 104601200FOR-GR Shields .dw
Fort Coals. CO 80522
Phone:
Phone: (970) 350-2126
Deloikr. J. LOFTON
-
Atod Ver. 2007 $tole: 1:s0 Uni15:ENGLISH
(970) 221-6605
FM: 970 221-6378
FM: (970) 350-2111
bn 4 PIG
Void:
Sheet Subset: GRADING
Subset Sheet: I of 5
Sheet Number 35
BROPHY I
IL.. L
\ FRONT RANGE
COMMUNITY COLLEGE
NOTES:
1. STORM PIPE, INLETS & MH'S SHOWN ARE FOR INFORMATION ONLY INSTALLATION OF ITEMS
SHALL BE DONE BY OTHERS IN ACCORDANCE WITH THE "W. HARMONY ROAD IMPROVEMENT PLANS".
- - 2. ALL STORM SEWER SHALL BE CLASS III RCP WITH WATER TIGHT JOINTS (ASTM C443).
zs o 6 _
Ap
PINEVIEW P.U.D.
LIMITS OF CONSTRUCTION PHASE 11
(SEE CITYOF FORT COLLINS
LIMI I S UI- GUNS I-HUC I JUN
(SEE CITYOF FORT COLLINS
W. HARMONY ROAD IMPROVEMENT
PLANS FOR CONTINUATION)
Computer File Information
Index
of Revisions
�pj
As Constructed
Creation Dole: 11\12\07 Initials: JDL
rr-c11-1
Last Yodificotion Dole: 12 15 08 Initials: JDL
�,FoetCollins
'zf�.
No Revisions:
FWI Polh:
1420 2nd Slreet
D—in File Name: 104601200FOR-GR Shields
tat Norm College Avenue
Forl Conins, CO 80522
Greeley, CO 80631
Phone: (970) 350-2126
Revised:
.dw
Phone: (970) 221-6605
FM: (970) 350-2198
Void:
Acod Ver. 2007 Sc.[,: 1:50 Units: ENGLI$H
FAX: 970 221-6378
Region 4 PJO
�I
f
u
SHIELDS GRADING PLAN Project No./Code
STA 44+50.00 TO STA 51 +75.00 AOC M455-074
,I9ner. J. LOFTON 15572
oiler: J. LOFTON
eet Subset: GRADING I Subset Sheet:: 2 of 5 Sheet Number 36
PINEVIEW P.U.D.
PHASE 11
, t
THE WOODLANDS
CONDOMINIUMS P.U.D.
...... ....
Computer File Informotion
Creotlon Dote: 11\12\07 Inilioh: JDL
Lost Yodilicolion Dote: 12/15/08 166.13: JDL
Full Palh:
Droving Fi4 None: 104601200FOR-GR(Shields).dwa
Acod Ver. 2007 Scale: 1:50 Units: ENGLISH
J5, Fr
UE &.UE
lunswwr� � 1 p.�c.�r
I "
Z
25 0 2d so �
mscA�: l • -
.1UC��.v 1
I'. {
L al '•', < 1 PINEVIEW P.U.D.
I l I':•:I\ PHASE 1
HE SD (2)SAWCUT
t I,
LINE (TYP,) I CY 29 x!5 1`
r%vErEs TRACTA,'
r2®ys5l (UE&DE)
1 (6'0)(2} PROPOSED 10 — Z
-CONC CRPA
0
r
SAWCUT LINE (TYP) ()9U Ll-
O V
56+oo U)
58+00 b
57+00 SHIELDS CL- �. ^ J U)
s SECTION LINE O
=- ----- L�---
I(I ` III ----------
OW
It Z I NOTE:
i W i 1. ALL STORM SEWER SHALL BE CLASS III RCP WITH WATER TIGHT JOINTS.
Q i I
I 17} I I
cNYor JOT
Fort Coltins
1—��-
1420 2nd Street
281 norm Cortege A.erwe Greeley. CO 80631
Fort Conins. CO 80522 Phone: (970) 350-2126
PMne: (970) 221-6605 FAY: (970) 350-2198
FA%: 970 221-6378 R PJO
As Constructed
SHIELDS GRADING PLAN
STA 51 +75.00 TO STA 58+61.58
Protect No./Code
No R"isions:
AOC M455-074
Revise0:
pes' nor: J. LOF10N
9
)5572
Detoikr: J. LOFTON
Void:
Sheet Number 37
Sheol Subsel: GRADING
Subset Sheet: 3 of 5
80.5T
Computer File In
Creation Date: 1 1 \ 1 2\ 07
FJI Path:
81
TOP OF WALL
Al
PROPOSED HANDRAIL
WALL "A"
SECTION A -A
/ `FG BEHIND TOP OF WALL
/ . PROPOSED HANDRAIL - - - - -
o ¢ a o - -
. - 140 1-1/2" 0 STD. WT.
83.5 WELDED STEEL PIPE
I (MIN.)
a
L
• rPROPOSED. CONCRETE RETAINING WA Le
• OPEN CLEARANCE BETWEEN
INTERMEDIATE RAILS IS 4' OR LESS.
HANDRAIL DETAIL
SHIELDS GRADING PLAN Project No./Code
WALL DETAILS AOC M455-074
cr: J. LOFTON 15572
r. J. LOFTON
Subsel: GRADING I Subset Sheel:: 4 of 5 Sheet Number 38
2JROPOSED �PROPOSED
.v45. HERCP 29.45- HERCP
9.6' 3.4' _ 8'S9.9-
i - - CFG IN FRONT OF -T82'0
m m BOTTOM OF WALL N
�80.5 A 1
\-TOP OF FOOTING
WALL "A"
SECTION B-B SUMMARY OF QUANTITIES
FACE OF
WALL POINT
SHIELDS CL
STATION
FG BEHIND TOP OF
WALL ELEVATION
FG IN FRONT OF
BOTTOM WALL ELEVATION
81
55+53.61 LT 96.14
5085.10
5085.10
82
55+53.29 LT 92.15
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
85
55+33.35 LT 73.42
5086.74
5085.32
B6
55+19.39 LT 74.52
5086.65
5086.65
Initials: JDL
ITEM
DESCRIPTION
UNIT
WALL
A LAN
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
0.7
703
COURSE AGGREGATE (q57)
CY
10
57a
HANDRAIL
LF
18.5
cl,
Al Constructed
,Fort Collins
�f�
No Revisions:
1-1 2n4 Slreal
Collin. Avenue
Greeley.97 850-
Revise0:
Fo,
Fort Collins. CO 80522
CO
Plwne: (970) ]50-2126
Phone: (970) 221 -6605
FAY: (970) 221-6}78
FAX: (970) 350-2198
Ryan • PJC
Voi4:
CHAMFER EXPOSED
EDGES
TOP OF WALL I
I o
= 1m0 N 3-Y5 VERTICAL AT
It,O O.C. VERTICAL
— SIDES OF HERCP
j
o - ENTINTO FOOTING)
dm
t•i
2" /5 O 12' O.C. HORIZONTAL
DEEP
RIPRAP
I' CIA. WEEPHOLES O 6' O.C.
s
12' WOE COURSE AGGREGATE Y57
PROVIDE FILTER FABRIC BETWEEN
ry
SOIL AND DRAIN ROCK
TOP OF
FOOTING
/5 O 10' O.C.
e`3 5-Y5 CONT.
I
3"
-ox ICI
—I I
II
III—I�IIII
L
WALL SECTION A 1
RETAINING WALL SCHEDULE
WALL HEIGHT
.H
EXPOSED
HEIGHT
FOOTING WIDTH
'8'
KEY DEPTN
'K'
6' 1' - T-O"
4'-1" - 5'-0"
5'-6'
6'
5'-1' - 6'-0"
3'-l" - 4'-0'
4'-6'
6"
4'-1- - 5'-0"
2'-l" - 3'-0'
4'-0'
NONE
3'-1" - 4'-0"
1'-1' - 2'-0'
3'-6'
NONE
Computer File In
Creation Date: I I\12\07
ONE /5 VERTICAL AT OUTSIDE FACE
PLAN NEW BELOW)
ADD 2-/5x12' E.F. HORIZONTAL
`ABOVE k BELOW OPENING
PROPOSED
29"x45" HERCP
5' DIAGONALS E.F.
TOTAL)
PARTIAL ELEVATION
SIDEWALL P45" HERCP
ROPOSED
PROVIDE O 6' O.C. HERCP 29P
EACH SIDEIDE O OF OPENING
ADDITIONAL Y5 VERTICAL
ON OUTSIDE FACE
PLAN VIEW AT
SIDEWALLS OF HERCP
N.T.b
1 1/2' Dia. Sol, Wt.
Welded Steel Pipe
Sidewalk Width
Per
1/ ' Of,. Anchor Bolt ./ heovy
He. Head Nat h Woaher 1'
Or Approved E9ud ^"^
6' . 3' . 1/2' Plots 1
O ApP d ER
6idevolk (lyp.) AAdjocent Grade
leeper lhon 4:t
HANDRAIL DETAIL
R 6' (nnn.)
TOP RAIL CORNER DETAIL
NOTES:
T, aW.edk eidth — be Inc eowd by o minimum o1 6' ehen eons -I Ia ua.d.
2. If a eideedk is we 1hon 30' oboes the ad,,.t grade. the hendral andl be asad.
3. Open cl ce b—,sn int—edal. roe, l he
Fnleh anal m a
be . er 9.lc.d a1 eeml-gloss m oat a I.
prm o.
3. p In. alp. 4 wnlp. w ai.e Ia aIs1Nonnl mU�oi mm� Oe ed.
6. WTm Pope behind slae.dk n leas tHan w e9ud to e:t 1w o mnmum dletmca a1 10', a
not re4uned.
HANDRAIL DETAILS
LIRINER COUNTY CONSTRUCTION REVISION N0: I DRAWING
URBAN AREA DRARINGS
STREET STANDARDS DATE: 03/01/02 1101
Cky of -__ )OT
Fort Collins
�-1�-
1420 2nd Street
281 North College A.enue Oreeley. CO 80631
Fort Collins, CO 80522 . Phone: (970) 350-2126
Phone: (9]0) 221-6605 FAX: (970) J50-2198
FAX: 9]0 221 -8378 tart 4 PUO
As Constructed
SHIELDS GRADING PLAN
WALL DETAILS
Project No./Code
No Re.i:ions:
AQC M455-074
Revised:
Des' a J. LOFTON
9n r'
15572
toiler. J. LORON
Void:
Sheet Number 39
Sheet Subset: GRADING
Subset Sheet:: 5 of 5
Computer File In
Creation Dote: n\12\07
2 r "H"
-3.-0. (MIN)
E%TEND FOOTING HORIZONTAL
STEEL AS SHOWN
LL11___
---�--1-1=1
ELEVATION
HORIZONTAL FOOTING DEEPER FOOTING
REINFORCEMENT (TYP)
SHALLOWER FOOTING
— — — — — — — — — —
(WALL STEM NOT SHOWN FOR CLARITY)
PLAN
FOOTING STEP DETAIL
'D"
12 BAR DIA.
.0 6 BAR DIA.
(3' MIN)
7 �! BAR DIA.
(2.5" MIN)
a`?
BEAM STIRRUP & I80a HOOK 90a HOOK
COLUMN TIE HOOKS
TYPICAL REBAR HOOK & LAP
N.T.6
Initials: JDL
CltYat
FOrt�riS
281 North C0ae9e Arenue
Fort Collins. CO 80522
Phone: (970) 221-6605
FM: (970) 221-6378
0'
HOOK 24 BAR DIA.
(12' MIN)(TYP)
OR WALL
0OKS
PLAN AT SINGLE CURTAIN REINFORCING
HORIZONTAL
REINFORCEMENT
FOOTING OR WALL (TYP)-----
PLAN AT DOUBLE CURTAIN REINFORCING
TYPICAL REINFORCEMENT LAYOUT
BAR SIZE
MIN 'D'
03 THRU /8
6 BAR DIA.
p9 tHRU #11
8 BAR DIA.
#14 THRU #18
10 BAR DIA.
BAR BEND SCHEDULE
SEE SCHEDULE
BELOW
BAR SIZE
MIN LAP
TOP BAR LAP
13
24'
24'
/4
24'
32'
M5
30'
40"
y6
36"
48'
LAP SPLICE
NOTE&
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
Na Revisions:
set
80631
Revised:
350-2126
W-2198
PJG
Void:
SHIELDS GRADING PLAN
WALL DETAILS
Vp J. LOFTON
IJ. LOFTON
Subset: GRADING I Subset Sheet::
Project No./Co
AOC M455-074
15572
Sheet Number 39A
a
a.zg., 9 s 9 aq
BROPHY
.. o 84.09
....
3.98
JB
'399
it
e
yy�<,
0ya
PROPOSED CONC
0y
CROSSWALK (TYP)
2b
,, 0°
0
eye a
1
v O
Q
49
00
SHIELDS
STREET
b6
o
0,
n
-
may,
yh
FRONT RANGE
COMMUNITY COLLEGE
Computer File Informotion
Creation Dole: 11/12/07 Initials: JDL
Lost Nodilicotion Dote: 12 15 08 Initiels: JDL
FJI Path: \\XXXXX\XXXXX
Droein Fde Name: 104601200FOR-INT-GR.dw
AC. Vtt. 2007 $cak: 1:20 Units: ENGLISH
PINEVIEW P.U.D.
PHASE II
y Is ti4
4 a
0
a ^ : yy y
0°P. 0 . - -
iLl
�2
Q
Dry"
ey
9F'
sy
O
�Lh
yh
pry0
ti\
00 .
0°
07
0
0y'
00
oy.
y9 -14
0
9
F1
y6'>
0yo9
0yry9
0y A
0y�� \
y9 !t n
0y9h
O} 6
9h O
s
e.
a
eo,
0
9
e /
a0
may.
.h'70h �
0yry0
69
SHIELDS
by '
By
STREET ,
0y°y
0''0 /
ryoi
� V
ey'
ey
oryy
hy�/
ey.
eyh— — — — — — —
�
°yh
�'''
1
�
ry
`
L° eyry
11
Oyy
0y
0yh
y
hy7
0y�''
0yh �m
c
t.
�y'o-
ey'
6
THE WOODLANDS
ey�y
eyp
y'
sy�ry
ey
ay°h
CONDOMINIUMS P.U.D.
As Constructed HARMONY/SHIELDS
INTERSECTION Project No./Code
ITT
dex of Revisions
rf
Fort Collins
_`�
f�..
_____
No Revisions:
GRADING
PLAN
AOC M455-074
2gt North College Avenue
1420 1n4 9lreel
Geeky, 8063I
RNisld:
Des' Mr; J. LOFTON
9
15572
Fart tonics, CO 80522
Pnone: (970) I-63678 5
97
FMne: (970) 0-219 26
FAX: (94 ) 350-2t9g
Void:
Detoikr: J. LOFTON
FNf: 970 221-6}7g
iDn 4 VJG
Sheet Subset: INi GRADING
Subset Sheet:: 1 0l 1
Sheet Number 40
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
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
City of Fort Collins
By
James B. O'Neill, II, CPPO, FNIGP
Purchasing & Risk Management Director
Rev 10/20/07 Section 00020 Page 2
III
2s o 2ls
—LE: I ZO
WESTBURY P.U.D.
2ND FILING COLLINS
II LEGEND
..... .... ......... ---- 1--
- FLOW DIRECTION
7 s .. ..... ....
r EX STORM PIPE
------ TRACT
o, PROPOSED
ILI TRACT
STORM PIPE
(UE&DE) ... . ... ....
... . .. ..... . .....
WE & DE)
. ..... ..... . jiow - -- ----- -
.. . ... .... PROPOSED INLET
--4-- I/f . .. .... ..... ....
.... . ... ..... . ... .... ... .... .. . ....
--- ----- --- - ----- ----- . .. .... ...
Ex 1' CONTOUR
z
g- -4P(.� . ....... ......... EX 5' CONTOUR
Cf LL . ... ... Ex C17, .7 - - - - - - 0 . .....
J 3: SHIELDS STREET SAWCUT 1' CONTOUR
LINE (TyP.) G -J —4905— 5' CONTOUR
40,00 3:
41+00 42,00 1 43+00 44+ -86..
-J z
U
0 SHIELDS CL=_,-'
SECTION LINE EX 85.8i-86.9
0 /f CO E 6 —x—x- SILT FENCE
J EX-C&G PR CROWN
CONSTRUCTION
0—�- FENCE
7— -77
PROPOSED W
W
WATTLES
m 0
U R O
z .... ..... . - INLET PROTECTION
..... (NUMBER DENOTES .....
CORRECT DETAIL)
TYPE L BURIED
ILI RIPRAP
FRONT 0
U COMMUNITY COLLEGE
U
LL
Computer File Information Index of Revisions
," Apr As Constructed SHIELDS EROSION CONTROL PLAN Project No./Code
Creation Date: I I\ 1 2\07 W4.1': jDL I F;0rf1Co11ins STA 39+00.00 TO STA 44+50.00
Lost Modilimbon Dote; 12/15/08 Init;ols: JOL No Revmi— AOC M455-074
FLdl Poth: 1420 2.d Street
281 North College Avenue Greeley. 80631 Revised: Designer:
(Cj. LOFT 15572
Drnrile N,2me: 104,6701.200E R-ECA roil Collin. CO -1- 1-- .10 255.-2126 Detwiler. J. LOFT -7- _ = — P—: (970) 221-6605 FAX: (970) A50-7198 Void
07 1 50
Units: E71-ISH FAX: 970 221-6378 stoi- 4 IPA I wf 7 W-1 Number 41
O 2a 50I y
SCALt I"� :i0
4
PINEVIEW P.U.D.
PHASE II
I' �,•,u
�.,.....__� EXOEGE.-
c ua'
BROPHY
L LIMITS OF CONSTRUCTION �g�-'
_T
PROPOSED TCE (SEE CITYOF FORT COLLINS PERMANENT WETLAND •-Igo •.
i PR0 POSED W. HARMONY ROAD IMPROVEMENTIMPACT (438 SF)
1 A DE&UE - - g-
C, PLANS FOR CONTINUATION) w
O..
op x IP-3
W I o
W
m O
-PROPOSED RO — IP 2 'J-(SECTON .a
,
IP 1 Is) C&G
II
hd U
—
U I—=-- S - FOR INTERSECTION GRADING
TYPE 2 (SECTION II )QC&G pe IP 1 -I.
F' S 'SEE HARMONY/SHIELDS INTERSECTION
Q . , TYPE 2 (SECTION 18) C&' t U' I _ GRADING PLAN
I 4
P P S&D CROWN - r
87.03 --z 187.47: c '.I31 (SECTIO C&G I Vke'. `.
L4 + OJ, [B+Oq. iml o : W _I
86 57 ' 45+00� °- ,; tee•;,, o -
SHIELDS STREET I * 4
e.E2 (_.-s=cam
r . :TYPE (SECTION 118) C&G, • - FE?—
PROPOSED HC RAP W
17
E TRUNCATED DOMES (TIP) v
E
I ..
% J0, ex
LOW - lam w D%R % e - w _ DE R UE
7
SIF
o
\ \ 1 LIMITS OF CONSTRUCTION I * j./
�o NOTE: CONTRACTOR TO PROVIDEAREA FOR (SEE CITYOF FORT COLLINS
ANDCONSTRUCTIO ENTRANCE W. HARMONY ROAD IMPROVEMENT ( J
FRONT RANGE ;! _ _
\ COMMUNITY COLLEGE m PLANS FOR CONTINUATION)
Computer File Informotion Index of Revisions C�a1 !pr As Constructed
Creation Dote: 11\12\07 Initials: JDL SHIELDS EROSION CONTROL PLAN Project No./Code
Fort Collins STA 44+50.00 TO STA 51 +75.00 Last Modification Dote: 12 15 08 Initials: JDL No aevision:: AQC M455-074
FWI Path: 1420 Ina Street
291 North CCo Avenue Greeley, CO 80631 Revised: Desgner: J. LORON I5572
Droei File Nome: 104601200FOR-EC.dw Foil Collins. CO 80522 Pnone: (970) 350-2126 Delailer: J. LORON
Phone: (970) 221-6605 FAx: (970) 350-2198 Void: $heel Number 42
Atad Vet. 2007 ScoI, 1:50 Unils:ENGLISH FA%: 970 221-6}78 R ian 4 PJC Sheet Subset: GRADING SWlsel Sheet:: 2 0l 7
PINEVIEW P.U.D.
PHASE 11
THE WOODLANDS
CONDOMINIUMS P.U.D.
M1��
25 o 25 50
SCALE:
Z tF 9
M °A�
I
1
PINEVIEW P.U.D.
PHASE
� CF
TRACT A 7
IP-}
ISSPAN, F' - .---I —� O
v_ /'fJ9•J ICU
Qom u[er h1le inrormouon
InOex oT Kevisions
cl,Y�
��T
As Constructed
SHIELDS EROSION CONTROL PLAN
Project No./Code
CreoUon Dote: t l\12\07 InitioN: JDL
t C011inS
Lost Modification Dole: 12 IS 08 Iniliols: JDL
/ -11
_!1'
_—_
No Revisons:
STA 51 +75.00 TO STA 58+61.58
AOC tA455-074
FWI Palh:
No
281 rin Colbga A.aA--ley,
1420 zne so-eer Gee
CO 80631
Revised:
Design,,: J. LOFTON
15572
Drool File Nome: 104601200FOR-EC.dw
Fort Collins. CO 60522
ph.—(970) 350-2126
Moiler: J. LOFTON
Aced V<r. 2007 $tole: 1.50 Units: ENDLISH
Phone: (970) 221-6605
FU: 970 221-6J78
FAXi (970) 350-2198
R iarl . PJG
Void:
$heel Subset: GRRDING
Subset Sheet:: 3 of 7
Sheet Number 43
Dfun R 1--6" IBOYE WATTLE MIER "UN0 "'
xnTFS. OR NION ROPE 15 ATTACHED, STAKES
DETAIL A x TE<_' srul AnW NEED To BE TAURED UNTIL wRE/ROPE Is
STAKES SHOULD BE DRIVEN LEROSS FR. EACH OTHER AND SONG wM NITRE.
EACH SWE Of THE WATTLE. LEANNG Of STAKE
WON 'D WAATLE RUNNING LENGTHS OF WATTLES. WTI C ROPEET1SHOu ABOVE THE wA1RE. BAILING wRE ON NriW
SECOND WATTLE RIGHTLY AGAINST ME RRSI, DO NDI OV.wAR ROPE SHOULD BE nC0 i0 ilE STAVES ATHCROSS THE wAlnC.
TIE ENDS SFAS E NETTLE$ AT EACH ENp AND fOW FOUT „((, STAKES SHOED MEN BE CNVEN UNTIL E BALING WWE
W CENTER. FOR EXAMPLE, 1 ADJACENT ROLLS SHALL OR NnON ROPE Is SUFFICIENTLY SNUG r0 ME WATTLE.
A 25 FOUT WATTLE USES 6 STAKES GHnY —1 WEN WSIALLWG RUNNING ICNGMS OF w.ViRES, t0
A 20 f00T .ATTIE USES 5 STAKES PREVENT SHEnNG, WiT ME 4CW0 WATTLE nOHRv
A 2 FOOT WATTLE USES A SHINES �\ "?S' AGAWST THE FIRST. DO NOT OVERLAP THE ENDS. STAKES
SACH S BE C iI I Ft. FROM END. ACROSS FRCP AND W
STAKES SHOULD BE ON1N:N THROUGH THE u1DOlE OP ME NITRE. \ /�\, { i EACH SIDE Uf WATTLE LEANNG A"-6. OF STAKE
LF LNNC 2 - E INCHES Of THE SINCE PROMUDINC ABON: TIE \ \ \'/' \ ;JL. PROMUDINC WAT ME NITRE RATLINE wRE M unOH
wA RF. A H SECT L LOAD CULL TEND TO RCN THE \Y ROPE S1OU BE nED ILO SIANES 1N AN NWR GLASS I" w000 STAKES
OATTE UP AND CWlO %AL 1I OFT ME STAKES E MEr ARE \ \/ \C,\C/\ FO In (fRWT i0 BALK Of WATTLE "A ACROSS TO
OR1TM OOwN T00 LOW. r BE
NE¢SSARr LO uAKE A/v\/ IB"-2�
IN E NITRE wM A PK% END OP YOUR YAp00x IN ORDER TO \\ /\- FRONT OP WI THE "8 ACROSS TO BACK AW BACK TO
GET ME STAKE THROUGH THE sMAW. WHEN S1RAW WATTES /\ // \ \ 'LW�I':: W ONI UNFBAIwOF _ _A")FlE OPSNYLONS OPE IS5 "E. BFF.E "I"'
E u5ET1 FOR : GROUND APPLICATIONS N SLOPES.
THE STAVES \i�\ `\ 'AtfA� :y. SNUG r0 ME WATTLE.
SU
THE STAKES
DOPE: D LAAATo T wAiTIES ON SLOPES. OwvE f/ 'Al'CYWWM W
THE STAKES vERRENpNLAR i0 THE 4�E. \YYY��/.JJJ
DRIVE THE FIRST ENO STAKE OF THE SECOND WATTLE IT AN \ \/ I
ANGLE TOWARD THE FIRST WATTLE IN ORDER TO HELP ABUT THEY 1 . V WOOD STAKES /F\//\//\\/�\\ \/\//\\/\\ \
nGIHRY TOGETHER. E YOU HAVE DIFFICULTY DNNNG ME STAKE I8"-24'
TO EKMEYELY HARD OR ROCKY SLOPES. A PILOT BM MAv BE WeTTLES - DETAIL e
NEEDED TO BEGIN ME STAKE HOE.
GENERAL N _
1. WATTLES SHALL BE INSTALLED PER MANWACMRERS SPECIFICATIONS
2. d SLOPES. WATTLES SHOED BE INSTALLED ON CONTOUR PTH A SLIGHT ODANNANO ANCAE AT ME ENO OF ME ROW IN ORDER TO PREVENT
ONO PNG AT THE AD SE -ON.
3. RUNNING LENGTHS OF WArnES SHOULD BE ABUTTED FNMLY TO ENSURE NO LEAKAGE AT ME ABUTMENTS.
4. KRTG - OU LOPE'
SLOPE G SPACING FOR SLOPE E ARE THE
NS SHOULD BE DETERMINED By OF CONp IS
SLOPE GRADIENT AND SOL TYPE ARE THE YAIH FACTORS • 0000 RVIF OF MUuB IS:
:I SLOPES - ILO FEET APART
21 S. 5 - 20 FEET APART
31 SLOPES 30 FEET APART
1:1 SLOPES 40 FEET APART, ETC.
HOWEVER, ADJ1SNENTS WAY H�VE TO BE NICE FOR ME SO. TYPE: FOR SOFT, LOAMY SOLS - AOAJSr ME ROWS CLOSER TOCEINER, FOR
HARE, ROCKY SCLS - ADJUST E ROWS TURNER APART.
A SECONDARY WATTLE PLACED BEHIND THE ABUTMENT OF TWO WATTLES 15 ENCOURAGED ON STEEP SLOPES OR WHERE JONTS HIVE FAILED IN ME
PAST.
5. STAaxG..
THE CITY RECOYWENES USDIG WOOD STAKES TO SECURE ME WATIIES, 1/2" TO 5/a" REBAR IS ALSO ACCEP7ABIE. BE SIRE TO USE A STAKE
AI IS LONG ENOUGN TO PROTRUDE SEVERAL OUCHES ABOVE THE WATTLE: 16" IS A GOOD LENGTH FOR HARD. ROCKY SO., FOR SOPr LOAUY SOL
USE A 24• STAKE.
IF THESTABLE
AREA BEHIND MSI ME INLET 1S NOT
SIDEWALK
VENT 2ED. A BLIP $MOULD BE THC N
PREVENT SEGIUEN! mW ENTERING ME INLET
TOP BACK CURB
040 INLETT
SOEwALK f EPROPOG OR FLOW NNE
OP
1� 1
WATTLE A- WATTLE •6• IT
NAILING PRE
nON ROPE
PsrAu FLOW TOP
BACK Wqe
6" ro Y� pw TOP BACK CURB ROW NNE
TTLE FLOW LINE
up a W r ER J
FLOW STORM WATER LINE LOWe4 FLOW
4DIUENT
INSTALL. B" TO 10" CIA WATTLE DEPo4 n.
\ EWE
\ SECURE wM SAND BADS (TYP.) up OF CUTTER
ST(FM WATER LINE
LIP OF OUirER HOPE: WSTALL 0" TO 10" pI WAIRE
DEPOSITION 4CW
ZONE STALL GAI E "TR"TRUEWONAY BETWEEN PPACTED 1NLEIS AND CWSMUCCON DISTURBANCE. SAND BAGSE IT! wPM )
SE- wM SAND BAGS
GUTTER PROTECTION SETUP WATTLE FILTER DETAIL
INLET PROTECTION SETUP - O
Creation Dote: I I\12\07
Cf
T
SO_____
As Constructed
Project No./Code
Iniliols: JDL
FoKyort Collins
/��f�..
EROSION CONTROL DETAILS
Lost Modification Dote: 12 15 O8 Inil'uk: JDL
No Revivons:
AOC M455-074
Full Palh:
-
281 FJorih Colk," A.enue
1420 2nd Street
CrseleT, CO 80631
Revised:
Designer: J. LOFTON
]Sheet
) 5572
DraWi Fde Name: 104601200FOR-EC.dw
9
FoTI Collins, CO 80522
PIWne: (970) 350-2126
DelDiler. J. LOFiON
Azad Ver. 2007 $tole: Units: ENGLISH
Phone: (970) 221-6605
FAKE 970 221-6378
i�%: (970) 350-2198
4 PJO
Void:
Subset GRADING
SIIh5e1 Sheet: 4 of 7
Sheet Number 44
NE'\ 1�'�+�\ 1 \wom
BE CI ED $MALL
® ® � N6TOURRp AfE
rRE A Erv0.05E0 NBUL4P
1 1/2. OROSNEO R— PARKER
COKG E E
PUN VIEW aLoas
1/2- TO 1-0 LC OM TOP K NRB
OVERFLOW
VEL0.0TERR ^ WVaO SNO
RauOET
l
� dM8 WEFT
SECTION A -A
CURB INLET BLOCK AND GRAVEL FILTER
(Inn r sort
GENERAL NOTES:
I. INTERIM CONFIGURATION INLET PROTECTION IN STREETS SHALL BE INSTALLED WTHIN 48 HOURS OF POURING INLET. INLET
PROTECTION (AFTER PAYING) SHALL BE INSTALLED WITHIN 48 HOURS AFTER PAVING IS PLACED.
2. CRUSHED ROCK SHALL BE FRACTURED FACE (ALL SIDES) AND SHALL COMPLY 1WM 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 WITH 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 (MUTCD).
5. OTHER CURB INLET PROTECTION METHODS WILL BE ALLOWED IF APPROVED BY ME CITY.
MAINTENANCE NOTES:
1. ME 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 WHEN THE SEDIMENT DEPTH UPSTREAM OF
3, ROCK BERM IS 2 1/2" OF THE CREST.
INLET PROTECTION IS TO REMAIN IN PLACE UNTIL ME UPSTREAM DISTURBED AREA IS STABILIZED AND GRASS COVER IS
APPROVED. UNLESS ME CITY APPROVES EARLIER REMOVAL OF INLET PROTECTION IN STREETS.
Donnuter rile Intormotion
Index
oT Hevlslons
F-cnyaT _ �pT
ft Collins
1
1420 2nd Slreel
281 North Coll Avenue G le CO 80631
ego Y•
Fort Con.ns. CO 60522 Phane: (970) 350-2126
Phone: (97" 221 -6605 FAX (970) 350-2198
FAX: 970 221-6378 R Ian 4 PUG
As Constructed
on Dole: 11\12\07 Initials: JDL
No Revislwls:
Modilkation Dole: 12 15 O8 Initials: JDL
loth:
Revised:
I File Nome: 104601200FOR-EC.dl
Vaid:
Ver. 2007 SEole: 1:50 Uni1Y: ENGLISH
1UBULM
Y4RXCP
EROSION CONTROL DETAILS
...... .....
Project No./Code
ADC M455-074
15572
i1 7 Sheet Number 45
WATTLES ARE TO BE TIGHTLY ABUTTING WITH
�NO CAPS AND ANCHORED WITH SAND BAGS
IP-2
AROUND THE ENTIRE OUTSIDE PERIMETER.
A A
DROP INLET
PLAN VIEW SAND BAGS
WATTLES
OVERFLOW
RUNOVD11lP
•
INLET
SECTION 1-A
AREA INLET PROTECTION
IP-3
— TOE OF FILL
WOOD STAKES
rCULVERT
FLOW —
WATTLES
MAINTENANCE NOTES:
FES INLET PROTECTION
1. 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
SECTION VIEW
GENERAL NOTES: -
1. THE MAXIMUM TRIBUTARY AREA IS LIMITED TO 0,25
^ r
ACRES PER 100 FEET OF FENCE.
J
2. INSPECT AND REPAIR FENCE AFTER EACH STORM
EVENT. REMOVE SEDIMENT WHEN ONE HALF THE HEIGHT
II-
OF THE FENCE HAS BEEN RULED REMOVED SEDIMENT SHALL
BE DEPOSITED IN AN AREA TRIBUTARY TD A SEDIMENT
BASIN OR OTHER FILTERING MEASURE,
SILT FENCE
® CITY OF FORT COLLINS
WATER CONSTRUCTION
APPROVED.
DETAIL
UTILITIES
DRAWINGS
DATE: 12/27/0o
_ [)
D U
DRAWN BY: NEL
��••• • • `
Creotion Date: 11\12\07 Irritiols:
I--
.. R` wull
c, yas
�0T
As Constructed
Project No.
j No./Code
JDL
Fort Collins
_—_
EROSION CONTROL DETAILS
Last Modification Dole: 12 15 08 Initials: JDL
No Revisions:
AOC M455-074
Full Path:
281 Wrth Colp. Avenue
Ie20 2M Street
Greeley, CO 80631
Revised:
Designer J. LOFTON
15572
Dro.i File Name: 104601200FOR-EC.dw
Fort Conins, CO 80522
Phone; (970) 350-2126
Delailer. J. LORON
Accra Ver. 2007 Scale: 1:50 Units: ENGLISH
Phone: (970) 221-6605
FAX: 970 221-6378
FAX: (970) 350-2198
i- 4 PJG
Void: `
Sheet Subset GRADING
Subset Sheel:: 6 of 7
Sheet Number 46
50P
HPµD
Op0
P
PU0V1C
G�
1/2"-3/4" FILTER LAYER
1 112"-3' ROCK
\
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.
Initials: JDL
I Full Path:
6" SOIL COVER
2M50
S -ice
__, � 50 '
-L/2- L/2
6" GRANULAR BEDOING
D = 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 WILL BE
WET BRUSHED AND CLEANED OF GROUT
TO EXPOSE RIP -RAP COLOR.
% SMALLER THAN INTERMEDIATE ROCK D50
RIPRAP
GIVEN SIZE DIMENSION
DESIGNATION
BY WEIGHT IN H IN H
TYPE VL
70-100 12
50-70 9 6`•
35-50 6
2-10 2
TYPE L
70-100 15
50-70 12 9"
35-50 9
2-10 3
TYPE M
70-I00 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 2
2-10 9
• BURY TYPES VL AND
L WITH NATIVE TOP SOIL AND REVEGETATE TO PROTECT FROM VANDALISM
STORMWATER
CONSTRUCTION
RIPRAP DRAWING
DRAWINGS
Cl,y aT
IfIT
As Constructed
,Fort Collins
---
No Reusions:
1420 2nd Street
281 North College Avenue
Fort Collins, CO 80522
Greeley. CO 80631
Phone: (970) 350-2126
Revised:
Phone: (970) 221-6605
FAX (970) 350-2196
Void:
FAX: 970 221-6378
R ion 4 NO
EROSION CONTROL DETAILS
Project No./Code
AQC M455-074
15572
7 of 7 Sheet Number 47
1. Site Description
Additional information for permitted projects. For information only to fulfill the CDPS-SC?
(Colorado Discharge Permit - Stormwater Construction Permit)
A. Project Site 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
s. relocationThe 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 Major 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; 5)
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.
istlne Vegetation. Including Percent Cover: Ranges from bluegrass turf to dryland
ground cover-90% cover.
Date of survey: October, 2008
F. Potential Pollutants Sources: See First Construction Activities under Potential
Pollutant Sources. The ECS shall prepare a list of all potential pollutants and their
locations in accordance with subsection 107.25.
G. Receivine Water:
1. Outf.Il 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 be 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.
b. The source and BMPs are identified in the SWMP.
c. 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
2. Site Mao Components
Pre -construction
A. Construction Site Boundaries
B. All 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 Vegetation
3. SWMP Administrator For Design: The Contractor shall be responsible for developing a SWMP
prior to construction 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.)
e. 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
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
construction.
BMP
TYPE OF
CONTROL
BMP as
Designed
In
use
on
site
FIRST
CONSTRUCTION
ACTIVITIES
DURING
CONSTRUCTION
INTERIM/FINAL
STABILIZATION
Earth Berm/Diversion
erosion
X
x
Check Dams
sediment
X
%
X
Silt Fence
sediment
X
X
%
%
Erosion Lags
sediment.
IX
X
X
X
Temporary Sediment
Trap/Basin
sediment
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
Concrete Washouts
construction
%
X
X
Stabilized
Construction Entrance
construction
x
X
X
x
De.atering
sediment
X
X
Temporary Stream
Crossing
erosion
x
ix
X
Other
""' "' "
"'
cli
rya
)fir
As Constructed
Project No./Code
Crmlion Date: 11/12/07 Inilipls: JDL
FortColllns
STORMWATER MANAGEMENT PLAN
Lost Modification Date: 10 24 08' IniUols: JDL
��
No Revisions:
AN M455-074
Full Path:
281 North College Avenue
1420 2nd Sueel
Greeley. CO 80631
Revised:
Desi a J. L0Z
9n r'
) 5572
Dmein File Nome: ,04601200FOR—SWMP.dW
Fort Cd1�na. CO 80522
Phone: (970) 35012126
DelaiMr. A. L17 N
Acod Ver. 2007 Scale: N/A Units: ENGLISH
/
Phone: (970) 221-6605
FAX: 970 221-6378
FAX: (970) 350-2198
nn 4 PAD
Void:
I
Sheet Subset: SWMP
Subset Sheet:: 1 of 3
Sheet Number 48
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
amp
Control
Designed
Site
Activities
Construction
Stabilization
Surface
Roughening/Grading
Techn'cues
Erosion
%
X
X
Seeding Permanent
Erosion
X
X
x
Seedin Tem orar
Erosion
X
%
X
Mulch/Mulch
Tackifier lErosion
X
X
X
Soil Binder
Erosion
X
x
Soil Retention
Blanket
Erosion
x
x
X
%
Vegetative Buffer
StrIF,
Erosion
x
x
X
x
Protection Of Trees
Erosion
%
%
X
X'
Preservation Of
Mature V... tation
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.
0. Offsite Drainage (Run On Water)
1. Describe and record BMPs 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
Resoonsibilities of the SWMP administrator/erosion control supervisor during 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 Handline And
Spill Prevention
A. Stockpile Management
B. Grading And Slope Stabilization
C. Surface Roughening
D. Vehicle Tracking
E. Temoora ry Stabilizer ion
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. Niew Inle/Culvert Protection
]. Street Cleanine
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).
B. Record Keeoine
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 0.1 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'
Agropyron cristatum 'Ephraim'
5.0 25%)
Intermediate Wheatgrass 'Amur'
E1 tri is intermedia 'Amur'
6.0 (20X
Perennial R e rass 'Affinit '
Lolium perenne 'Affinity'
3.0 15X
Russian Wildr a 'Vinal'
Pseudoroe neria s icata inermis 'Vinal'
4.0 15X
Total
-
24.0 100%
L.Om u[er rue IniormoUpn
Inoex
Or nevlslons
city or
/Oj
As Constructed
Project No./Code
Creation Dote: 11/12/07 initials: JDL
ForfColhns
STORMWATER MANAGEMENT PLAN
Lost Modification Dale: 10 24 OB Initials: JDL
'
___
No Revisions:
AQC M455-074
Full Path:
281 NaHh Colle Avenue
ye
u20 tad str t
Greele CO 80631
y.
Revised:
Designer: J. LOFTON
15572
Drawin Vile Nome: 104601200FOR-SWMP.dw
Fort Collins. CO 80522
Pnone: (920) 350-2126
Deloiler. J. LOFTON
Aoad Ver. 2007 $COIe: NSA Units: ENGLISH
Phone: 70)2 1-637805
FAX: 920 221-6]78
FAx: (970) 350-2198
4 PJD
Void:
Sheet Subset: $WNP
Subset Sheet: 2 0l }
Sheet Number 49
B. Seeding Application: 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 h tons of certified weed 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 hydroseeding
will not be allowed.
E. Soil Conditioning And Fertilizer 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. Reseeding Operations/Corrective Stabilization
Prior To Final Acceptance.
1. Seeded areas shall be reviewed during the 14 day inspections by the Erosion Control
Supervisor for 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 COOT 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 Stormwater Quantities
Pay Item
Description
Unit
Quantity
203
Bladlng
Hour
203
Backhoe
Hour
203
D-in
Hour
203
Combination Loader
Hour
203
Sweeping (Pick -Up -Broom)
Hour
207
Topsoil
Cy
593
207
IStockpile Topsoil
Cy
1907
207
Topsoil (Special)
Cy
923
208
Erosion Lo (12 Inch)
Lf
208
Erosion Lag (18 Inch)
Lf
208
Wattles (25 ft Sections)
Each
5.2
208
Sand Bag
Each
208
Silt Fence
If
515
208
Construction Fence
Lf
900
208
Sediment Basin
Each
208
ISediment Trap
Each
208
Check Dam
Each
208
Concrete Washout Structure
Each
1
208
Storm Drain Inlet Protection (Type 1
Each
3
208
IStorm Drain Inlet Protection (Type 2)
Each
2
208
Storm Drain Inlet Protection (Type 3)
Each
208
Temporary Slope Drain
If
208
Stabilized Construction Entrance
Each
2
208
Sediment Removal And Disposal
Ls
208
Sediment Removal And Disposal
Hour
208
Sediment Removal And Disposal
C
208
Erosion Control Supervisor
Da
208
JErosion Control Supervisor
Hour
75
em orar Berms
Lf
ravel Ba
Lf
ilt Berm
Lf
eedin Native
cre
d
eedin (Temporar )
cre
oil Conditionin
Acre
ulchin Weed Free Ha
Acre
ulchin Weed Free)
cre
ulchin (Weed Free Straw)
Acre
213
Mulch Tackifier
Lb
213
Soil Binder
Acre
213
Flexible Growth Medium
Acre
216
Soil Reten Blanket Sec
S
216
Soil Reten Blanket (Plastic)
S
216
Soil Reten Blanket (S/C)
S
700
Erosion Control
Fa
1
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 in 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 BMP on the SWMP 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
I�rosion boles (weed free) 1 ground
I
r9 FT MIN.
Xcavatetl area 2 FT IN
0 15 FT MIN. + Excavated area
e A,
CONCRETE WASHOUT STRUCTURE Not to scale
PLAN VIEW
ontoinmenl are.
CROSS-SECTION
A -A'
C liy of
FortColl►ns
)pr
_ _
As Constructed
STORMWATER MANAGEMENT PLAN
No Re,isa-
281 North College Avenue
Fort comma. co 80522
Pnone: (9]0) 221-6605
FAX: 9]0 221-6378
1420 2na Street
Greeley, CO 80631
Phone: (970) 350-2126
FAX: (970) 350-2198
: PJC
Revised:
DiJ. LOFiON
gner'
Void:
Detoder: J. LOFTON
Sheet Subeel: SWMP
I Subset Sheet: 3 of
AQC M455-074
15572
Sheet Number 50
SECTION 00100
INSTRUCTIONS TO BIDDERS
J El.
EX 19 45
1
NE 19 x45'
.—..... FES EX \-1,IL`,li HE SD (1J i
--- I Ea
"\ 6' SDMH I
STA 16+69.20, 8.46' LT=
1 CL STA 55+66.04, 78.72' RTI
(SEE NOTE 6)II,
m
Ir it O w Qg
=1 1. NOTE,
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
o
5095
5095
�
o
L.i O
w
U?
Z
na
+00
=
+
9'
Q
3
�
o h
;
N 11
O Q
II
^
NZ
w
tDK
� WN2
5090
�WW
5090
EXiSnro
GROU
5085
_. - _
-E1 ....-_.- ..-.._ E2 ---
"- — — — —
— — �5085
\ \ 102
LF /EJ AND 99 GF (l) OF
/
/
EX
.._... _.
29'x45"HERCP 0 0.62
__ -.....
i ' PR
POSED GRADE
ES
15 LF (w) 0.33%
OF 29".45" HERCP
5080
5080
AND E6
12 LF (E) 0.42%
TYPE L RIPRAP
PAD
18" DEEP W/ 6"
SOIL COVER
AND 6" TYPE II
BEDDING
18+00
17+00
16+00
MATCH EX.
0100 X 1.33 = 238 CFS
SLOPE=1.0%
VELOCITY=6.4 FPS
p,1
CROSS-SECTION A -A
N.T.S.
2%
E�
2' MIN
BENCH 0 2%
Computer File Information
Index
of Revisions
oftyof
lOT
As Constructed
STORM SEWER
Project No./Code
Creation Date: 11/12/07 IniWls: JDL
Collins
Last Modificalion Date: 12 15 08 InitiOls'. JDL-!�'-
"Fort
No Revisions:
PLAN & PROFILE
AOC MOSS-074
Full Path:
281 Norin Cole Avenue
ga
1420 2nd Street
Greela CO 80631
y.
Revised:
Designer: J. LOFiON
15572
Drowin File Name: 104601200FOR-PP-STRM.dw
Fort Collins, CO 80522
(9J0) 221 -6605
Phone: (970) 350-2126
Oetailer. J. LOFTON
Acad Ver. 2007 Scale: H-1:50 V-1:5 Units: ENGLISH
FAX:
FAX: 970 22t-6378
FA.: (970) 350-2198
lt4 PJC
Void:
Sheet Subset: STORM
Subset Sheet::
I of 2
Sheet Number 51
,W WAll S
NAaeloNy
tl,. ZH
I. N N
THE WOODLANDS
Ft
FS CONDOMINIUMS P.U.D.
'�15'
NOTE:
36" FES
TYPE R' INLET
, .(STA 11+66- I / �`:' \�
�I
1. REMOVE THROAT INLET AND POUR NEW DECK AND SOLID FLAT TOP WITH
STANDARD ACCESS MANHOLE RAISED TO FINISHED GRADE.
STA 12+15=
(
CL STA 50+89.37, 75.00• L7-�
CL STA 51+20.79, 109.35' LT
� ...,
� STA 50+ 9_3 —
1l0-Eji :.
2. ALL STORM PIPES SHALL BE INSPECTED BY THE CITY OF FORT COLLINS.
---
E
(MODIFIED EX INLET (SEE NOTE t) - _• _ t" �'/
"-,.STA 11+28- `_ Ex J66"FES \\ 0!I
3. RCP STORM SHALL BE CLASS III WITH WATER TIGHT JOINTS (ASTM C443).
'.. < '.,CL STA 50+7168, 42.35 LT - \'�p "-
4, CL AND FL STATIONING AT INLET IS CENTER OF FACE OF STRUCTURE AT FLOWLINE.
•
..... _
- -' �
,_.,Ex J6' "� ��"__1
-
5. ALL OTHER STATIONING IS CENTER OF STRUCTURE.
_...
'ONE - -
E...
- s
0
25
SC
D 25 50
HOR1
ZT
'EI -- 5D
I�
J N] H
�'l U
SCALE.
VERTICAL
1"- 5'
Full Path:
�
1p
II
In
+1
co
W JI
Y40
2h
co
N
�I lI
+t/10
II
N7Z
Q:
\
,POSED
GRADE
/
—5080
I/
44 LF OF 36" RCP O 0.6% tJ
(LENGTH INCLUDES FES)
,075 Ft
20 CF OF EX
J6" RCP ® J 5X
1
20 CF OF EX J6"
RCP 0 1.9X
12+00
Outer File Informotion
11/12/07 Ini(iols: JOL
Dote: 12/ 15/08 lniti.k: .IDI
)R-PP-S
:50 V-1:5
100-
11+00
\ EXIST/NC
\ J E LEC GROUND
\
\
\ 50E
As \
70 CF OF E,y tI
J6" RCP , 09X `I
10+00
FO�fhns
281 North College Aenue
Fort Collin,, CO 80522
Phone: (970) 221-6605
F.. (9]0) 221-6378
MATCH EX.
0100 X
SL
VELD(
CROSS-SECTION B-B
N.T.S.
lOT
As Constructed
No Revisions:
1420 2na Street
Greeley. CO 80631
Phone: (970) 350-2126
Revised:
FAX: (970) 350-2198
Void:
M 4 PJG
STORM SEWER
PLAN & PROFILE
2%
AOC M455-074
15572
Sheet Number 52
I
Full Poth:
LEGEND
0 EXPANSION JOINT
® DOWELED TRANSVERSE CONTRACTION JOINT
QE LONGITUDINAL CONTRACTION
R-INT-CONC,
:30 Units:
BROPHY
SHIELDS STREET PROPOSED CONC
CROSSWALK (TYP)
FRONT RANGE
COMMUNITY COLLEGE
CCC__Ny of
R/rt�s
281 North College Avenue
F.rl Collins. CO 80522
Phone: (970) 221-6605
FA%: (970) 221-6378
�r•
LIMITS OF • •
CITYOF FORTCOLLINS
W. HARMONY ROAD IMPROVE ENT
�6
PLANS • ' • •
® ®� 11 ®�
.
M11
:.
0I nhl
e.o'
M1 n
o I IT
10s'--1g.o'= u.o'-
I I I n
1 A A
r lot
V A r L 15 0 Is J0
n -
LIMITS OF CONSTRUCTION
(SEE CITYOF FORT COLLINS
W. HARMONY ROAD IMPROVEMENT
PLANS FOR CONTINUATION)
�p7 As Constructed HARMONY/SHIELDS INTERSECTION Project No./Code
N. Ravi:i.n.: CONCRETE PAVEMENT JOINT PLAN AOC M455-074
1420 Zee SI-1 -
Greeley. CO 80631 Revised: Designer: J. LOFiON 15572
Phone: (970) 350-2126 Moiler.. J. LOFTON
FA%: (970) 350-2198 void: $heel Number 53
R ion 4 A Sheet Subsel: CONC INI Subset Sheet:: 1 of 2
PINEVIEW P.U.D.
PHASE 11
i, K
LEGEND
AO EXPANSION JOINT
® DOWELED TRANSVERSE CONTRACTION JOINT
(D LONGITUDINAL CONTRACTION
SHIELDS STREET
EX C&G
THE WOODLANDS
CONDOMINIUMS P.U.D.
Computer File Information
Index
of Revisions
cNrar
FoFtC011ins
281 North Co9ega Avenue
Fart Couim. Co 80522
Phone: (970) 121-6605
FAY: 970 221-6178
ITT
_____
1420 2ad Slraat
Graalay. CO 80631
Phone: (970) 350-2126
FAY: (970) 350-2198
R ion 4 PJO
As Constructed
HARMONY/SHIELDS INTERSECTION
CONCRETE PAVEMENT JOINT PLAN
Project No./Code
Creation Dote: 11/12/07 Initials: JDL
Lost 4odi6colion Dole: 12 1s 08 InRiols: JDL
No Re.ieiana:
AOC M455-074
FWI Polh:
Rc.ised:
Designer: J. LOFTON
1)661er: J. LOFiON
15572
Droain Fee Nome: 104601200FOR-INT-CONC.dw
Acod Vcr. 2007 Scale: 1:30 Units: ENGLISH
Void:
$heel Number 54 71
Sheet Subset: CONC INI
Subset Sheet: 2 0l 2
44+50
■ENEE■E■I■I■E■■E■■■■■■■■■■
1■■■S■■■■I■IE3O®w�!Nl ■■IE■■■■■
■IT�fI■■■■0111se y■G_�I��:■■■■ire■
■■■■■■■■I■I■iiwM■E.l,■■ii■■■■■■■
NOON■■■■I■I■■■■lI■■■■■■■■■
... ■■■NO■■■I■I■■■■[NLA■■■■■■■■■
•. •-
■■E■■E■1■i■i1■■■■■■■■i■■■■W ROW ■
MEN
.. NOON■■■I■�■■�■■NEE■■■■■■■■■
s 80 11.
43+50
5088--■E■■ ROW ROW
■■■■■■■�■■►NISI■■■■■■■ ..
.Ism■■■■■■i■■=o■iaa■■■■■■,:.
:.
,.
ROW ROW
.:: ■■■■■■■■■■■■Il,E■Ill!■■■■■■■■ .::
5088
5084
5080
5088
5084
5080
•
5092 P ROW ROW
■■■■■■1■1■■■■■■■■■■■■■■■■■■
.. seseel■���■el�lsl�e!■�■e�e■■�a�■■�es
••
ROW TYPE 2 (SECTION 118) C&G-\ ROW
■■■■■■�{L■■�,lf\■■I■
■■■IOlii�■I■I■=■J■kkaO.:.�■1■■I■I■■■
t. ■■■■■■■�■�■■■■■cif■■■■■■I■I■■■
ROW 45+50 ROW
■■■■■■■1■1■i■i■s OE■NIM!NONE
5092
O88
5084
092
088
5084
088
5084
••
ROW ROW
NOON■■■■I■It■■■■■I■■■L■■■■■
,. NOON■■■■I■I■■■■EMI■■■■■■■■■■
.:. NOON■■■■I■I■■■■E;IG�■■■■■■■■■ .:.
44+75 (COLLINS DRIVEWAY)
ROW ROW
5088 _2 X 5088
5084 m 5084
0 0
5080 5080
—140 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100
L'om user me Inrormouon Inoex of Kevlslons As Constructed Project No./Code
Creation Dols 11\12\07 _ Initials: JDL 'o Col ins '�'T SHIELDS CROSS SECTIONS
Lost Modification Dot,: 12 1s 08 Iniliols: JDL r�f�, No Revisions: AOC M455-074
Full Polh: 1420 2nd St—t Dei cr: J. LOFtON
281 Norm Coo.9. Av.nu. C,.a.y. CO 80631 Revised: g" 15572
Fort Collins. CO 80522 anon.: (970) 350-2126
Oro File Nome: 1046O12OOF0R-x5 Shields .dw Moiler: J. LOFiON S5
Phone: (970) 221-6605 FM: (970) 350-2198 Void: Sheet Number
4M V.r 7007 Brute 1�40H 1:10V Ilnils: FN(:I ISH ,4r foynl »_11. R.e�-n . PY. Slwl Suh<.h fROSS SFfi10NS Snha.l Sh.rl 1 nl 4
.
ROW ROW
■■■■■■I■1■■■1!�■■©■■l�AI■I■■■
■■f?iii'OG1�=1 BE �Ci:: ■■i�l i:iii■QM
■■■■■■I■Ir:■�J■■■1ii=�1■■1■I■■■
:..
,.. ■■QNe■1■�'!■�■f.=tee■■■ra�il,i■■■ :
■■■■■■sib:: ___�`■■■ ■��ir•IiiOQi�
,., ■■■■■■1■1■■■■■■■Ifs■■■■■1■I■■■ ,:r
1..■■■■■■ii�13E�',C'1�:!i5:=■��w�e��l-��I■■■
■■■■■■I■iiiE■■J■■ii■■■=i■I■I■■= ,.
..
5092 ROW ROW
■■■■Ia+�■■■■I■1■■■
,: ■■■1�'r�'■■■=J■■ii�i■■: s=■■ice■
■■■■■■■■■■■■■1wwM■■■■1■1■■■
HARMONY/SHIELDS
INTERSECTION
• ..
'\
Creation pole: „ \12 07 Initials: JDL
a
Foat�tCollins
J0Z
As Constructed
SHIELDS CROSS SECTIONS
Project No./Code
Lost Modification Dale: 12 15 O8 Initials: JDL
No Reeisws:
AOC M455-074
Full Path:
281 North Co11.9e Avenue
1420 2nd Street
Greeley. CO 80631
Revised:
Designer: J. LOFTON
) 5572
D,Z Fik Nome: 104601200FOR-XS Shields .dw
Fart Col'm. CO 80522
Prone: (970) }50-P 26
Deloikr. J. LORON
Arad Ver. 2007 Scok:1:40H 1;1OV Units:ENGLISH
Phone: (970) 221-6605
FAX: 970 221-6378
FAX: (970) 350-2198
4 PJO
Void;
Sheet Subset: CROSS SECTIONS
Subsel
Sheet- 7 n1 4
Sheet Number 56
52+00
5088
5084
5080
5076
5088
5084
5080
5076
-140 -120 -100 -80 -60 -40 -20 0 20 40 60 80
51+50
5088 DE UE I
ROw ROW 5088
L2.05 _
\ 5084 5084
5080 — 5080
5076 0 5076
� h
-140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100
51+00
5
5
5
5
■■■■IirUmmi--_�Ni■1.=.I■■NO■EN
-140 -120 -100 -80 -60 -40 -20 0 20 40 60
•
ROW ROW
■1■EENNINEENEENE■NEON
WENNEEM
mishMANNIONEENNEEMEMEN
Imam
4 e e e 20 40
•
•: 'i'1C0'i'EI■■L��iO�l�■Nl�il■■
e e 0 20 40
52+50
5088 5088
LK
5084 5084
5080 5080
5076 5076
80 100 -140 -120 - -100 -80 -60 -40 -20 0
088
084
080
076
20 40 60 80 100
w 10 0
HORIZON
20 10
-
Computer File Information
Index of Revisions
cllyar
Fort Collins
'-
281 Norm College Avenue
tort Collins. CO 80522
Pnone: (970) 221-6605
FAX: 970 221-6378
SOT
_____
✓1'p'1L.1S
1420 2ne Street
Greeter. CO 80631
Pnone: (970) 350-2126
FAX: (970) 350-2198'
1 4 NO
As Constructed
SHIELDS CROSS SECTIONS
Project No./Code
Creation Dale: 11\12\07 Initials: JDL
No Revisions:
AQC M455-074
Lost Modification Date: 12 15 O8 Initials: JDL
FiAI Path:
Revised:
Designer; .J. LOFiON
goer.
15572
Detail r, J. LUiON
Dr File Nome: 104601200FOR-XS Shields .tlw
Void:
6heel Number 57
Sheet Subset: CROSS SECTIONSI
Subset Sheet:: 3 of 4
Aced Vet. 2007 Scale:1:40H 1:10V Unlls:ENGLISH
.•
ROW
5088
■■i■■■■EIN■■�■■■■�■■i
,..
I■
s
1■■■■■■■�{�■■■■
, _. ,
■
s _ s
'■■■■■■��yF[Y11�■■■■
■■'■■■■■,■■■■■■©■■■■
501—
e 76
140
—120 •s s
s
s 20
40
•
ROW
ROW
..
■■■■■■'■■■■■■■■■.■■■
s::
s.
■■I■".1■■EN.■■■■■■■■
•.
_.
ME.
I
�
_
'■■■■■■■■Iyl�■■■■
s:s
s
■■■■■■'■■■■■■■©�■■■■
s 76
' ••
ROW
ROW
..
r..
■■I■■■■I■■■■■■■■■
Ell
■■■
■■
IEEE
■IEi■iS■NM.WMWU■■e
s
■■'■�.■I■■■■■■■■M■■■■
s
•,
I■■■■■■■NNEE■■
•
■
I■■■■■■■©lm■■■■
s
e
••
5092 ROW
■■■■■■■■■ I■eala■■■r::
r..me■=■■■■o�■■■■■■■■■
■■■■■■■■■■■■■■■■■■■
56+50
5092 Row ROW 5092
5088 — x
5088
5084 5084
5080
5080
—140 —120 -100 —80 —60 —40 —20 0 20 40 60
56+00
5092 ROW ROW 5092
5088 — — 5088
5084 5084
—140 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100
TYPE 2 (SECTION 118) C&G 55+50
ROW 7 PROPOSED GROUND ROW
SI EWALK
5088 5088
PROPOSED R TAINING WAL - — — —
nOR
GROUND
508a 5084
TYPE 2 (SECTION Is) C&C
LAN
5080DING ^ 5080
N
—140 —120 —100 —80 —60 —40- —20 0 20 40 60
-
to 0
HORI-L
SCALE:
-LE
I' Jd
__Al
.1 = 10'
Computer File Informotion
Index of Revisions
ayaT
Fort Collins
� �`1,
281 Nortn College Avenue
run Collin. CO 80522
Phorw: (970) 221-6605
FAz: 970 221-6378
1420 2M 51res1
rr 1ey. CO 80631
Phone: (970) 350-2126
FM: (970) 350-2198
4 PIG
As Constructed
SHIELDS CROSS SECTIONS
Project No./Code
Crearun Dote: 11\12\07 Initials: JDL
Lost Modification Dole: 12 15 08 Inil'wls: JDL
No Rwisions:
AOC M455-074
full Path:
Reymm:
Designer: J. LOFTON
) 5572
OrO.i File Nome: 104601200FOR-XS Shields
.dw
Arad Ver. 2007 Scale: 1:40H 1:10V Units: ENGLISH
Void:
DNoikr. J. LOFTON
$heel Number 58
Sheet Subset: CROSS SECTIONS
Subset
Sheet:: 4 of 4
I
I
I
I
1 I
Ap� W
I
I
I
I
I I
I I
O 90 W
SCALE: I"e IW'
I
I
I
I
I I
I
I
Z
PIN VIEW m 11
P.U.D. I 0. I1
OMITS OF
CONSTRUCTION
PHASE II i� WZ 11
6EECRVOFFORTCOLLINSHARMONYROAD
x g
COLLINS
BROPHY MPROVEMENT PLANS
FOR
CONTINUATION)
y
—W.i1pPNY
ACCESS TO
k CC U.S PRpPERtt
T ACCESS TO
PROPERTY
I3N, L[fi TURu u0VEu[x15
li
ill
> III
WEST CDR. OF W pAN TO i
BE CONSDiUC1E0 PNASE IBARRIERt0__.TANTAN
I
EU=0�m
.ECONSIE 1
FRONTRANGE
COMMUNITYCOLLEGE
NOTE:
1. PHASING SHOWN IS SUBJECT TO CHANGE.
2. SEE SPECIFICATIONS FOR DETAILED PHASING/MILESTONE REQUIREMENTS.
___________________________________-r___
------- _ _____________________________
z
1-
zw
UMIT Of-CONSTRUCTION�3
\`
tSEECNYOF FORT COLONS HARMONY ROAD
IMPROVEMENT PLANS FOR CO TIN ION)
THE WOODLANDS ` THEWOODLANDS
( .
m
\1\\
CONOOMINIums CONDOMINIUMSP.U.D.
tp
1DA
1
P.U.D.
I
fII\
f
I
I I
<
z
`t
O
F
SHIELDS STREET CONSTRUCTION AREA
IOp••••••i•••s
�p•�i�•i�•i�is�
HARMONY ROAD CONSTRUCTION AREA
L.om u[er rile InTormotion
noex oT mevlslons
atyaf - �p7
Fort Collins _
�1-1�- �T9eS
1420 2M Streetner.
281 NRrlh Couege Areeua Creeks, CO 80631
Fort Collins. CO 80522 P= (970) 350-2126
Pnone: 70)0) 221-6605 FM: (970) 350-2198
FM: 9]0 221-6378 ion 4 PJO
As Constructed
SHIELDS PHASING PLAN
PHASE 1
Project No. Code
) /
Creotion Dote: 11/12/07 Initials: JOL
No Revisions:
AOC tA455-074
Lost uoditkotion Dole: 12 15 08 Iniliols: JDL
FDII Path:
Revised:
5 J. LOFiON
15572
Oetoikr. J. LOFTON
Droei File Nome: 104601200FOR-PH.dw
Void:
Sheet Number 59
Shed Subset: PHASING
SuOSEI Sheet:: 1 01 3
Atod Ver. 2007 $Cole: 1:100 Units: ENGLISH
I
I
COWNS
BROPHY \
I
alllRRTURN YOYEYEMiS-
ISEE CITYOF FORT COLLINS HARMONY
I.MRROVEMENTI—NSFORCONTINUA
I
I
PINEVIEW
P.U.D.
PHASE II
----'---------
SHIELDS STREET
—►
— — — — — —
-EAST CURB OF nED,vl TO BE
/CONSTRUCTED In PHASE 2
PORTION OF YEgAN AND wAXERO&N
To
I
W
/
~
BE CONSTRUCTED IN —SE 2
Z
LIMITSOFCONSIHUCI'ION //// < +i
(SEECITVOF FORT COLLINS HARMONY ROAD V�`\�
0
A THE WOODLANDS
IM OVEMENT PLANS FOR COi\INU low
lry \�
THE WOODLANDS
W
FRONT RANGE
COND I I IUMS
CONDOMINIUMS P.U.D.
X
COMMUNITYCOLLEGE
f
I 1
;
t
rvi
OO
NOTE.
I
I
1. PHASING SHOWN IS SUBJECT TO CHANGE.
I x
2. SEE SPECIFICATIONS FOR DETAILED PHASING/MILESTONE REQUIREMENTS.
SHIELDS STREET CONSTRUCTION AREA
HARMONY ROAD CONSTRUCTION AREA
'
Computer File Information
Index
of Revisions
�haa Apr
�FortCollitl5
�.���
1420 2r Street
281 Norlh College Avenue Greeley, CO 80631
For' COIIina. CO 110522 Plum: (970) 350-2126
Phone: (976) 221-6605 FAX: (970) 350-2198
PA%: 970 221-6378 ue 4 PJG
As Constructed
SHIELDS PHASING PLAN
PHASE 2
Project No./Code
Creation Dote: 11/12/07 Initials: JOL
Last 4odilEolion Dole: 12 15 08 Initials: JDL
No Revisions:
AQC M455-074
Full Polh:
Revised:
Designer: J. LOFTON
15572
Oroein File Nome: 104601200FOR-PH.dw
EH
Azad Ver. 2007 St ale 1:100 Units: ENGLISH
Void:
Detailer. J. LOFiON
Sheet Number 6D
Saul SuMel: PHASING
Subset Sheet-
2 ol.3
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the
Standard General Conditions of the Construction Contract (No. 1910-8,
1990 ed.) have the meanings assigned to them in the General Conditions.
The term "Bidder" means one who submits a Bid to OWNER, as distinct from
a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder"
means the lowest, qualified, responsible and responsive Bidder to whom
OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an
award. The term "Bidding Documents" includes the Advertisement or
Invitation to Bid, Instructions to Bidders, the Bid Form, and the
proposed Contract Documents (including all Addenda issued prior to
receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the
Invitation to Bid. No partial sets will be issued. The Bidding
Documents may be examined at the locations identified in the Invitation
to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids;
neither OWNER nor Engineer assumes any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410,
00420, and 00430 fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available
on the above terms, do so only for the purpose of obtaining Bids on the
Work and do not confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must
submit at the time of the Bid opening, a written statement of
qualifications including financial data; a summary of previous
experience, previous commitments and evidence of authority to conduct
business in the.jurisdiction where the Project is located. Each Bid must
contain evidence of Bidder's qualification to do business in the state
where -the Project is located or covenant to obtain such qualification
prior to award of the contract. The Statement of Qualifications shall be
prepared on the form provided in Section 00420.
3.2. In accordance with Section 8-160 of the Code of the City of Fort
Rev10/20/07 Section 00100 Page 1
g
1
PIN VIEW m
II L_ i I I P.U.D. 0.
MIT1I
__ _ -'--- SOFCONSTRUCnory PHASE II
r ` (SEE COYOF FORT COW NS HARMONY ROAD I 1d
COIWNS BROPHY IMPROVEMENT PLANS FOR CONTNU—N) 19 <
�_1 1 1 BARPIFA Ia PR6LENT _I ___—_--- I 1
L[(T II1RN uO�fuEN1S I I I --- I
�— �— 1 \ 1
y _______ _______- �► SHIELDS STREET
--________-.--------------------------------------_---
_`\ \\ _` --------------------------
w
U—SO17CONSIRUCTION ihY' \\� M.
ISEECNVOF FORTCOLLINS HARMONY ROAO THE WOODLANDS �� \ ` THE WOODLANDS ir
IMPROVEMENT PUNS FOR CONT NUATION)
CONDOMINIUMS CONDOMINIUMSP.U.D. Y
FRONTRANGE - I P.U.D. �T
COMMUNITY COLLEGE I f
n�
NOTE:
1. PHASING SHOWN IS SUBJECT TO CHANGE.
2. SEE SPECIFICATIONS FOR DETAILED PHASING/MILESTONE REQUIREMENTS. I <`
SHIELDS STREET CONSTRUCTION AREA
HARMONY ROAD CONSTRUCTION AREA
Computer File Informotion
Index of Revisions
C�City&
Nrt Collins
���f�'.
281 North College Avenue
Fort Couins. CO 80522
Phone: (970) 221-6605
Fm: 970 221-6378
CIT
-----
1420 2nd Street -
Greeley. CO 80631
Phone: (970) 350-2126
FAX: (970) 350-2198
nn 4 PJG
As Constructed
SHIELDS PHASING
PHASE 3
PLAN
Project No./Code
creation Dole: 11/12/07 Initials: JOL
No Re+isians:
AOC M455-074
Last Modilicotion Dale: 12 1s 08 Initiols: JOL
FL. Polh:
Revised:
tied J. LOFiON
gner:
15572
Detailer: J. LOFTON
Dr. rile Nome: 104601200FOR-PH.dw
Void:
Sheet Number 61
Sheet Su0se1: PRpgND
I Subset Sheet::
3 of 3
Acad Ver. 2007 Scole: 1 :100 Units: ENGLISH
WESTBURY P.U.D.
TRACTID 2ND FILING '44, = ; w FeC : €
WE & DE)
RIGHT LANE COLLINS
I m MUST �l
A TURN RIGHT 11
, I
BEGIN
w R3-7 (z) — — — � �— — — — TRACT E � 91�,T,;1�,,,� I
-- _
— — (CL STA 39+z6) — — — — — _ WE & DE) Y�n� XEs
(CL STA 40+73) _ _ _ _ _ "
Ex ROW (CL STA 42+67) W4-2
_T.-
_ //�.No— —. — — — J — — — —^`m (CL STA 3 80) 1 PROPOSED ROW
Z I-�12•t — 169• STORAGE �.''— — 180' TAPER '
---- m�
ry Z
jr 6 ~ '^`0�160' TAPER ��v 12• J
H-- 12•t � — —� _12• — 40+00 — 41+00 — 42.00 4 + — — 4+0 4,
J Z —200' STORAGE I I I U
12•t 'nI 12 o SHIELDS SECTION LINE 12
12'd: U12• 'Q
3- --C— --- -----
_ - ,BIKELANE' PAVEMENT _— —_ �-��� _ ?',{'"�—•'--•----T—��•-- ..`
I PAVEMENT MARKINGS RTYOP -.. _ .;: ...:•^.. ��.f '.+.�—'` t .:j^:�—._•�--'�..,. :..
D "TURN
F MARKINGS (1) SEE NOTE 1 ( ) I I
BypY (SEE NOTE 1) ( )
W RLANE
U BIKES
ONLY FRONT RANGE
(,� Z ONLY ,
U SPECIAL COMMUNITY COLLEGE
LL Z (a STA 39+85) STRIPING LEGEND F O R � N F O R U AT M N ONLY
NOTE W ® DASHED WHITE LANE LINE 4" WIDE, 10' LONG WITH 30' GAP WORK
p©r�} 17 /I B � OTHERS
NOTE' ® SOLID WHITE CHANNELI ZING LINE 8" WIDE V\C)/( 111��1111/�(�1 V
1. ALL LONGITUDINAL PAVEMENT MARKINGS TO BE DONE IN LATEX PAVEMENT
MARKING PAINT. ALL TRANSVERSE PAVEMENT MARKINGS TO BE DONE IN
QC SOLID WHITE LINE 4- MOE
PREFORMED THERMOPLASTIC.
DOTTED WHITE LINE 4" WIDE, 2' LONG WITH 4' GAP
2. DIMENSIONS SHOWN FOR STRIPING ARE FROM CENTER OF STRIPE TO CENTER
DOUBLE YELLOW
OF STRIPE OR CENTER OF STRIPE TO FLOWLINE OF CURB.
® LANE LINE 4" WIDE
4- YELLOW WITH 4- DASHED YELLOW 10• LONG WITH 30' GAP
®
3. ALL SIGNING AND MARKING TO BE DONE IN ACCORDANCE WITH CITY OF FORT
COLLINS AND/OR MUTCD STANDARDS.
.,.......
.,.....,.� o..�.
Computer File Information
Index of Revisions
ityar JOT
As Constructed
Pro
Project No./Code
Cml*f Date: II/12/07 Inil.1s: JDL
Fort Collins
SHIELDS SIGNING &
STRIPING
Last YodilKotion Date: 12 Is 08 Initials: JDL
�-�_
No Revisions:
STA 39+00.00 TO STA
44+75.00
AOC M455-074
FWI Path:
1420 tad Street
281 North Coae9e Avenue Creeky, CO 80631
Rid:
Designer: J. LOF70N
15572
Dmw<adV<r.i Fik Nome: 104601200FOR-STR Shields .dw
Fort Colons, CO 80522 Pi—: (970) 350-2126
Pw— (970) 221-6605 FAX: (970) 350-2198
Delaikr. J. LOFiON
A2007 Scale: 1:50 Units:ENGLISH
FM, 970 221-6378 4 PJ0
Void:
Sheet Subset SIGNING 8 SiRINNG
Subset Sheet:
I of 3
Sheet Number 62
STRIPING LEGEND
NOTE:
ALL LONGITUDINAL PAVEMENT MARKINGS TO BE DONE IN LATEX PAVEMENT'®
DASHED WHITE LANE LINE a" WIDE, 10' LONG WITH 30' GAP
MARKING PAINT. ALL TRANSVERSE PAVEMENT MARKINGS TO BE DONE IN
® SOLID WHITE CHANNELIZING LINE 8" WIDE
PREFORMED THERMOPLASTIC.
4if1.
SOLID WHITE LINE 4" WIDEzs
2. DIMENSIONS SHOWN FOR STRIPING ARE FROM CENTER OF STRIPE TO CENTER©
z
STRIPE OR CENTER OF STRIPE TO FLOWLINE OF CURB.
�OF
DOTTED WHITE LINE 4" WIDE, 2' LONG WI7H a' GAP
-A- I
3. ALL SIGNING AND MARKING TO BE DONE IN ACCORDANCE WITH CITY OF FORT
he
E
® DOUBLE YELLOW LANE LINE 4" WIDE
COLLINS AND/OR MUTCD STANDARDS.
A
_+o
4" YELLOW WITH 4" DASHED YELLOW, 10' LONG WITH 30' CAP
I .
SPEED
L
L -' - 1 _ _ � ti
LIMITS OF
CONSTRUCTION
- _ L
r\ �
(SEE CITYOF FORT
COLLINS HARMONY ROAD
LIMIT
I
RLANE
IMPROVEMENT PLANS FOR CONTINUATION)
40
BROPHY
BIKES
_
I �
ONLY
I
.-�
R2-I
(CL STA 47+00)
I ) "BIKELANE• PAVEMENT SPECIAL -
MARKINGS (TYP.) (CL STA 48+50)
1
ONLY" AND "TURN ARROW
(SEE NOTE 1 a
..
.4
•.
.6.
— •--.6•7•
l
PAVEMENT MARKINGS (TYP.)
i)p;FPROPOSED ROW
'�
10.
'?
(SEE NOTE 1)
I 7
:..
WHITE 18"
S OP 12'-150' STORAGE
LO 1 72'
.:,. •_.::. • `
« B
7 BAR
(63 LF)�
SHIELDS STREET 12'
z o 12'
—
o— 4
Z
Z
—�
12,
z' ,z'
-
�°
J
12'
—
—
7'
12•
'�
-
I
m
- -
12.
t 2'
I
12'
12'
.-
I L L�
- _
R -7 W/ OMB,-2(4)
Ir 12'
U
U
45i00 _ _ + 0 m� _012'
12.1
4 +nO SECTIO�E Ay+
(CL STA 49,26
51+00 7'
7'
F
12.
+00
160' TAPER-----rp
I
274' STORAGE (2) 12
-�
�>— - -
(CL STA a9+90)
(CL STA 50+01)
-
12'
12'
Q
I—
12
(CL STA 50+65)
_
®
12'
j 12'
160' TAPER�I
25T STORAGE
I
4
WHITE 18" STOP
d
< 12'
12'
BAR L
I
o
I -
-
.... PE
BEGIN e
BEGIN
�•�
"BIKELANE" PAVEMENT
MARKINGS (TYP.)
(SEE NOTE 1)
RIOHT%Rll I
/
LIMITS OF CONSTRUCTION
YIELDTOME0 R4-7 W/ OM81-2
(SEE CITYOF FORT COLLINS
HARMONY ROAD
R4-4 (CL STA 45+63)
IMPROVEMENT PLANS FOR CONTINUATION)
RIGHT
^/
(CL srA as+so)
BIKES
� � 7'
FRONT RANGE
oNLv
/y
COMMUNITY COLLEGE
EXISRNC SICNJ
TO RkSMAIN
FOR MF0RM'TMN ONLY
Computer File Informotion
Index of Revisions
cltyoT )pT
As Constructed
SHIELDS SIGNING & STRIPING
Project No./Code
Cmlion Dole: 11/12/07 Initials:-JOL
Fort Collins
Lost Moaificotion
Dote: 12 1s O8 Initials: JDL
No
Re.mws:
STA 44+75.00 TO STA 51+75.00
AOC M455-074
FMI Polte
1420 2na street
281 Norm Cone9e Avenue G—lq. CO 80631 Re.aed:
Deaigntt: J. LOFTON
15572
Dro.in File Nome: 104601200FOR-STR Shields .dw
Fat Collin, CO 80522 P.— (970) 350-2126
PNone: FM: (970) 350-2198 Void:
Deloiler. J. LOFTON
Aced Ver. 2007
Scale: 1:50 Uni1s:ENGL15H
70) 2 1-637805
FAX: g70 221 -8378
NNCI
Subset SNeeC: 2 of 3
Sheet Numher 63
FOR f F= i RAMrJ ONLY
WORK BY OTHERS
z
PINEVIEW
P.U.D.
L
I••I
ow
WP
PHASE 11
STOP
W// I 1
2 o z=
Wx \
srn 1
RI-1
I'I
!SR44,.+.0)
W/ STREET NAME SIGN
jf�I
(03) ABOVE
rr,
II•II
ll•I
(CL STA 55+74)
T
PINEVIEW P.U.D.
"BIKELANE" PAVEMENT
r,l I i
PHASE
PROPOSED ROW
MARKINGS (TYP.)
(SEE NOTE 1)
I:I I I
II II
R4-7 W/ OMBI-2
-—""'
'
(LSTA 56+C83)
150' TAPER--------
a+�
—300' STORAGE (2) �- n i 173' TAPER - —
STREET C
SHIELDS SHIELD:
SEC7101
------ — --- ------- ---8t----.8t-----
6
-_j7
"ONLY" AND "TURN ARROW" / I ! I
PAVEMENT MARKINGS (TYP.) Ex ROW
�\ \ (SEE NOTE 1) z W
\\ T
12
_
(L I-
12'
O U
CL= —
J Z — —
UNE 12'
O
✓� ��
m
STRIPING LEGEND
\\\
WOODLANDS
O
(A)THE
DASHED WHITE LANE LINE 4" WIDE, 10' LONG WITH 30' GAP
\
CONDOMINIUMS P.U.D.
W
®
SOLID WHITE CHANNELIZING LINE B" WIDE
I I
i
©
SOLID WHITE LINE 4" WIDE
O E.
I I
DOTTED WHITE LINE 4" WIDE. 2' LONG WITH 4' GAP
1. ALL LONGITUDINAL PAVEMENT MARKINGS TO BE DONE IN LATEX PAVEMENT
I I
®
DOUBLE YELLOW LANE LINE 4" WIDE
MARKING PAINT. ALL TRANSVERSE PAVEMENT MARKINGS TO 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.
Computer File Information Index of Revisions City of )pT As Constructed SHIELDS SIGNING & STRIPING Project No.. Code
Crealicn Date: 11/12/07 Initials: JDL I Fort Collins STA 51+75.00 TO STA 58+6i.58
Last MOZlication Dole: 72 15 OB Initials: JDL ��- No Revhlons: AOC M455-074
Full Path: 1420 2nd Slreel
281 North College Avenue C-1q. CO 80631 Revised: Designer. J. LOFTON T5572
Droei FNe Nome: 104601200FOR—STR Shieltls .dw Fed Comm, CO 80522 P1wm: (970) 350-2126 Deloiler. J. LOFTON
P1wne: (970) 221-6605 FAK: (970) 350-2198 Void: Sheet Numher Arad Ver. 2007 Scale: 1:50 Unils:ENGLISH FAi: 970 221—B078 ae 4 PJC Sheet SuhuLSIGNING &STRIPING Subset Sheet: } of } fi4
18'
I l O
I 8• 12 C 12' 12' I 1 7. 1 a' t 4'
p 10• 6 I L
° (50). P-4 Q 0
r----�-- —
KII
p L-4 = Q'
-p-5
PED POLE
p
11 ' 10
9 °
PEDPOLEV — —.—.
10
x
.. .. • •
/ °
°
°
n pI14
°
15 15 30
scnLe l-. 3
z''
o
°
z SHIELDS ELDS
�o) 15
12STREET
- T .PED POLE °E
.. .:.. ... 16 °
°
°
° p
°
--- -------°---------------------
12'
a ° _ -
12• L 2
°
p
°
LEGEND
° e/
---- ---- ---- -- ----.. `.......' 17.-
-�
° -
12'�p°
T-1 6C� - S,REP UGM
1KY
° p p �" °
z,
. °
°
°
°
° L-1
c °
p ° •�
° °
'PED POLE •7'�
t rNAfFC SCNAI nFAO. NCW
,WJFC SIfiIML HUD. DUSTING
°
II
12 ° ° p
SHIELDS
° °
°m
°
°-
4°
(60)
;
I e12
. Hive'
EOENw/ S NEW.
PEMSTNW S1GNLL HEAD. E.STM
II
STREET' I ° �,
°
'
°
°
° o 3 p
p
�{
C E3 LOOP GETECI.
°
iRAffC SSNNL CON,ROEU:R
L_4
I
^
8.
— — — — — — -
� PEDESTRVJI PUSH BUTTON
— —
p ° 12• ° - — — °
m
7 °
° °
/rO1.
° �2
1
6 — —•
'E
, v O OETECraN
t0' P-�
p l
p o
°
WEATHER STATION
---�T—'-.'017 6• POLE E
pnE
f
° 3HO
�� 3HO
.PED
9L-}p
°
PE DPOQrL7E202
-- — —
Z
°
P1■
FOR NFORvATM OiLY
— — — — ---
O
0)iei
WORK BY OTHERS
d 6' to' 8'
14' 1 a'
7' • `7 2• I 12'
12' 6� ' 12' '. 8•
Computer File Informotion
Index
of Revisions
ce3o(
Collins
f�_
281 North CON A--
w.
tort Collins. CO 80522
Pnan.� (970) 221-6605
FA%: 970 221-6}76
SOT
1420 2ha St ... t
C'.eb . CO 80631
r
Phone: (970) 350-2126
Reg (970) 350-219f1
R ion 4 PJG
As Constructed
HARMONY/SHIELDS INTERSECTION
SIGNAL PLAN
Project No./Code
IFort
Creation Dote: 11/12/07 Initials: JDL
No Revisions:
AOC M455-074
Lost llodik tion Date: 12 1s 08 Initials: JDL
I Palls:
Revaeo:
Designer. J. LOFiON
15572
Ora.in File Nome: 104601200FOR-SIC.dw
Deloikr: J. LOFTON
Void:
Sheet Number 65
_ _
Acad Ver. 2007 Scale: 1:30 Units:
Sheet Subset: SIGNIL
Subset Sheet;: I of 2
TRAFFIC SIGNAL HEADS
PHASING DIAGRAM
e PIWSE
R 12' R 12'
G, %
02 07 V 13' Y 12'
9' 2•'
G 12' G 12" G 12' 1x'
10s D7 _
STREET NAME SIGN LANE USE SIGN Y
(METRO) L-I L-2 HEAD F 12 HEAD HEAD
III OJ L-} L-5
_ II, 22 G 12. I, 3. 4. 7, 9. 5. 6. 8, 16,
F 17. 19
18. 20. 21
HEAD
2, 13
APPROXIMATE QUANTITIES
� malum
202 REMENE TRAFFIC SGNAL POLE. SP—nItE AND HEADS 56 365 282
202 REMOVE MAST ARM AND HEADS 46 414 312
202 REMWE EwSTND wN1110L1ER, CA9WET AND FOUmOMION — 57 920 694
202 REMWE TRAFFIC AND PEOESTRMN SCw1 HFAp
x13 REMWE PAVCYENt YARRRNS
61J J' CONDWI (—ED)
613 3' CONDUIT
613 x" CONDOR yyp_
eel " CONWn mm
614 LRIiFFi1C SGNK CONTROLLER ((8 PHASE)) 1_
61♦ CONTRO UER C CONTROLLEa (2 PIMSE)
61• CONTROLLCR CABwEI ((J]2))
61• WWROLLER CABRE7 (]]6) 34 241 PH
614 mNYTc sGNu - STREET LIGHT PaE - SINGLE ARM 25 FT. = 50 218. DHv UTILITY CONTACTS:
61• TRAnnC SIG7LAL - STREET LIGHT POLE - SINGLE ARY 30 FT. I f0 464 ADT
6" I tUl SIGNAL _ STRCET LIGHT POLE - SINGLE ARY W FT. 1 i017T C0.Ux5 1RAFM 61♦ nt—C SIGNAL - STREET LIGHT p01E - SINGLE ARM W R. 1 278 268
614 TRAFFIC SIGNAL - PEDESTAL POLE - FORT COWNS RATER/WASlENA1FF
a1• TRU—C SIGNAL NEAO 391 1 237 FART COWNS ELECTRIC
a1• PEDESTRIAN SIGNAL HEAD 1Z 868 526 ACEL ENERGY
e14 PUSH W... � 62 133 Pg1DRE VALLEY RURAL ELECTRIC
614 LOOP DETECTOR - WIRE ONEST
614 9ENCLE DETECTOR AMPLIFIER _ 72 96 EASTERN LURIER COUNTY WATER DISMCT
at• r1ASNIG 9FACOU 160 210 COMCAST CABLE
61• FUSLaIG DR[ SIGNAL COLORAw STATE UNIVERSITY
ISl• METRO (SIGN PANEL (CIASS 0) �- SOUTH FORT COLONS SANTATUM DISTRICT
614 RIGHT
SERVICE UTILITY 1 FORT COLLINS - LOTELANO WATER DISTRICT
61• LANE uSC SIGNS (SIGN PANEL (CLASS 1)) 1 I7■
6t• BLIGHT INE MUST TURN RGHT SIGN PANEL (CUSS 0)
It SGNAL ANEAD (SIGN PANEL (CLASS IT)"' - NO ACT 9813
1, FIRE STATI AHEAD (SIGN PANEL (GLASS lD SO ACT 11672
614 WOEO DEIECTICN UNIT WB ADT 9935
627 PAVEMENT WRNING9 (CRwSWALN. SLOP W)51 413 123
62) PAVEMENT M,WRNGS (LANE ONES) EB ACT 6394
FOUNDATION - CONTROLLER
FOUNDATION -POLE i 52 509 119
FOUNDATION - PED. POLE 114 1131 264
C—CATION SERVICE CONNECnON 1-
PEOESTRIAN NFORMATGN SIGN y TRAFFIC COUNT
wwwG
vIAE BOA 3� 2007 DATA
GROUND Rw g
LUWNAIRE '-
]' WL sO_
]' PVC COUPLING
• NOt A PAY REM
iKa I NO FOR ATIW- O JLY
BE, (i OO PIN",K : Y aT IIlEPAlm
HEAD
PI - PB
DAN HOLLAND 970 221-6616
TERRY ROI NSON 970 221-bat•
ROGER VAN 970 221-OM
a NLOER.— 970 225-7647
TERRY FIEIINNG 9M 2M-12N
UN SPENCE 970 '77-6.0]
CHARLES .—AN 970 2 93-14
DENNIS GREEN—, 970 4a•-7166
MI. NESS 970 491-01e7
TERRY FARRIL 970 226S104
TERRY FARRI. 970 226--310•
...... .....
" ` ,••• •••• A• ,•
Creation Dole 11/12/07 Initioh: JDL
"YI,I II,
cltyar IpT
FOrtCotttns
��-1�- �s,.,n►sa�ses`
1420 2ra $treat
281 NOrtn Coll Avenue Greet CO 80631 College e:
Fort Collins. CO 80522 Phone: (970) 350-2126
Plana: (970) 221-6605 FA%; 970) 350-2198
FAA: 970 221-6J78 • PJO
As Constructed
HARMONY SHIELDS INTERSECTION
SIGNAL PLAN DETAILS
Project No.
i No./Code
Lost Modification Dole: 12 15 08 Initials: JDL
No Re.isNNu:
AOC M455-074
Full Path:
Re9iud:
Des' ner. J. LOFTON
5
15572
DroRin Fik Nome: 104601200FOR-SIG.tlw
7Z Vet. 2007 Scak: 1:30 Units
Void:$heel
Detoikr. J. MORON
Number 66
Steel SL-I ALI
Subset ShetL: 2 of 2
CROSSHIATCHING LIES CHANNELIZING LINES 2600'LANE DROP
WHITE, 8" WIDE AT 25' WHITE, B" WIDE
THEORETICAL
SIGN a� PHYSICAL GaRE POINT }00'UDTIONAL LANE OR LINES EDGE LINE
Go E WHITE 8" WIDE WHITE, 4" WIDE
6'
f 45' L-2S
5'-.�.-25'
CHANNELIZING Llt$/ f
VARIES WHITE, 8" WIDE
LANE DROP AT EXIT RAMP LANE LINES
YELLOW, 4" WIDE OPTIONAL DECEL LANE WHBTE, 4" WIDE
EDGE LINES
WHITE, 4" WIDE �roonc„c BEYOND WHITE, 4" WIDE
VARIES - H FULL WIDTH LANE
GORE 300'
SIGN --------�i
f
WHITE, 4" WIDE CHANNELIZING
EDGE LINES WHITE, 8" W101
YELLOW, 4" WIDE -,
WHITE 4" WIDE
EDGE LINES
LANE DROP LINES
WHITE, 8" WIDE
DOTTED EXTENSION
YELLOW, 4" WIDE-r• OF RIGHT EDGE NINE
/ WHITE, 4" WIDE
GaE $lGN— _ I _
f
f
WHITE, 4" WIDE CHANNELIZING LINES LANE LIES
EDGE LINES WHITE,B" WIDE WHITE, 4' WIDE
YELLS,. "WIDE TAPERED DECEL LANE
VARIES _'-\ EDGE LINE
EDGE LINE WNI TE, 4" WIDE
YELLOW, 4" WIDE
GORE SIGN`—
f
f
WHITE, 4" WIDE CHANNELIZING LINE$
EDGE LINES WHITE, B" WIDE LANE LINES
YELLOW, 4" WIDE WHITE, 4" WIDE
DECEL RECOVERY ZONE
WHIEEL
E 4" WIDE
EDGE LINES \
\\ CHANNELIZING LINES I
YELLOW, 4" WIDE` WHITE, 8" WIDE �2600'LANE DROP
GORE SIGN
WHITE, 4"WIDE
--� /—_�_��_ _ _�
EDGE LINES
YELLOW, 4" WIDE'
LANE DROP LINES
300'OPTIONAL WHITE, B" WIDE
SHOULDER EOGE LINE$
CONVERGENCE
�/"YELLOW, 4" WIDE
TAPER FULL WIDTH LANE VARIES /
LENGTH ��i LENGTH
LANE LINES CHANNELIZING LINES WHITE, 4" SIDE YELLOW, 4" WIDE
WHITE, 4" WIDE WHITE, B" WIDE EDGE LINES
PARALLEL ACCEL LANE wHIrE, 4"WmE
EDGE LINES
~CONTINUE BROKEN LINE M YELLOW, 4° WIDE
TO EDGE OF THRU LANE. VARIES
LANE LINES / CHANNELIZING LINES WHITE, 4" WIDE YELLOW, 4" WIDE
WHITE, 4" WIDE WHITE, 8" WIDE EDGE LINES
TAPERED ACCEL LANE
—�
(YIELD SIGN OPTIONAL) YELLOW, 4"
WIDE YELLOW, v' WIDE
END OF RAMP CURVE
—� r
CHANNELIZING LINES,/WHITE, 4" WE
WHITE, B" WIDE DE
LANE LINESEDGE LINES
WHITE, 4" WIDE YELLOW, 4" WIDE
NO ACCEL LANE
(REQUIRES YIELD SIGN) WHITE 4" WIDE
EDGE LINES
WHITE, B"✓^
CHANNELIZING LINES YELLOW, 4" WIDE
WIDE /
WHITE N WIDE
��_ _ _��_ _ : _�` EDGE LINES
—YELLOW, 4" WIDE
WHIT— LANE 4"
WIDE TYPICAL ENTRANCE AND
COMBINATION ACCEL-DECEL LANE EXIT RAMP MARKINGS
GENERAL NOTES
I. CENTER LINES
BROKEN YELLOw,4 IN. WIDE - 10 FT. SEGMENTS WITH
30 FT.GAPS.
SOLID YELLOW 4 IN. WIDE,
THESE LINES !EPARATE ADJACENT -OPPOSITE DIRECTION TRAFFIC
LANES.DOUBLE LINES SHALL BE SPACED 4 IN.APART.
2. LANE LINES
BROKEN WHITE,4 IN. WIDE - 10 FT. SEGMENTS WITH
30' GAPS.
SOLID WHITE 4 IN. WIDE.
THESE LINES SEPARATE ADJACENT -SAME DIRECTION TRAFFIC
LANES.A SOLID LINE MAY BE USED TO DISCOURAGE LANE
CHANGING, WHILE TWO PARALLEL SOLID WHITE LINES ARE
REQUIRED TO PROHIBIT LANE CHANGING.
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 TRAVEL OF DIVIDED STREETS AND HIGHWAYS
(SEPARATED BY OTHER THAN A PAINTED MEDIAN) AND aNE-WAY
ROADWAYS (INCLUDING RAMPS).
EDGE LINES ARE NOT CONTINUED THROUGH INTERSECTIONS AND
ARE NOT BROKEN FOR DRIVEWAYS, CANE MUST BE TAKEN TO
AVOID EDGE LINE APPEARING AS LANE LINE ALONG ROADWAYS
WITH WIDE SHOULDERS AND/OR CLOSELY SPACED DRIVEWAYS.
4. DOTTED LINES
BROKEN WHITE,WIDTH MATCHING THE LINE BEING EXTENDED-2 FT.
SEGMENTS WITH 4 FT. GAPS. THESE LINES ARE USED TO
DELINEATE THE EXTENSION OF A LINE THROUGH AN INTERSECTION
OR INTERCHANGE AREA
5. CHANNEL 171NG LINES
SOLID METE, 8 IN. WIDE. THESE LINES ARE USED WITH
ACCELERATION -DECELERATION LANES PAVEMENT WIDTH
TRANSITIONS,AND LEFT -RIGHT TURN SLOTS OR ISLANDS.
6. CROSS -HATCHING LINES
SOLID WHITE OR YELLOW,8 IN.WIDE-45 DEGREE DIAGONAL,
SPACED AT 25 FT.INTERVALS. THESE LINES ARE OPTIONAL AND
MAY BE PLACED AT LOCATIONS INDICATED ON THE PLANS OR
DETERMINED BY THE ENGINEER.YELLOW SHALL BE USED FOR
PAINTED MEDIANS OR PAVEMENT WIDTH TRANSITIONS ONLY.
OPTIONAL DIAGONAL SHOULDER MARKINGS SHALL BE SDLID WHITE,
8 IN. WIDE, SPACED AT INTERVALS OF 20 FT. MINIMUM TO 100
F T. MAXIMUM.
7, PARKING LINE$
SOLID WHITE, 3 IN. WIOE-DIAGDNAL OR PARALLEL AS SHOWN ON
THE PLANS OR DIRECTED BY THE ENGINEER,
8. STOP LINES
SOLID WHITE, 24 IN. WIDE -EXTEND PARALLEL TO INTERSECTED
ROADWAY ACROSS ALL APPROACH LANES OR AS INDICATED AT
LOCATIONS ON THE PLANS. LOCATE AT THE DESIRED STOPPING
POINT, NOT MORE THAN 30 FT NOR LESS THAN 4 FT. FROM THE
NEAREST EDGE OF THE INTERSECTED TRAFFIC LANE.
9. LANE DROP MARKINGS
BROKEN WHITE,B IN. WIDE - 3 FT.SEGMENTS WITH 12 FT.
GAPS. THESE LINES SHOULD BEGIN 26DO FT, IN ADVANCE OF
THE THEORETICAL GORE POINT TO DISTINGUISH THE LANE DROP
FROM A CONTINUOUS LANE. THE CHANNELIZING LINE MAY BE
EXTENDED APPROXIMATELY 300 FT. UPSTREAM.
(CONTINUED ON SHEET NO. 2)
t,or" utaF rva mrvrrrwuurN
Creation Date: 07/04/06 Initials: KCM
am
®
®
CM)
Date:
09/24/08
Zntltlt tsoVisrvna
Comments
REVISE TO 4 IN. NOTE I, E 5
LIN
Colorado Deportment of Transportation
4201 East Arkansas Avenue
�® )O% Denver, Colorado 80222
- Phone: (303) 757-9543
r.. S"'MM.= Fox: (303) 757-9458
Staff Traffic Branch KCM/KEN
PAVEMENT
_ lAA 1lJ`11 � ��
11E`'Al
STANDARD PLAN NO.
Last Modi(icotion Dote: 09/24/08 Initials: KEN
S-62%-1
FullPoth: ww.eolstate.c o.us/Desi nSuvPart/
Dro,ing File Nome: Sheel_5-627-01_1o(5.d n
Issued By: Traffic Engineering Unit September 24, 2008
Sheet No. I of 5
CAD Ver.: LN-Sta6on VIE Scale: Not to Scde Units: English
EOGE LINE
WHITE, 4" WIDE —
CENTER LINES 1
4^r
a- —
YELLOW, 4" WIDE —
— — —
EDGE IINE�
WHITE, 4" WIDE
EDGE LINE
TWO LANE HIGHWAY
WHITE, 1' WIDE
LANE LINE ti
WHITE, 4" WIDE--
CENTER LINES\r,
f
rELLOW, 4" WIDE V
i
LANE LINE —
WHITE, 4" WIDE
— — — — — — — —
EDINE
WHITE`4"WIDDE
FOUR LANE UNDIVIDED HiGHWAY
EDGE LINE
WHITE, 4" WIDE`
LANE LINE —
— — — — — — — f —
WHITE, 4" WIDE L
f
CENTER LINES 4 1-
4. 41NIYW MEDIAN
YELLOW, r WIDE -
LANE LINE r
-�
WHITE, 4•' WIDE
—
EDGE LINE
WHITE,4" WIDE
FOUR LINE PAINT DIVIDED HIGHWAY
EDGE LINE,WHITE,4" WIDE
LANE LINE — —
— — — — — — — f —
WHITE, 4" WIDE
CENTER LINES
YELLOW, l" WIDE
MEWAN VARIES
LANE LINE —
i —
WHITE, 4" WIDE~—
i — — — — — — —
EDGE LINE, WHITE, 4" WIDE-
FOUR LANE DIVIDED HIGHWAY
EDGE LINE, WHITE, 4" WIDE -,—
LANE LINE 11111�
WHITE, 4" WIDE' — f-
— — — — — — — — --
CENTER LINES
CENTER, 1" WIDE
LANE LINE —i
24,
WHITE, 4" WIDE I
6
EDGE LINE—� +
EDGE LINE, 4" WIDE _ _ _ _ _ _ _ _ _ _ _ _ _ _
LINE LINE OR \
_
16" i0 12"
CENTER LINE, WHITE -- — — — — —
T EDGE OF
GENERAL NOTES
— — — —
OR YELLOW, 4" WIDE
PAVEMENT
(CONTINUED FROM SHEET NO.1)
EDGE LINE, 4- WIDE
�'Ls" TO 12"
_T
NOTE: EDGE LINES ARE NOT TO BE USED WHEN TRAVELED WAY IS LESS THAN 20
FEET. 10.
CROSSWALK LINES
NO SHOULDER OR UNSURFACED SHOULDER
SaID WHITE, 12 IN. WIDE FOR TRANSVERSE LINE TYPE - EXTEND ACROSS
ENT RE WIDTH OF PAVEMENT. IF NO ADVA14CE STOP LINE IS PROVIDED, INCREASE
EDGE LINE,4" WIDE
THE WIDTH OF THE CROSSWALK LINES TO 24 IN. THE DISTANCE BETWEEN THE
LINES IS USUALLY DETERMI
DETERMINED BY THE WIDTH OF THE SIDEWALKS 50
LANELDER
LINE OR ��
V IL
CONED TED, HOWEVER, IN NO CASE SHALL THIS BE LESS THAN 6 FT.
CENTER LINE, WHI TE+— — — — — — — — — —
-
L AVE�D WAY
COMPLICATED AND/GR CHANNELIZED INTERSECTIONS AND MID -BLOCK
OR YELLOW, 4" WIDE
SHOULDER
CROSSWALKS SHILL BE SOLID WHITE, 12 IN. TO 24 IN, WIDE AND 8 FT. TO 10
EDGE LINE, 4" WIDE
VARIES
FT.LONG FOR LONGITUDINAL LINE TYPE AS DETAILED IN THE PLANS OR AS
SHOULDER SURFACED
DIRECTED BY THE ENGINEER.
VARIES
m' to 100'
DIAGONk SHOULDER
MARXING,WHITE, \ SHOULDER
8" WIDE \ a5° VARIES
EDCE LINE -�
WHITE, 4" WIDE f
EDGE LINE WITH OPTIONAL DIAGONAL SHOULDER MARKING
EDGE LINE
WHITE, 4" WIDE—
-.0-
CENTER LINES <
YELLOW, 4" WIDEE
T —
EDGE LINE
WHITE, a" WIDE
CHANELIZING LINE �
32'TYP. WHITE, B" WIDE
TYPICAL TWO WAY LEFT TURN LANE
APPROACH TO DIVIDED ROADWAY SOLID CENTER LINE,500'MIN.
(LENGTH VARIES)
—g CENTER LINES
YELLOW 4" WIDE
II. WORD. ARROW AND SYMBOL MARKINGS
ALL LETTERS, ARROWS MID SYMBOLS SHILL BE IN CONFORMANCE WITH
"THE STANDARD ALPHABETS FOR HIGHWAY SIGNS AND PAVEMENT MARKINGS"
ADOPTED BY THE FEDERAL HIGHWAY ADMINISTRATION.
12. TRANSITION TAPER LENGTH
L = MINIuIW LENGTH OF TAPER.
S =DESIGN SPEED FOR NEW CONSTRUCTION at NUMERICAL VALUE OF THE
POSTED SPEED LIMIT OF THE 85TH PERCENTILE SPEED OF EXISTING
TRAFFIC.
W = WIDTH TRANSHIONED
FORMULA: FOR SPEED 45 MPH OR MORE, L = s " W
FOR SPEED 40 MPH OR LESS, L =
66
NOTE:
D = THE DISTANCE FROM THE PAVEMENT WIDTH TRANSITION
SIGN (W4-2) TO THE BEGINNING OF THE TRANSITION TAPER.
13. TRANSITION LINES
SOLID YELLOW,B IN.WIDE.THESE LINES ARE USED WHERE ADOITIONM
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 OF EDGE LINES
ON SHOULDERS -
WHITE, 4" WIDE N D/4 TRANSITION TAPER LENGTH —.I 'CRDSS-HATCHING LINES 'TRANSITION LINES
WARNING SIGN f�` YELLOW, B" WIDE YELLOW, B" WIDE
(W4-2) / Imo— AD(VARIES) DIVIDED ROADWAY
EDGE LINE, WHITE, 4" WIDE
EDGE LINE, WHITE, 4" WIDE` LANE LINE y— — —
LANE LINE WHITE, 4" WIDE i
WHITE, 4" WIDE-+ — — — — CENTER LINES
CENTER LINES YELLOW,4" WIDE �—
YELLOW, 4" WIDE _
LANE LINE l I I WHITE, 4- LINE
4^ MADE( EDGE LINE, WHITE, 4" WIDE
EDGE LINE, WHIIE, 4" WIDE N D/q TRANSITION TAPER LENGTH j D/4
�AD(VARIES) �— AD (VARIES) TRANSITION TAPER LENGTH
UNDIVIDED ROADWAY - CASE 1 UNDIVIDED ROADWAY - CASE 2
TYPICAL PAVEMENT WIDTH TRANSITION MARKINGS
• •
Creotion Dote: 07/04/06 Iniliols: KCM
®
®
®
Date:
Comments
Calarado Deportment of Transportation
4201 Easl Arkansas Avenue
�_�OT Denver, Colorado 80222
Phane: (303)757-9543
"%•'t*+'�-e-'k Foz: (303) 757-9458
Staff Traffic Branch KCM/KEN
PAVEMENT
_ f w!'T -��
11�,'AI.LA'KKIN
STANDARD PLAN NO.
Lost Modifico6on Dale: _09/24/08 Initials: KEN
09/24/08
r°w,.`i°i„rn".`w�
O C q
J-V2/-I
Full Poth: www.dot.stote.co.us/_DesignSuppor(/
DrawingFile Name: Sheet_5-627-01_2of5.d n
Issued By: Traffic Engineering Unit September 24, 2008
Sheet No. 2 of 5
CAD Ver.: Mi—Station V8 Scale: Not to Scale Units: English
EDGE LINE
WHITE, 4• WIDE
CENTER LINES
YELLOW. 4' MOE r
EDGE LINE �I
WHITE, i WIDE
EDGE LINE
WHITE, i WIDE
CENTER LINES -e�
YELLOW, 4' WIDE
EDGE UNE
WHITE, 4• WIDE LANE
LINES
WHITE, 4 WIDE
STOP LINES
WHITE. 24• WIDE EDGE LINE
--WHITE, i WIDE
CENTER UNES
YELLOW, i MOE CENTER #E4
YELLOW OP TINE
_EDGE LINEHITE. 14' WIDE
WHITE. 4' WIDE
CHANNEUZING LINES
ACCEL LANE DECEL LANE WHITE, 8' WIOE
EDGE LINE
WHITE, 4' WIDE
OEOGE LINES
!YELLOW, 4' WIDE
�--EDGE UNE CROSWHITE. 4' WIDE
LMEDECEL LANE /2 AC[EL UNE y2WHITE, i WIDE TYPICAL TRANSVERSE LINE CROSSWALK MARKINGS
CHANNELIZWG UNES
MITE. 8' WIDE
STOP UNE
WHITE 24 WIDE
CENTER LINES
NES
YELLOW. 4' WIDE
I' © lO
1111
EDGE LINES
'
WHITE, i WIDE
CHANNELIZING LINE
STOP LINE
WHITE, 8' E OPTIONAL
(SHORT LINE
=� 3Q
WHITE, 2i WIDE
VID)WHERE TAP
IS PRONDED)
4 JQ
EDGE LINE
WHITE, 4' MOE�.
- EDGE LINE
_—WHITE. 4 MOE
�10'
—
LINES
7O= � I yO C/VNNELI2IWIOE
CENTER LINES _ _
YELLOW, 4' WIDE �—
_ _
_ _ — —
MINIMUM
_ =:TER LINES
YELLOW, 4' WIDE
_ �!1 WHITE 8' WI
RASED MED. /`'' Q
EDGE LINE ��
WHITE. 4' WIDE
_SEDGE UNE
WHITE, 4• WIDE
—
JO CENTER LIN ES
TYPICAL INTERSECTION
MARKINGS
SOLID OR � YELLOW. i WIDE
_ pa =�
I DOE
DOTTED }O
/— CHANNELIII ZING LINES
O } U NE UNES
WHITE, 4' WIOE
3O — O
EDGE UNE
WHITE, 4' MOE
/ WHITE.
I
8' WIDE
2 I �
�.
�/ WHITE,LINE 4' WIDE
CENTER UNES4
—yCENTER UNES
Io I'I�I I I
YELLOW, l' WIDE
YELLOW, l' MOE
OPT101ML $TOP LINE
O
~
\ EDGE LINE
WHITE, 24 WIDE
EDGE UNE
WHITE, 4' WOE �I
WHITE. 4' WIDE
j
TYPICAL CONTINENTAL CROSSWALK MARKINGS
C
WHITE. B* DE
WHITE. 8' WIDE
CHITS. 8'IC LINE$
WHITE, 8' WIOE
/
EDGE UNES
LONGITUDINAL LINE DETAIL CROSSWALK NOTES
PAINTED
MITE, 4' HIDE
DARNED
'— IY ip 24' CENTER CROSSWALKS ON CURB AMPS.
ISLA ND
7 SUCH CENTER
ARE NOTERE
MPSPOLES
VIDEDPRACTICAL.
ISLAND
O ER
L
8' TO 10' ON SIGNAL POLES WHEREVER PPACTICAL.
CHANNELIZING LINES
CENTER ON LANE, CENTER OR CHANNELIZING
STOP UNE
WHITE, 8' WOE
UNE.
WHITE. 24' WIDE
Q CENTER OR EXTENDED FLOW LINE.
CENTER LINES
CENTER BETWEEN ADJACENT UNES.
YELLOW, 4' WIDE
0 LINES AND SPACES TO APPROXIMATE
ADJACENT PATTERN,
TYPICAL ISLAND MARKINGS
INTERSECTIONS,
ISLANDS AND CROSSWALKS
Computer File Information
Creation Date: 07-04-06 Initials: KCM
Sheet Revisions
Date: Comments
Colorado Deportment of Transportation
PAVEMENT
STANDARD PLAN NO.
4201 East Arkansas Avenue
Lost Modification Dote:07-04-06 Initials: JSW
C=
)UT Denver, Colorado 80222
Phone: (303) 757-9543
MARKINGS
-7
S-627-1
Full Path:www.dot.state.Co.us/Design5upport/
Q
l�Iml� Fox: (303) 757-9820
Drawing File Name: 5-627-1 (3 of 5)
0
Staff Traffic Branch KCM/JSW
Issued By. Traffic Engineering Unit July 4, 2006
Sheet No. 3 of 5
CAD ver.: Micrastation v8 Scale Not to Scale Units: English
O
EDGE LINES — SEE DETAIL A (ttP)
ER
LINECENTER
— — —
LANE EDGE
TWO — WAY ROADWAY
LINES�— — — — —�LINES
T�--{ MEASUREMENT
MARKING
MULTI — LANE DIVIDED HIGHWAY
4 SHOULDER
EDGE LINE J III LANE
,
DETAIL A
TYPICAL SPEED MEASUREMENT
MARKING
- EDGE CENTER TRANSVERSE X
LINES LINES BAND
W
W III--2
' `
10' 2 ��
0'
MIN. X
R R SEE DETAIL B (TYP)
W10-1
TYPICAL PAVEMENT MARKING AT RAILROAD CROSSING
WHITE.8 WI LINES 2'� O RAILROAD CROSSING NOTES:
WHITE, 8' WIDt�.LID
W = APPROXIMATELY 15 FT. (STOP LINE SHOULD BE 8' IN 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
20' SHOULD BE USED IN EACH APPROACH LANE.
16" Z = NORMALLY B FT. (WIDTH MAY VARY ACCORDING i0 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
—-13' f- APPROVED BY THE ENGINEER.
If 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: THISCONFIGURATION A 1
SHOULD ALSO BE USED WHERE 2' `J
THERE ARE MORE THAN TWO T
TURN LANES
I � � DETAIL B
CHANNELIZING LINES
WHITE, 8" WIDE
TYPICAL DOUBLE LEFT TURN MARKINGS
Computer File Information Sheet Revisions Colorado Deportment of Transportation PAVEMENT STANDARD PLAN NO.
Creation Date: 07-04-06 Initials: KCM Dote: Comments 4201 East Arkansas Avenue
Last Modification Date:07-04-06 Initials: JSw Q �T Denver, Colorado 80222 MARKINGS S-62 / _ 1
Full Path:www.dol.state.co.us/Design5upport/ Q �� FoxPhone: 303 (303) 757-9543 : 757-9820
Drawing File Name: 5- co.us (4 of 5) Q ( )
CAD Ver.: Micro5totion V8 Scale: Not to Scale Units: En lisp Q Staff Traffic Branch KCM/JSW Issued By. Traffic Engineering Unit July 4, 2006 Sheet No. 4 of 5
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
EDGE OF PAVEMENT OR LANE LINE
r �2{'-11.5( VARIES 20 DESIGNATED PAYMENT AREAS
5-1 5-11
y FOR THE FOLLOWING H, W. AND 5 DIMENSIONS PAY:
6 9 i
L 1 12'-9• CENTERED H = 4' WORDS
6'-1" 1 BIKE - 5.5 SO.Fi. LANE - 6.0 SOFT. �l VARIES ONLY - 6.0 SOFT. XING - 5.0 SOFT.
11.5" -7-LANE LINE
i H = 8' WORDS
AREA = 15.5 SOFT. AREA = 12.5 SOFT. '� �`I 11.5" 18 _0, STOP - 23.0 Son. XING - 20.0 SOFT.
7'-2 J2• ONLY - 22.5 SOFT. LANE - 22.5 SOFT.
AREA = 27.5 SOFT. —' � A 0
2S• 2 AHEAD - 29.0 SOFT. BIKE - 21.0 SOFT.
2-9' `fro �/0„ BUS - 18.5 SO FT. HWY - 16.5 SO.Fi.
THRU - 22.0 SOFT. SCHOOL(IL) - 33.0 SO.FT.
PED - 17.5 SOFT. SCHOOL(2L) - 850 SOFT,
8' D 8' 8' 8' 8' D T4 -3. •• a,a••
8' O 8' O 8' � 8' � � 8'
AREA = 42 SOFT. TYPICAL LETTER MEASUREMENTS
�II LII I tII LII I LII -1Wr -1Wr -1Wr
5'-9 7'-10"--i S D
8' 8 8 8' 8' 8' D t s
0 o D D s
LII II LI I LI I L I .L I �I ,, I ��-
9'-4"�'I �'1 4'-6'• t'� I'�'S'-9"�'1 �`5'-6"'�1 4'-6" h'� F�'4'-6'�'I H = HEIGHT H = 8' H = 4
1-LANE SCHOOL W = WIDTH W = V-3.4" TO 1'-4" W = 7.7" TO 8'
S = STROKE S = 3.8' TO 4' S = 1.9" TO 2'
tt5c
0'
F- 19' 4" -i
STROKE = 8"
2-LANE SCHOOL
I O
8'
00- - '---
AREA = 10.5 SOFT
12'
I 6••
AREA = 10 SOFT.
WORD AND SYMBOL NOTES
BLUE
IF HEIGHT IS INCREASED OR DECREASED THEN ALL
MEASUREMENTS CHANGE PROPORTIONATELY. EXAMPLE:
"H" MEASUREMENT FOR STOP IS REDUCED TO 4' FROM
8' THEN SQUARE FEET = 5.75 (1/4 OF 23.0 So. FT.).
*WHITE 3" STROKE WIDTH (BORDER
MAY BE 4" STROKE WIDTH)
PAVEMENT WORD AND SYMBOL MARKINGS, TRANSVERSE
AND LONGITUDINAL (CONTINENTAL) CROSSWALK LINES,
AND STOP LINES WILL BE PAID FOR IN SQUARE FEET
USING THEIR SPECIFIC BID ITEMS.
PAVEMENT
MARKING WORDS AND SYMBOLS
Computer File Information
Sheet Revisions
Colorado Deportment of Transportation
PAVEMENT
STANDARD PLAN NO.
Creation Date: 07-04-06 _ Initials: KCM
Dole:
Comments
"01 East Arkansas Avenue
Last Modification Date:07-04-06 Initials: JSW
O
DOT Denver, Colorado 80222
Phone: (303) 757-9543
'MARKINGS
-62^7_ 1
SVVLG / 1
Full Po th:www.dot. s tote. co.0 s/OesignSupporl/
Q
��
Fo.: (303) 757-9820
Drawing File Nome: 5-627-1 (5 of 5)
Q
°`°'°��"'° ""'_°"�'
Staff Traffic Branch - KCM/JSW
Issued By. Traffic Engineering Unit July 4, 2006
Sheet No. 5 of 5
CAD ver.: MlcroStaUon v8 Scale: Not to Scale Units: Englisn
Q
I. ALL CONSTRUCTION ZONE TRAFFIC CONTROL DEVICES. INCLUDING BUT NOT
LIMITED TO BARRICADES, SIGNS, ARROW PANELS, FLASHING BEACON
(PORTABLE), AND CHANNEUZING DEVICES, SHALL 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 IS 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 REQUIRED
TRAFFIC CONTROL DEVICES ARE IN PUCE, AND APPROVED BY THE
ENGINEER.
3, WHEN SPEED LIMIT REDUCTION IS REQUIRED, SUCH REDUCTION SHALL BE
IN ACCORDANCE WITH COOT 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 PUNS, OR APPROVED BY
THE ENGINEER.
6. CONSTRUCTION TRAFFIC SIGNS SHALL BE MEASURED BY THE FOLLOWING
SIZES AND DESCRIPTIONS:
PANEL SIZE A 0.01 TO 9.00 SO. FT. (INCLUDING TYPE 1 AND TYPE 2
BARRICADES).
PANEL SIZE B 9.01 TO 16.00 SO. FT.
PANEL SIZE C GREATER THAN 16 SO. 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 DIVIDEDHIGHWAYS, MULTI -LANE RAMPS, ONE-WAY
STREETS, AND AS DIRECTED BY THE ENGINEER, EXCEPT WHERE ONLY ONE
SHOULDER IS CLOSED (EX: CASE 11 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.
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. AL 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 D4956. 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 PLAN. 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 SHALL BE IN ACCORDANCE WITH
STANDARD PLAN '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 PUCE 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,D00 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. CHANNELIZING DEVICE SPACING, 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 APPLICABLE
STANDARD PLANS.
19. 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 SWIVEL MOUNT
QUARTZ LIGHT SOURCE (500 WATT 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 PLANS.
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, ANO/OR THE PROJECT ENGINEER.
L^om user rile information
Creation Date: 07-04-06 Initials: KCM
Q
Q
Q
sheet Revisions
Colorado Department of Transportation
4201 East Arkansas Avenue
�nT Denver, Colorado 80222
Phone: 303 757-9543
Fax: (303) 757-9820
�- '^'
Staff Traffic Branch KCM/JSW
TRAFFIC CONTROLS
FOR HIGHWAY
CONSTRUCTION
STANDARD PLAN NO.
Dote:
Comments
Lost Modification Dale:07-04-06 Initials: JSw
_ -1
Full Poth:www.dot.state.co.us Desi n5upport
/ /
Drawing File Nome: 5-630-I (1 of 12)
Issued By. Traffic Engineering Unit July 4, 2006
Sheet No. 1 of 12
.CAD Ver.: Microstatlon V8 Scale: Not to Scale Units: En fish
SPEED •SPEED
LIMIT LIMIT
O O O O ARROW PANEL
(C TY)
R2-I(00) R2-1(00)
I I X
500'-I ,
2640' 1000
ROAD
WORN AOAD WORK Lin LAN
I MILE NEXT XX MILE$ CLOSED LEn U
hMI closE
G20-t 500 X
W20-1 w20-5(L) W20-5
ADVANCE SEQUENCE
LEGEND
• CHANNELIZING DEVICE: FOR TYPE OF DEVICE TO BE
USED, SEE SCHEDULE OF TRAFFIC CONTROL DEVICES
INCLUDED IN THE PLANS.
TYPE III BARRICADE
CONCRETE BARRIER (TEMPORARY)
r FLAGCER
�- DIRECTION OF TRAVEL
® WORK AREA
L TRANSITION TAPER LENGTH:
L = MINIMUM LENGTH OF TAPER
SPEED 45 MPH OR MORE: L = S . W
2
SPEED 40 MPH OR LESS: L = 60
S = NUMERICAL VALUE OF SPEED LIMIT
OR 85 PERCENTILE SPEED
W = MOTH OF OFFSET
0QNNARRONLG OR
SEUECIGWPAE
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).
® IMPACT ATTENUATOR AS DETAILED ON THE PUNS
FLASHING BEACON
00' A L—f-1/2L-\ /
"C)
3 DRU
DO
PUSHING
INOT 36W1-8 CLOSED ROAD R11-2
PASS WI-6(L)
W4-2(L) R4-1 MOUNT ON BARRICADE
(TYPE 3M-D) (TEMP)
TYPICAL 2—WAY
ZONE
STRIPING
4 INCH
CENTER
LINES
CENTER
EXPANSION
J 4,
JOINT
T
12"
1"t
CIMNEUZING
DEVICE BASE
SEE ENLARGED DETAILS
CONCRETE rt Ilk
BARRIER (TEMP) R4-7 IMPACT ATTENUATOR CHANNEU2I11
\ 1 /(TEMP) DEVIL (FIXED) X
ADVANCE SIGNING AND END
SIGNING SEQUENCES ARE
THE SAME FOR THE
OPPOSITE DIRECTION
MOUNT CLOSED RII-2
MOUNT ON BARRICADETHANKS
3M-D) (TEMP)SSSS555555
MASS
UEIIOMSED
.K2
YOUQ0(TYPE
R4-2
G20-IO
R2-I(00)
END SEQUENCE
WRONG
WAY
CASE NO. 1 R5-IA
00 NDT
• SPEED
LIMIT
��
TYPICAL APPLICATION
W6_3
R5-1
R2-I(o0) MI5-3
CLOSURE OF ONE ROADWAY 4—LANE DIVIDED HIGHWAY
mm
S�� WRONC
a WAT
w6I-\3 R5-I1YfA
IMPACT AN,)U O\ \ WI I\
(TEMP) \\JJ I \\
E
I
,t LI TEMPORARY SOLID
TEMPORARY SOLID WHITE 4' EDGE LINE
YELLOW 4' EDGE LINE
R4-7
Computer File Information
Sheet Revisions
Colorado Deportment of Transportation
TRAFFIC CONTROLS
Creation Dale: 06 Initials: KCM
Dote:
Comments
1201 East Arkansas Avenue
DOT
FOR HIGHWAY
Lost Modificationn Dote:Date: 07-04-06 Initials: JSw
Full Pathm—clot.slate.co.us/Design5upporl/
Q
Q
Denver, Colorado 80222
��� Phone: (303) 757-9543
��:,; Fa.: (303) 757-9820
CONSTRUCTION
Drawing File Name: S-630-1 (2 of 12)
Q
Staff Traffic Branch KCM�JSW
Issued By. Traffic Engineering Unit July 4, 2006
CAD Ver.: Microstauon V8 Scale: Not to Scale Units: English
O
STANDARD PLAN NO.
S-630-1
Sheet No. 2 of 12
.0
SPEED Sri W1 _4(q) Mn UNE ROAD
LIMIT [OYSIN[11Y1 OR • TEMPORARf YELLOW C105I0 WORK
DO Tx4xrs rou CONCRETE &BRIER W7 -3(R) EDGE UNES 15DDn /R AHUD
SPEED 555SS53555 TEMP ARROW PANEL
LIMIT R2-I(00) C20-10 ) 00
wa-z(L) W2o-5(L) w20-5(L) W20-1
1/2 L BUFFER SPACE
� D O 500' S00' MIN. 200' �W13-I(00) NIN. (OPTIONAL) L 04 g4 g4 A4
R2-1(00) 5o0'
ROAD I Y
WORK [ I 1 [ I
♦HEAD
~ CZ
�• • I •C • • iENPORARY WHITE EDGE UNE ,y
x 500' x F F x I
0B4 B4 A L i/2 L 1/2 L uIN. VARIE III BARPoCADES 200' S00' MIN. 500'
WHEN BARRIER SPEED
IS NOT USED
LIMIT
A .� 0 0
R2-1(DID)
O WI-4(L)
AIGHT VANE RIGNT UNE ORSPEED
CLDSED CLOSFD I� WI-3( L) [OYS110CIIOY LIMIT
K/3 Alf i500 Fi a INANXS YOU 00
OO SSS SSS SS55
W20-5(R) W20-5(R) W4-2(R) ARROW PANEL ♦wl3-l(00) CASE NO. 2 G20-10 R2-1(00)
TYPICAL APPLICATION
CLOSURE OF HALF OF A —LANE HIGHWAY, NOT PHYSICALLY DIVIDED
W20-1
•
//—TYPE III 1TI%CADES
C4
B4 Ai
L
VAR. C —( VAR. L
500'f 500'
STAY
IN
LANE
WI-4(R)
OR
I-3(R)
ROAD
, CLOSED
RII-2
/\ • TEMPORARY WHITE
EDGE LINES
WI -4(L)
OR SIC:. SEGUENCE AND TEMPORARY
Ed
SPEED
LIMIT
0 0LANE
R4 9
WI)-
MARKINGS ARE THE SANE
FOR THE OPPOSITE
R2-1(00)
-
SPEED
00
R4-7 W R
DIRFCTON
00
020-10
LIMIT
-
W13-1(00)
AW13-I(00)
00
R2-1(00)
CASE N0, 3
TYPICAL APPLICATION
ROAD CLOSURE, USE OF ADJACENT SHOULDERS
LEGEN
CHN[NEUZING DEVICE: FOR TYPE OF
DEVICE TO BE USED. SEE THE SCHEDULE
OF CONSTRUCTION TRAFFIC CONTROL
DEVICES INCLUDED IN THE PLANS.
TYPE M BARRIGADE
CONCRETE BARRIER (TEMPORARY)
■ ' FLGGER
4f— DIRECTION OF TRAVEL
® WORK AREA
L TRANSITION TAPER LENGTH:
L - MINIMUM LENGTH OF TAPER
SPEED 45 MPH OR MORE: L S K W
SPEED 40 MPH OR LESS: L OUST60
S NUMERICAL VALUE OF SPEED LIMIT
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)
1,0D0' (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 ACTMTY, AND ARE
REQUIRED WHEN THEY ARE INCLUDED
IN THE SCHEDULE OF CONSTRUCTION
CONTROL OEVICES.
VARIES BUFFER SPACE (SEE
GENERAL NOTE 21).
• REQUIRED WHEN WORK OCCUPIES THE
LOCATION FOR MORE THAN 3 DAYS,
FLASHING BEACON
4 KEY TO ADVANCE SIGNING DISTANCES
ROAD TYPE
DISTANCE
A
BETWEEN SIGNS
8 C
URBAN <-40 MPH
100
100
100
URBAN >=45 MPHL
350
350
350
RURAL
500
500
500
EXPRESSWAY FREEWAY
1000
1500
2640
Computer File Information
O
Q
Q
Q
Sheet Revisions
Colorado Department of Transportation
4201 East Arkansas Avenue
DOT Denver, Colorado 80222
�� Phone: (303) 757-9543
Fax: (303) 757-9820
�� '�'
Staff Traffic BronCh KCM/JSW
TRAFFIC CONTROLS
FOR HIGHWAY
CONSTRUCTION
STANDARD PLAN NO.
Creation Date: 06 Initials: KCM
Date:
Comments
Lost Modification Dote:Dale: 07-04-06 Initials: JSw
S-630-1
Full Polhmww.dol.stote.co.us/Design5upporl/
Drawing File Nome: 5-630-1 (3 at 12)
�
Issued By. Troffi0 Engineering Unit July 4, 2006
Sheet No. 3 of 12
CAD Ver.: MicroStotion V8 Scale: Not to Scale Units: English
TEONCRETE BARRIER
MP)
41 11
SPEED TEMPORARY DOUBLE
LIMIT YELLOW CENTERLINE
I/J
W1-8, ZI 1 CZ W1-8
(] Q
TEMPORARY WHITE
R2-I(00) EDGE LANE
Y T A
NJ
WI-8
�
y
CZ CZ
I
I
BARRICADE
500'
250' 250' S00'
L VAR.
500,
500
1500'± TYP.
BARRICADES
L `1
ROAD
ROAD RI 1-2 -
ttos[D
IYZ
COXSIAUCIIOX
THANKS YOU
SPEED
LIMIT
l W24-1(L)
WORK
W'-6(L
5555555555
00
ROAD
000 IT 00
SIGN SEQUENCE
IS THE SAME
G20-10
R2-I(OO)
WORK
t60D F1
AW13-I pp
W20-I (DO) FOR THE
OPPOSITE DIRECTION
W20-1
CASE N0, 4
TYPICAL APPLICATION
ROAD
CLOSURE, BYPASS DETOUR PROVIDED
TEMPORARY YELLOW
EDGE LINE
BARRICADES
1D0r. 1
. I
LANE ,1
LANE /2
LANE f3
LANE I4
TRUCK MOUNTED ATTENUATOR
RoaD SPEED A20-%>)
SPEED a (REOUIRED FOR SHORT NTZ SPEED
WORK LIMIT LIMIT TERM SETUPS IN LIEU CONSIAUCTION LIMIT
I MILE �I I
DD DD ARROW PANEL OF BARRICADES)iHANNS YOUODSSS�SSS�SSSSW20-1 R2-I(00) R2-1(00) W4-2(L) C20-10 R2-I(OO)
LEGEND
CHANNEDZING 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)
it FLAGGER
r DIRECTION OF TRAVEL
® WORK AREA
L TRANSITION TAPER LENGTH:
L = MINIMUM LENGTH OF TAPER
SPEED 45 MPH OR MORE: L = S . W
A
SPEED 40 MPH OR LESS: L = fi0
S - NUMERICAL VALUE OF SPEED LIMIT
OR 85 PERCENTILE SPEED
W = WIDTH OF OFFSET
SHOULDER TAPER = 1/3 L
ADVANCE WARNING FLASHING OR
SEOUENCING 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,
TRUCK MOUNTED ATTENUAIOR
FLASHING BEACON
CASE NO. 5
TYPICAL APPLICATION
LANE #1 CLOSURE. MULTILANE FREEWAY
Computer File Information
O
O
O
Sheet Revisions
Colorado Deportment of Transportation
4201 Eost Arkansas Avenue
OT Oen ver, Colorado 80222
�� Phone: (303) 757-9543
_ _ Fa.: (303) 757-9820
Staff Traffic Branch KCM/JSW
TRAFFIC CONTROLS
FOR HIGHWAY
CONSTRUCTION
STANDARD PLAN NO.
Creation Dale: 07-04-06 Initials: KCM
Dote:
Comments
Last Modification Date:07-04-06 Initials: JSW
S-630-1
uPalh:www.dol.stale.co.us/Desi n5upport/
L--
Crowing File Nome: S-630-1 (4 of 12)
Issued By. Traffic Engineering Unit July 4, 2006
Sheet No. 4 of 12
CAD ver.: MicrostaHan V8 Scale: Not to Scale Unns: Ea Rsh
• TEMPORARY YELLOW
EDGE UNE
*BARRICADES ' 200
I � I I
UNE f 1 y
LANE/2 y
LANE f3 _
UNE f4 — y
E I I I
500' S00' 11000'
2640' I 1000' L 2 L L VARIES 500' S00'
- (1
O •: I TRUCK MOUNTED ARENUAiOR aA
ROAD SPEED *Ult
SPEED O (REQUIRED FOR SHORT NY2 SPEED
LIMIT J ARROW PANEL TERM SETUPS IN LIEU CUNSIPU[IION
WORK LIMITLIMIT
I MILE■.I ARROW PANEL THANKS YOU
00 00 W4-2(L) OF BARRICADES) 00
5553555555
w20-1 R2-I(0o) W20-5a(L) R2-I(OO) w4-2(L) CASE NO, 6 G20-10 R2-I(OO)
TYPICAL APPLICATION
• TEMPORARY WHITE
EDGE UNE , BARRICADES
SPEED
00
cxT
UWE
U)SEDI
n'hAx
SPEED
O
,� ARROW PANEL
ARROW PANEL
TRUCK MOUNTED ATTENUATOR
(REQUIRED FOR SHORT
00
W4-2(R)
TERM SETUPS IN UEU
R2-1(00)
W20-5o(R)
R2-1(00)
W4-2(R) CASE
NO, 7
OF BARRICADES)
TYPICAL APPLICATION
LANE H3 CLOSURE.
MULTILANE FREEWAY
TYPE III
YYZ SPEED
1YSIIUCIIOY LIMIT
1ANY3 YOU 00
i5555i555
G20-10 R2-I(00)
BARRICADES 0 TEMPORARY WHITE
UNEDGE UNE
UNE /I 1
E /2 _ _ _ _
UNE /3 _ _ _ _ — _ _ _ _ _ _ _ _ _ _
LANE B4 —
LEGEND
CHANNELIZING DEVICE: FOR TYPE OF
DEVICE TO BE USED, SEE THE SCHEDULE
OF CONSTRUCTION TRAFFIC CONTROL
DEVICES INCLUDED IN THE PUNS.
TYPE III BARRICADE
CONCRETE BARRIER (TEMPORARY)
dr— FLAGGER
!✓ DIRECTION OF TRAVEL
® WORK AREA
L TRANSITION TAPER LENGTH:
L = MINIMUM LENGTH OF TAPER
SPEED 45 MPH OR MORE: L = 5 . W
SPEED 40 MPH OR LESS: L = "602
S = NUMERICAL VALUE OF SPEED LIMIT
OR 85 PERCENTILE SPEED
W = MOTH OF OFFSET
SHOULDER TAPER = 1/3 L
Q 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 AWD/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).
0 REQUIRED WHEN WORK OCCUPIES THE
LOCATION FOR MORE THAN 3 DAYS.
TRUCK MOUNTED ATTENUAIOR
2640'
A
flOAD SPEED
W20-1 R2-1(00)
alcxT
uxE,TRUCK
hLosloMMLIMIT
' W20-5(R)
1500'
SPEED
0 0
R2-I(00)
LANE4
1000' L VARIES 500' 500'
a (A'T 211�1"SPEED
MOUNTED ATT'T T TOR LIMIT
ARROW PANEL(REQUIRED FOR SNORT TERM 00
SETUPS IN OEU OF BARRICADES)
R2-I(00)
w4-2(R) CASE NO. 8 020-10
TYPICAL APPLICATION
CLOSURE. MULTILANE FREEWAY
.
Computer File Information
Q
o
(]
Q
Sheet
Revisions
Colorado Deportment of Transportation
4201 East Arkansas Avenue
DOi Denver, Colorado 80222
�� Phone: 303 757-9543
((,)
�^^^^�^�^�^^� Foz: 303 757-9820
Staff Traffic 8 onch KCM/JSW
TRAFFIC CONTROLS
FOR HIGHWAY
CONSTRUCTION
STANDARD PLAN NO.
Creation Dote: Initials: KCM
Dote:
Comments
n Dote 67
lost Modification Dota: 07-04-06 Initials: JSW
- 30-1
Full Palh:www. dot. state. co.us Desi nSu
/ )port/
Growing File Name: S-630-1 (5 of 12)
Issued By. Traffic Engineering Unit July 4, 2006
Sheet No. 5 of 12
-CAD Ver.: Microsto(ion V8 Scale: Not to Scale Units: English
• TEMPORARY WHITE • BARRICADES
T T EDGE ONES
2640' I-500 1 1500, 1— 500' T ,OOO• ♦ L 21 L 00' LEGEND
• TEMPORARY YELLOW
♦ ♦ EOGE LINE , CHANNELIZING DEVICE: FOR TYPE OF
O SPEEDO �'1 O O f SPEED Of CONS�RUCTgiIED.RUTiC CONiRaLDULE
ROAD IGIT ux 9,TD c[x¢R r ` CY2
LIMIT CIOS[0 OR uN[DEVICE$ WCLUDED IN THE PLAT[$.
,�CLOS[RgRROW PANEL (RUCK MOUNTED ARENUAiOfl TNANXS YOU ARROW PANEL u0 OOTYPE m BARRICADE
(BEWARED FOR SHOflI 1ERM
W20-I R2-I(00) wT0-5(R) R2-1(00) W/-2(R) W9-3o W9-3 W12-1 SETUPS IN LIEU OF BARRICADES) SSC SASS-'S05S R2-I(00) CDNCRETE BARRIER (TEMPORARY')
r• FLAMER
CASE NO, 9 DIRECTION OF TRAVEL
TYPICAL APPLICATION ® WORK AREA
CENTER LANE CLOSURE - MULTILANE FREEWAY
• BARRICADES • TEMPORARY WHITE L TRANSITION TAPER LENGTH:
EDGE LINE
, L . MINIMUM LENGTH OF TAPER
SPEED 45 MPH OR MORE: L = S . W
SPEED 40 MPH OR LESS: L 60=
S = NUMERICAL VALUE OF SPEED LIMIT
Y�i
OR 85 PERCENTILE SPEED
1500' IODO' L VAR. IOOi W WIDTH OF OFFSET
MAX.z. SHOULDER TAPER - 1/3 L ♦
PEED SPEED DO O TRUCK MOUNTED ATTENUAIOR PASS AYl PEED ADVANCE WARNING FLASHING OR
ROAD LIMIT NOT (REQUIRED FOR SHORT TERM WITH [OXSIIUCIIOX Q
WORK GHI UN LIMIT ll PASS SETUPS W LIEU OF BARRICADES) CARE iNANA1 YOU LIMIT SEOUENCWG ARROW PANEL
MILE p 0 c[os[o a I :1 ARROW PANEL sss sss ssss 0 0 'h MKE OO R4-2 CZ ttEM ZONE (SEE GENERAL NOTE 16).
R4-1 G20-IO R2-t(00)
W20-1 R2-I(00) W20-5(R) R2-I(00) W4-2(R) ♦ THESE DEVICES ARE OPTIONAL. THEIR
NEED SHALL BE DETERMINED BY
DETOUR CASE NO, 10 CONSTRUCEOINNNACTN/TOR SCOPE
TYPICAL APPLICATION IN EESCHEDUULEEM T OF COONNSTRUCTIN
ONE LANE CLOSED - FOUR -LANE DIVIDED HIGHWAY CONTROL DEVICES.
VARIES BUFFER SPACE (SEE
GENERAL NOTE 21).
• TEMPORARY WHITE
1 EDGE LINE • REQUIRED WHEN WORK OCCUPIES THE
LOCATION FOR MORE THAN 3 DAYS.
— ~ — — — — — — — — — — — — — — — — — — — r 10' 41N. — i�� TRUCK MOUNTED ATTENUATOR
1 ►p.. CONCRETE BARRIER (TEMPORARY)
WITH LIGHTS
(-2200' TO.' 1000'�-}-500' S00'—}—I/JL VARIE --SpD 500 —(-(
\/1 ♦ RICH RICH /) ABMRIER AND LIGHTS
Z
SHOULDER W21-5o sNOuIDER W21-5a ROAD (OPTIONAL) SPEED
ROAD CLOSED CLOSED NARROWS ITZ LIMIT
WORN COXSTAU[110M
t MILE W20-I CH 141S YOU __Wt6-2o xx�uis W2_� WS-I SSS5R2-I 00
OR ( )
W21-5 C20-10
sW WILIER CASE NO. 11
wDRK TYPICAL APPLICATION
SHOULDER WORK - (FREEWAY/EXPRESSWAY)
Computer File Information Sheet Revisions Colorado Deportment of Transportation TRAFFIC CONTROLS STANDARD PLAN NO.
Creation Dale: 07-04-06 Initials: KCM Date: Comment= 4201 East Arkansas Avenue FOR HIGHWAY
Last Modification Date: 07-04-06 Initials: JSW Q DOT Denver, Colorado 80222
Full Path:www.dot.stote.co.us/DesignSupport/ Phone: (303) 757-9543 S-630-1
-- Fax: (303) 757-9820 CONSTRUCTION
Drawing File Nome: 5-630-1 (6 of 12) Q
CAD Vec: MicroStODan V8 Scale, Not to Same units: English Q Staff Traffic KCM�JSW Issued By: Traffic Engineering Unit July 4, 2006 Sheet No. 6 of 12
TEMPORARY WHITE EDGE LINES
2610'
1500' 1000'
L
1000' L
IDO'MAK.
LEGEND
ROAD
WORK
♦
SPEED
LIMIT
C105[o
SPEED
Am
LIMIT%
I
a
TRUCK MOUNTED A1TUPS OR
FOR SHORT TERM SETUPS OR ♦
BARRICADES FOR LONG TERM YYI
SETUPS REQUIRED WHEN SPACE TEMPORARY RESET CONSTtUCHON SPEED
CHPNNEDZING DEVCE: FOR TYPE OF
• DEVICE TO BE USED. SEE THE SCHEDULE
OF CONSTRUCTION TRAFFIC CONTROL
DEVICES IN IN THE PLANS.
I MILE
00
IhntF
OO
ARROW PANEL
PERMITS. E X T
D TO EMAINTONIRED
VISIBILITY
THANKS YOU
5555S5i555
LIMIT
00
TYPE M BARRICADE
W20-1
R2-I(00)
W20-5(R)
R2-1(00) W4-2(R)
CASE NO, 12
G20-10
R2-1(00)
— CONCRETE BARRIER (TEMPORARY)
TYPICAL APPLICATION OF TRAFFIC
CONTROL ON FREEWAY NEAR AN OFF
RAMP
or— FLAGGER
DIRECNON OF TRAVEL
•
pp----I��.,,--
0 TYPE III P=11-- TRUCK MOUNTED ATTENUATOR
TEMPORARY
® WORK AREA
Y
1
I
1
BARRICADE$ (REQUIRED FOR SHORT TERM SETUPS IN
LIEU OF BARRICADES)
WHITE
EDGE LINE
L TRANSITION TAPER LENGTH:
L = MINIMUM LENGTH OF TAPER
-� - -
- -
- -
- - -
- -
- - - - - - - - -
- - - -
- -
SPEED 45 MPH OR MORE: L - S x W
SPEED 40 MPH OR LESS: L - WS
2640'
1500' ~ 10Do'
L VN21
t;
SOD 500'
S - NUMERICAL VALUE OF SPEED LIMIT
OR BS PERCENTILE SPEED
w = WIDTH OF OFFSET
♦
♦
5a0 TEMPORARY YELLOW
A
SHOULDER TAPER = I/J L
ROAD
SPEED
LIMITLIMITI
IGXi u
SPEED
a
1 EDGE LINE
O `
WORK *
TYZ ZSPEID
CONSIIUCIIOY
Q ADVANCE WARNING FLASHING OR
SEOUENCINC ARROW PANEL
0 O
0 0
ARROW PgNEI
1
AHEAD55455&
C2 CLFAR ZONE (SEE GENERAL NOTE Ifi).
W20-1
R2-I(00)
W20-5(R)
R2-1(OO) W4-2(R)
W20-1 WI-3R
C20-I0 R2-1(OO)
♦ THESE DEVICES ARE OPTIONAL. THEIR
CASE NO, 13
NEED SHALL BE DETERMINED BY
TYPICAL
APPLICATION
OF TRAFFIC
CONTROL ON FREEWAY BEFORE AN ON
RAMP
DETOUR DESIGN AND/OR SCOPE OF
REQUIRED WHEN ATHEY AND ARE
REQUIRED WHEN THEY ARE INCLUDED
IN THE SCHEDULE OF CONSTRUCTION
CONTROL DEVICES.
TEMPORARY WHITE
VARIES BUFFER SPACE (SEE
X
I
I
I
EDGE ONES
GENERAL NOTE 21J.
• REQUIRED WHEN WORK OCCUPIES THE
-� - -
- -
- -
- - -
- -
- - - VARIES - - - - -
- - - -
- -
LOCATION FOR MORE THAN 3 PAYS.
I �I
- - -
- -
9-r---- TRUCK MOUNTED ATTENUATOR
1 2610' �� 15001000' L / 100' MA% 500 500
l
ROAD SPEED SPEED YIELD
WORK ♦LIMIT ClO5E0 ♦LIMIT
1 MILE `/ TEMPORARY
OO hKllE OO O YELLOW YY2
EDGE LINES RI-2 CUYSTRUCIIUY SPEED
W20-I R2-1(00) W20-5(R) R2-1(Op) W4-2(R) ROAD O WI-2o O LIMIT
WORK THANNS YOU
AHEAD TRUCK MOUNTED ATTENUAR FOR 555 SSSi5S5 0 O
FOR
ARROW PANEL RTERM SETUPS OR BARRICADES
TERM SETUPS REQUIRED DES G20-10 R2-I(00)
CASE NO. 1 4 W20-1 W4-IR WHEN SPACE PERMITS.
TYPICAL APPLICATION OF TRAFFIC CONTROL ON FREEWAY ALLOWING ACCESS FROM ON RAMP
Com uter He Informotlon
Creation Date:
Sheet Revisions
Colorado Deportment of Transportation
TRAFFIC CONTROLS
STANDARD PLAN NO.
07-04-06 Initials: KCM
Lost Modification Date:07-04-06 Initials: JSW
Q
Dale:
Comments
4201 East Arkansas Avenue
OT
FOR HIGHWAY
Full Pothm—dot.stote.co.us/Des.
Denver, Colorado 50222
Phone: (303) 757-9543
S-630-1
nSupport/
wing File
Drawing File Name: 5-630-1 (7 of 12)
Q
Q
��
�� �°^^� Fax: (303) 757-9820
CONSTRUCTION
.Drawing
taUon ve sane: Not to Scale units: ED rsh
Q
Staff Traffic Branch KCM/JSW
Issued By Traffic Engineering Unit July 4, 2006
Sheet No. 7 of 12
\ 'NL
SOp AREA MEA
TURN OFF O
3-MAY RAg0
STING µp
ZONF PNaNE W20-7o
wart
wz2-z
W22-1 CASE NO. 15
TYPICAL APPLICATION - FOR BLASTING
SIGN SEQUENCE IS THE SAME
FOR OPPOSITE DIRECTION
M_,.ITOO
R21(OO
SIGN SEQUENCE IS THE SAME
FOR OPPOSITE DIRECTION
.�• — 250' — —
• •
SPEED
• t •
•B
/\/l'
� • •
LIMIT
A
50-
?p•
OO
100'MA%. 70
THIS TAPER MUST BE
ROAD
WORK aNxx
O
SHORT ENOUGH TO NOT •�
BE NSITION. FORA iOp,
XX FT xx Fi
rT
TRANSITION.
W20-1 W20-4 W20-7o
TNAYIII mu
SSS•SSSiSSf
CASE NO. 17 G20-10
TYPICAL APPLICATION
LANE CLOSURE, 2-LANE HIGHWAY. AT CURVE
I loao': iYP..j
I
�500' 500'�
DESIRED DESIRED 50'MIN. 10'MIN.
100'MAX.
WORN O -TEMPORARY WHITE
AHEAD EDGE LINE
W20-63 W20-7o Ili
CtlalltlCxYY
TxAxa rou —
CASE NO. 16 sss•sssasss
TYPICAL APPLICATION C20-10
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 It BARRICADE
CONCRETE BARRIER (TEMPORARY) -
r FLAGGER
DIRECTION OF TRAVEL
® WORK AREA
L TRANSITION TAPER LENGTH:
L = MINIMUM LENGTH OF TAPER
SPEED 45 MPH OR MOREL = S x W
a
SPEED 40 MPH OR LESS: L = Wfi0
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 PkE 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.
KEY TO ADVANCE SIGNING DISTANCES
ROAD TYPE
DISTANCEUC
A
URBAN (<=40 MPH)
too
URBAN (>=45 MPH)
350
RURAL
500
EXPRESSWAY/FREEWAY
1000
L;omputer rile Insormotlon
I
�
I
aneet_Kevlsions
Colorado Deportment of Transportation
4201 East Arkansas Avenue
�� (%i Denver, Colorado 80222
.. __ Phone: (303) 757-9543
PlTtt'?fAvx1;1:: Fax: (303) 757-9458
Staff Traffic Branch KCM/KEN
TRAFFIC CONTROLS
FOR HIGHWAY-
CONSTRUCTION
STANDARD PLAN NO.
Creation Date: 07/04/06 Initials: KCM
Date
I Comments
Lost Modification Dote: 03/05/07 Initials: KEN
03/05/07
W20-1 & W20-4 SIGNS REVISED
5-630-1
Full Poth: www.dot.stake.co.us/DesignSupport/
Drawing File Name: Sheet-S-630-01-8ofl3.tl n
Issued By: Traffic Engineering Unit March 5, 2007
Sheet No. 8 of 12
CAD Ver: MicroSlation VB Scale: Not to S
1�
W20-4
' I
#C
I
I
#B
I
#A
L
100' •'
• 10'
MIN.
TYPE X
I Nrt
LRNSIIRLRRN
I iNANN3 YDU
5555555555
G20-10
ROAD
�//��//// WORK
AHEAD
W20-1
I
— _ I
I ROAD
WORK YYZ
AHEAD CYYSTIUCTIOY
I rxAxxs rou
W20 1 555555iS5S
I ( G20-10
CASE NO, 18
TYPICAL APPLICATION
OF TRAFFIC CONTROL AROUND A WORK AREA
NEAR AN INTERSECTION. ONE LANE CLOSED
NOTE
SIGN JPLACEMENT SHOWN ON CASES 18
AND 19 TYPIFIES RURAL APPLICATIONS.
URBAN APPLICATIONS REQUIRE THE
SIGNS TO BE PLACED WITHIN ONE, OR
PERHAPS TWO. BLOCKS.
Computer File Information
Creation Dote: 07-04-06 Initials: KCM
Last Modification Dote: 07-04-06 Initials: JSW
0
Q
Q
Q
Full Poth:www, dot. stale.co.us/DesignSuppor t/
Drawing File Name: S-630-1 (9 of 12)
CAD Ver.: MicroSlalion V8 Scale: Not to Scale Units: En lish
OAHEAD
T
# C^
W20-1 ONE LAN
ROAD
%x Fi #
B
W20-4
■ #A
W20-7a 50' MIN. . 10'
00' MAX.
�` nn •• MIN
MIN.
- E
d
pUAr
W20-7o W20-4 W20-1
f B {MIN. <*>
500' A
50' MIN. •• I 00'MAX700
ROAD pNE UN o T I W20-7a
WORK ROAD
AHEAD Nx FT #
J
W20-1 W20-4 W20-7a YYZ pN
COYRTRUCIIUN I
1
TxAxxs rou #
SSSSSSi555 C
G20-10 _ /\ R
CASE NO. 19 A
TYPICAL APPLICATION OF TRAFFIC CONTROL
AROUND A WORK AREA NEAR AN INTERSECTION
TYPE ➢E TYPE 11
BARRICADE BARRICADE
F
F
l\ � 500' XROAD
ROAD
"RlI
Cl SED CLOSED
DETOUR OR pEiOUR TWO ZT 5O0 R ROAD
1500 FT AHEAD CLOSET
RII-2
W20-2 W20-2 W20-3 W20-3
RII-4
DETOUR
M4-IO
Colorado Department of Transportation
4201 East Arkansas Avenue
DOT Denver, Colorado 80222
Phone: (303) 757-9543
Fox: (303) 757-9820
Staff Traffic ;ronch KCM/JSW
/ W20-4
D
tK
AD
w20-1
ROAD ROAD
ROAD CLOSED
CLOSED CLOSED
DD wL6 ARUD
500 FT IOW R
°� rR°`r�
W20-3 W20-3
RI1-3
OR
R11
-4
500' 500'
4 4
4
CASE NO. 20
TYPICAL SIGNING
FOR ROAD CLOSURE
TRAFFIC CONTROLS
FOR HIGHWAY
CONSTRUCTION
Issued By. Troffic Engineering Unit July 4, 2006
LEGEN
CWWNELIZING DEVICE: FOR TYPE OF
DEVICE TO BE USED, SEE THE SCHEDULE
OF CONSTRUCTION TRAFFIC CONTROL
DEVICES INCLUDED IN THE PUNS.
TYPE 0 BARRICADE
CONCRETE BARRIER (TEMPORARY)
a— FLAGGER
♦— DIRECTION OF TRAVEL
® WORK AREA
L TRANSITION TAPER LENGTH:
L = MINIMUM LENGTH OF TAPER
SPEED 45 MPH OR MORE: L = S x W
i
SPEED 40 MPH OR LESS: l = W0
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 ACTMTY, AND ARE
REQUIRED WHEN THEY ARE INCLUDED
IN THE SCHEDULE OF CONSTRUCTION
CONTROL DEVICES.
VARIES BUFFER SPACE (SEE
GENERAL NOTE 21).
0 REQUIRED WHEN WORK OCCUPIES THE
LOCATION FOR MORE THAN 3 DAYS.
*KEY TO ADVANCE SIGNING DISTANCES
ROAD TYPE
DISTANCE
A
BETWEEN
6
SIGNS
F C
URBAN <=40 MPH
100
Too
I Too
URBAN >=65 MPH
350
350
350
RURAL
500
500
1 500
EXPRESSWAY FREEWAY
1000
1500
2640
STANDARD PLAN NO.
S-630-1
Sheet No. 9.of 12
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.
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 wi.thin-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
sx aosm
r .xuiil
AUU51A fNl1a
SPECIAL OR
2-PHASE VMS
- aOAD
• TEMPORARY YELLOW CLOSED
EDGE LINE RI 1-2 TYPE III
7-- (ON BARRICADES) BARRICADES
WORK LOIMIOT hyFO[x LIMIT ( �:
I MILE � 00 \\■\/■//
W20-1 R2-1(00) W20-Sa(L) R2-1(00) W4-2(L)
uARROW PANEL ALL
ARROW raAFrlc
PANEL W4-2(L) Exrtr
R3-26
CASE NO, 21
TYPICAL APPLICATION
FULL CLOSURE, MULTILANE FREEWAY
ti
Nn MEASUREMENTS FOR THE LANE
REDUCTION SHALL BE MEASURED
FROM THE STRIPED GORE POINT.
LEGEND
ADVANCE WARNING FLASHING OR
SEQUENCING 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 ACTIVITY, 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 PUNS.
TYPE M BARRICADE
DIRECTION OF TRAVEL
L TRANSITION TAPER LENGTH:
L - MINIMUM LENGTH OF TAPER
SPEED 45 MPH OR MORE: L = S x W
1
SPEED 40 MPH OR LESS. L = fi0
5 = NUMERICAL VALUE OF SPEED LIMIT
OR 85 PERCENTILE SPEED
W. = WIDTH OF OFFSET
SHOULDER TAPER - 1/3 L
%. CLOSURE AND EXIT MESSAGES ON SIGN
LEGEND(S) SHOULD BE MODIFIED TO FIT THE
SITUATION.
E%IT E%li
CLOSED CLOSED
• TEMPORARY WHITE
E5-2o E5-2a
EDGE LINE
(ON BARRICADES) (ON BARRICADES)
xxx
CLOs[0
USC %%%%%%%%%
E%li
CLOSED
EXIT
CLOSED
Exrt AAA
• TEMPORARY WHITE E5-2a
E5-2a
SPECIAL OR
EDGE LINE '(ON BARRICADES)
(ON BARRICADES)
1 I
y 2-PHASE VMS
TYPE III
—►
~
1 1 1
500'
-
500
2640'
1500
1000'•
660•TAPER
1320'
BARRICADES
.
1
RIGHT
LANE
�
RIGHT
500' S00'
CASE NO. 22
CASE NO. 23
TYPIII
BARRICADES
CLOSED
1 NllE
-
�LANE
LOSED I
Y14ILE
ARROW PANEL
TYPICAL APPLICATION
TYPICAL APPLICATION
W20-5(R)
SPEED
LIMIT
CONTINUOUS
LANE RAMP CLOSURE, MULTILANE FREEWAY SIMPLE RAMP
CLOSURE, MULTILANE
FREEWAY
x rt
00
W20-5(R) W4-2(R)
Las[0
USFEINTx��N,%%N
R2 -1(00)
NOTES: 1 NOTICE OF EXIT CLOSURE SHALL ALSO BE GIVEN IN ADVANCE OF THE PREVIOUS EXIT t0 PROVIDE
X SPECIAL OR
MOTORISTS WITH THE OPTION TO EXIT AT THAT LOCATION.
'
2-PHASE VMS
2. ADDITIONAL SIGNING TO REDIRECT DETOURED TRAFFIC SHALL BE PROVIDED FOR IN THE PROIECT'S
METHOD OF HANDLING TRAFFIC.
'
3. FOR LONG TERM SETUPS, A BUCK ON ORANGE 'EXIT CLOSED„ (E5-2a) PANEL SHALL BE MOUNTED
DIAGONALLY ACROSS ALL EXISTING GUIDE SIGNS THAT PERTAIN TO THE CLOSED EXIT.
Computer File Information
Q
Qom.,,
Q
Sheet Revisions
Colorodo Deportment of Tronsportotion
East Arkansas Avenue
DOT Denver, Colorado 80222
-� Denver,
Phone: (303) 757-9543
Fax: (303) 757-9820
$tOff TrOffiC Branch KCM/JSW
TRAFFIC CONTROLS
FOR HIGHWAY
CONSTRUCTION
STANDARD PLAN NO.
Creation Dote: Initials: KCM
Date:
Comments
n Date:06
Lost Modification Date: 07-04-06 Initials: JSW
S-630-1
Full Pathm—dot.s tote. co. us/Design5upport/
Drawing File Name: S-6}p-1 (10 of 12)
CAD Ver.: MicroStation V8 Scale: Not to Scale Units: En lish
issued By. Traffic Engineering Unit July 4, 2006
Sheet No. 10 of 12
WOPo(
Z G20-5
Q C20-5
zoNE
8P�
ADDITIONAL SIGNS SHOULD BE
ADDED AFTER ALL ACCESSES
LIAR
R2-1(00)
FINES 12-6
THAT FEED SIGNIFICANT TRAFFIC
DOUBLE
TO THE HIGHWAY,
00
SIGN SEQUENCE IS THE SAME
FOR THE OPPOSITE DIRECTION
I I I S.0'
500' \ 250S00250'VARIES 500' 750' LIMITS OF ACTIVE WORK OR CONSTRUCTION RELATED HAZARDS 500,
120-5 ZONE G20-5 G20-5
♦ pit
BEGIN BEGIN 0
SPLLD$pp=afl2-6 FINES TIWYOUIN
LWR LIIpR R2-1(00) OOIWIBO�0 00 , 00 TO BE PROVIDED EVERY CASE NO. 24 ZONE G20-10 R2-1
ron
R52-6a 2600'OR AS DIRECTED R52-6b
BY THE ENGINEER. TYPICAL APPLICATION
a�ncEaTHAN 5 NOT MORE A STEP-DOWN SPEED IS REQUIRED WHEN "FINES DOUBLE IN WORK ZONE" SIGNING
W20-I THERE IS MORE THIN A 15 MPH DIFFERENCE
THE FIRST SPEED BETWEEN THE NORMAL SPEED LIMIT AND THE (WITH SPEED REDUCTION)
LIMIT SIGN ARRAY. CONSTRUCTION ZONE SPEED LIMIT.
WORK G20-5
Q ADDITIONAL SIGNS SHOULD BE
ADDED AFTER ALL ACCESSES
SIGN SEQUENCE IS THE SAME THAT FEED SIGNIFICANT TRAFFIC
FOR THE OPPOSITE DIRECTION _ FINES R2-6 TD THE HIGHWAY.
m DOUBLE
l
a�
ten►
t I
VARIES
500'
I
250'
LIMITS (F ACTIVE WORK OR CONSTRUCTION RELATED HAZARDS
250'
500' S00'
FINES
FINES
♦ II pOUBLE
�/\ IN WORK
R52-6o SHALL BE PLACED NOT
MORE THAN 500'BEFORE THE
LIMITS OF ACTIVE WORK DR
CONSTRUCTION RELATED HAZARDS.
wrE C20-5
FINES R2-6tl
FINES
xYZ
T
11MN($YW
SPfCD
LIAR
ZANE
DOUBLE
S6Gd5B658
00
pOAD
rotl R52-6o
TO BE PROVIDED EVERY CASE N0. 25
2600'OR AS DIRECTED
IN WORK
G20-10
R2-I(00)
Ypi
BY THE ENGINEER. TYPICAL APPLICATION
R52-6b
"FINES DOUBLE iN WORK ZONE" SIGNING
W20-1
(WITHOUT SPEED REDUCTION)
LEGEND
DIRECTION OF TRAVEL
♦ THESE DEVICES ARE OPTIONAL. THEIR NEED
WILL BE DETERMINED BY THE DESIGNER BASED
ON DETOUR DESIGN AND/OR SCOPE OF THE
CONSTRUCTION ACTIVITY, AND ARE REQUIRED
WHEN THEY ARE INCLUDED IN THE PLANS.
�\ FLASHING BEACON
DOUBLE FINES NOTES:
1. SIGNS SHALL NOT BE PLACED SOONER THAN FOUR HOURS BEFORE WORK IS TO BEGIN AND SHALL BE
REMOVED AS SOON AS WORK ACTIVITIES ARE CONCLUDED UNLESS POTENTIAL HAZARDS INTRODUCED AS
A RESULT OF THE WORK ARE STILL PRESENT AT THE EN
d OF THE WORK DAY. IF SIGNS ARE LEFT IN PLACE
AFTER WORK ACTIVITIES THE TRAFFIC CONTROL SUPERVISOR SHALL MAKE AN ENTRY IN THEIR DAILY
DIARY THAT JUSTIFIES HEIR USE.
"HAZARDS" INCLUDE BUT ARE NOT LIMITED TO:
EDGE DROP OFFS
EQUIPMENT, WORKERS OR NON -SHIELDED OBJECTS IN THE CLEAR ZONE
ROUGH PAVEMENT
MAJOR CHANGE IN ALIGNMENT
REDUCED SHOULDER WIDTH
TEMPORARY GUARD RAIL OR BARRIER
LANE CLOSURE
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
ACCORDINGLY.
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
OTHER SIGNING REQUIRED FOR THE SPECIFIC WORK ZONE SETUP.
Computer File Information
Sheet Revisions
Colorado Deportment of Transportation
TRAFFIC CONTROLS
STANDARD PLAN NO.
Creation Dote: 07/04/06 Initials: KCM
®
Dote:
Comments
4201 East Arkansas Avenue
FOR HIGHWAY
Lost Modification Dote: 07/31/08 Initials: KEN
®
07/31/08
R2-6 SIGNS REVISED
Denver, Colorado 80222
S-630-1
Full Poth: ..,.dot.stote.co.us/DesignSupport/
®��i%T
-_ Phone: (303) 757-9543
Fox: (303) 757-9458
CONSTRUCTION
Drawing File Nome: Sheet-S-630-01_11013.d92
Q�
Staff Traffic Branch KCM/KEN
Issued By: Traffic Engineering Unit July 31, 2008
Sheet No. 11 of 12
CAD Ver.: MicroSlolion V8 Scale: Not to Scale Units: En ish
THESE SIGNING NOTES ARE INTENDED AS A QUICK REFERENCE
FOR TYPICAL SIGN USE AND PLACEMENT IN CONSTRUCTION ZONES.
C20-1 "ROAD/WORK/NEXT KK 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,
G20-10 THANK YOU SIGN - THIS SIGN SHOULD BE ERECTED APPROXIMATELY 500 FEET BEYOND DIE .
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 THE PROJECT.
M4-9() "DETOUR/«««' - THIS SIGN IS 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 THE 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
ME STREET OR HIGHWAY TO THROUGH TRAFFIC.
R2-1( ) -SPEED/LIMIT/XX' - THESE SIGNS ARE INTENDED TO REDUCE TRAFFIC SPEED IN ADVANCE OF
THE DAILY WORK AREA WITHIN THE OVERALL PROJECT UNITS.
R2-1(XX) 'SPEED/UMIT/XX' - THIS SIGN IS INTENDED FOR USE 500 FEET PAST THE 'THANK YOU'
SIGN TO BRING TRAFFIC BACK t0 ORIGINAL POSTED SPEED.
1111-2 'ROAD/CLOSED' - THIS SIGN IS TO BE MOUNTED ON THE BARRICADE THAT IS PLACED BEFORE
THE WORK ZONE ENTRANCE TO PROHIBIT TRAFFIC FROM ENTERING THE WORK ZONE.
11II-3 'ROAD CLOSED/X MILES MEAD/L.T.O. - THIS SIGN SHOULD BE PLACED WHERE THROUGH TRAFFIC
MUST DETOUR TO AVOID ME CLOSURE OF ME ROAD SOME DISTANCE BEYOND, BUT WHERE THE
ROAD IS OPEN TO LOCAL TRAFFIC UP TO THE POINT OF CLOSURE.
R11-4 "ROAD CLOSED/TO/THRU TRAFFIC' FOR URBAN USE - THIS SIGN SHOULD BE RACED WHERE
THROUGH TRAFFIC MUST DETOUR t0 AVOID THE CLOSURE OF THE ROW SOME DISTANCE BEYOND.
BUT WHERE THE ROAD IS OPEN TO LOCAL TRAFFIC UP TO THE POINT OF CLOSURE.
W1-1() -TURN ARROW- - THIS
SIGN IS INTENDED FOR USE WHERE ENGINEERING INVESTIGATIONS OF
ROADWAY CONDITIONS SHOW THE RECOMMENDED SPEED ON ME 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 IS INTENDED FOR USE WHERE TWO TURNS OR THE CURVE
AND A TURN IN OPPOSITE DIRECTIONS ARE SEPARATED BY A TANGENT OF LESS THAN 600 FEET.
Wt-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 JUST BELOW THE ROAD CLOSED SIGN AT THE POINT
WHERE THE DIVERSION RAS BEEN ESTABUSHED DUE TO THE LANE CLOSURE.
W3-2 "YIELD AHEAD- - THIS SIGN IS INTENDED FOR USE AT THE APPROACH TO THE YIELD SIGN TR47
IS NOT VISIBLE FOR A SUFFICIENT DISTANCE TO PERMIT THE DRIVER TO BRING HIS VEHICLE TO
A STOP AT THE YIELD SIGN. *
W4-2 'TEFT (RIGHT) DINE TRANSITION SYMBOL - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF THE
REDUCTION IN THE NUMBER OF TRAFnc LANES IN THE DIRECTION OF TRAVEL ON THE MULTILANE
HIGHWAY. *
W5-1 "ROAD NARROWS" - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF THE TRANSITION ON THE
ROAD WHERE THE PAVEMENT WIDTH IS REDUCED ABRUPTLY TO A WIDTH SUCH THAT two CARS
CANNOT PASS WITHOUT REDUCING SPEED. *
W5-2a 'NARROW BRIDGE SYMBOL" - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF A BRIDGE OR
CULVERT HAVING 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/BRIDLE" - THIS SIGN SHOULD BE PLACED ON TWO-WAY ROADWAYS IN ADVANCE Or
THE BRIDGES OR CULVERTS WHERE THE ROADWAY WIDTH IS LESS THAN 16 FEET (18 FEET FOR
COMMERCIAL VEHICLES) OR WHEN THE ALIGNMENT IS POOR ON THE APPROACH TO ME STRUCTURE
HAVING A CLEAR ROADWAY WIDTH OF 18 FEET OR LESS. *
W6-1 "DIVIDED HIGHWAY SYMBOL" - THIS SIGN SHOULD BE PLACED ON THE APPROACHES TO THE
SECTION OF HIGHWAY WHERE OPPOSING ROWS OF TRAFFIC ARE SEPARATED BY A PHYSICAL MEDIAN.
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 MEAD.
TYPICAL CONSTRUCTION ZONE SIGNS
W6-3 -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 REQUIRE SPECIAL CONSIDERATION ON THE PART OF DRIVERS. *
MI-I,WB-2 'BUMP"/"DIP" - THESE SIGNS ARE INTENDED FOR USE TO GIVE WARNING OF A SHARP RISE OR
DEPRESSION IN THE PROFILE OF THE ROAD THAT IS SUFFICIENTLY ABRUPT TO AFFECT
VEHICLE OPERATION OR CAUSE CONSIDERABLE DISCOMFORT TO PASSENGERS. *
WB-3a 'PAVEMENT ENDS SYMBOL' - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF A PONT WHERE
THE PAVEMENT SURFACE CHANGES FROM A HARD -SURFACED PAVEMENT TO THE LOW -TYPE
SURFACE OR EARTH 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' - THISSIGN SHOULD BE PLACED IN ADVANCE OF THE CONDITION
WHERE THE HIGHWAY SURFACE IS SLIPPERY BEYOND WHAT IS ORDINARY WHEN WET. *
W8-90 'SHOULDER DROP-OFF' - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF A SHOULDER
DROP-OFF THAT EXCEEDS THREE INCHES IN HEIGHT. *
WB-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).
W9-2O 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-la( ) INHERE WORK OCCUPIES THE CENTER LANE AND TRAFFIC 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 LOW CLEARANCE SYMBOL' - THIS SIGN IS INTENDED FOR USE N ADVANCE OF AN OBSTRUCTON
TO WARN VEHICLE OPERATORS OF CLEARANCES LESS THAN ME MAXIMUM VEHICLE HEIGHT
PERMITTED PLUS 12 INCHES. *
W13-1( ) 'ADVISORY SPEED PLAQUE" - THIS SIGN IS 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 IS DIVERTED OVER A TEMPORARY ROADWAY OR ROUTE.
W20-3 'ROAD/CLOSED/(CAST.)' - 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 6 INTENDED FOR USE IN ADVANCE OF A POINT WHERE
TRAFFIC IN BOTH DIRECTIONS MUST USE A SINGLE LANE.
W20-5() -XXX LANE/CLOSER/(D1ST.)' - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF A POINT WHERE
ONE LANE OF A MULTIPLE -LANE ROADWAY 6 CLOSED. IT SHOULD BE PROVIDED WITH
INTERCHANGEABLE PLAQUES READING 'KHT','LEFF__
, AND CENTER' AT NO ADDITKRUL COST
TO THE PROJECT.
W20-7o 'FLAGGER SYMBOL' - THIS SIGN 15 INTENDED FOR USE IN ADVANCE OF ANY POINT AT WHICH A
F AGGER 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
THAT HAS BEEN GROOVED AND/OR ROTO MILLED,
W21-W 'WORKER SYMBOL' - THIS SIGN IS INTENDED FOR USE IN CONJUNCTION WITH MINOR MAINTENANCE
AND PUBLIC UTILITY OPERATIONS FOR THE PROTECTION OF MEN WORKING IN OR NEAR THE ROADWAY.
W21-2 'FRESH/OIL - THIS SIGN IS INTENDED FOR USE WHERE RE -SURFACING OPERATIONS HAVE
RENDERED THE SURFACE OF THE PAVEMENT TEMPORARILY WET, AND OBJECTIONABLE SPLASHING
ON VEHICLES MY OCCUR. * .
W21-3 'ROAD/MACHINERY/MEAD' - THIS SIGN 15 INTENDED FOR USE IN ADVANCE OF THE AREAS WHERE
HEAVY EQUIPMENT IS OPERATING W OR ADJACENT TO THE ROADWAY. *
W21-4 "ROAD/WORK/(GIST.)" - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF MAINTENANCE 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 IS INTENDED FOR USE IN ADVANCE OF A POINT
WHERE A SURVEYING CREW 6 WORKING W OR ADJACENT TO THE ROADWAY.
W22-1 "BUSTING/ZONE/(DIST.)" - THIS SIGN IS INTENDED FOR USE IN ADVANCE OF
ANY POINT OR WORK SITE WHERE THERE ARE EXPLOSIVES BEING USED. THE
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 SICM AND PLACED AT LEAST
1000 FEET FROM THE BEGINNING OF THE BUSTING ZONE.
W22-3 -END/BLASTING/ZONE" - THIS SIGN 6 TO BE USED TO DENOTE THE ENO OF
THE RADIO INFLUENCE AREA AND SHALL BE PLACED A MINIMUM OF 1000 FEET
FROM THE BLASTING ZONE, EITHER WITH OR PRECEDING THE END
CONSTRUCTION SIGN.
ADVANCE PLACEMENT OF WARNING SIGNS
ADVANCE PLACEMENT DISTANCE (FEET)
+ + CONDITION B: DECLARATION TO THE LISTED ADVISORY SPEED
_
(MPH) FOR THE CONDITION
a
�
MPH
0
1 10
20
30
40
50
60
70
20
225
•
•
--
--
--
--
--
--
25
325
•
•
•
--
--
--
--
--
30
450
•
•
•
__
__
__
__
__
35
550
•
•
•
•
--
--
--
--
40
650
125
•
•
•
--
--
--
--
45
750
175
125
•
1 •
•
--
--
--
50
850
250
200
150
100
0
--
--
--
55
950
325
275
225
175
100
•
--
--
60
11DO
400
350
300
250
175
•
--
--
65
1200
475
425
400
350
275
175
0
--
70
75
1250
1350
550
650
525
625
Soo
600
425
525
350
450
250
350
150
250
--
IDO
+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 ROW USER MUST DECREASE SPEED TO MANEUVER THROUGH THE WARNED
CONDITION. TYPICAL SIGNS ARE'STOP MUD', ' ,GNNAL MEAD% 'YIELD MEAD% "CURVE",
'REVERSE CURVE'. "TURN'.
• NO SUGGESTED DISTANCES ME PROVIDED AT THEY SPEEDS, AS THE PLACEMENT IS 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 MIGHT CONFUSE THE MOTORIST.
* PLACEMENT SHOULD BE IN ACCORDANCE WITH WARNING SIGN PLACEMENT TABLE.
Computer File Information
Sheet Revisions
Colorado Deportment of Transportation
TRAFFIC CONTROLS
STANDARD PLAN NO.
Creotion Dote: 07-04-06 Initials: KCM
Dole:
Comments
4201 East Arkonsos Avenue
FOR HIGHWAY
Lost Modification Dote:07-04-06 Initials: JSW
O
DOT Denver, Colorado 80222
Phone: 7-
759543
S-630-1
Full Poth:www.dol.stole.co.us/Design5upporl/
O
(303)
���� Fo,: (303) 757-9820
CONSTRUCTION
Drowing File Name: S-630-1 (12 of 12)
O
°'�"":g
Staff Traffic Branch KCM/JSW
Issued By Traffic Engineering Unit July 4, 2006
Sheet No. 12 of 12
CAD Ver.: MicroStoDon V8 Scale Not to scale units: En lisp
O
COLORADO DEPARTMENT OF TRANSPORTATION
O Region 4
Address: 7420 2nd street
Greeley, CO 80631
a Phone: (970) 350-2153 FAX: (970) 350-2178
Right of Way Plans Unit: DGM
r0K1%/FNITI0Nl AI CI rl,IQ
county Line--
TownawiD
-
-
or Range Lna— —
Lond lima
�'_ =
_ _'L a^•^ r^
Prop.rlr a Tr«t Line
'
G;r lmta
R.;Imod
cool olol Ac<.n
Prol.<tedwE rreew.y (virgin Location)
- -
-
TOD of cute -- - - - - - - -
- - - - -
- - i - --
ol Fill- - - - - -
B.— W e Fencze —x—%—
-
_ _ -
— —
in UnFsnca
vn M4. - corlon Fame
snow Fence—i -----
-
Wood Fvn.e
«a
� aaarona
O
Tel h fvM9. Linea ¢ u.wa(r
0 •"'^°•
0 r. a ..,err
O«vic Uma
El«. Tronn. 1- • ..rue
. r • awaw
• r. r a".en.
Bun.dGa___ r.S+!.___..______
els
r.______ r —
—r
eu�.d aolq._____
O«lric
_a.______L_a_=a
.______.—.��.—.
,.
.
viol.. uo;n
xn; r sera � i �-
Storm
ood ADDmo.n.a r�
s..uon comer c.m.r
of sawn---®__-
aN 0.ta�omma
Brldgea
a..:q n. e.....al
NW CORNER SECTION 2:
FOUND 3 1/4" ALUM. CAP,
IN MON. BOX STAMPED PLS 5028
PER MONUMENT FILED
MARCH 11. 1996 BY PLSM 28285
uZH
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} 28285
BASIS OF BEARINGS
All bearings ore based on The west line of the
northwest quorter of Section 2, Township 6 North
Range 69 west beoring North 00 degrees 17 minutes
56 second East a distance of 2642.28 feet based
upon GPS observation, momumenled as shown.
Sheet Revisions 11 Sheet
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.8N.
R.69W.
-
_
I
34 Yi 35 I Mc IellaDds,
7
In
SfA 57+61.58 \\ ,
IT END PROJECT /
HARMONYROAD>�"•il D1e
STA 36+99.37
BEGIN PROJECT]--�
J3
R.69W.
SCALE: 1"-1500'
8 A S OF ORI •INA DRAWING
PLAN SHEETS - 1 "=50'
OWNERSHIP MAP - 1"=100'
LENGTH OF PROJECT 0.39 MILES
T.7N.
T.6N.
Sheet
INDEX
OF SHEETS
I
Title Sheet
2-2A
Tabulation of Properties
3-3A
Survey Control Diagram
4
Monumentation Sheets
5-7
Plan Sheets
81-9
Ownership Maps
REGION IV APPROVAL BLOCK
Ih.s. Riyhl-oF-Way plans how b..n w 'e-d
G app.ai to ~ -'Wi— Fed ro/ Slondi
NAME arc
COLORADO DEPARTMENT OF TRANSPORTATION
Region 4
Address: 1420 2nd street
Greeley, CO 80631
�, Phone: (970) 350-2153 FAX (970) 350-2178
Right of Way Plans Unit: DGM
Sheet Revisions
Sheet Revisions
Sheet Revisions
Right of Way Plans
Di ro
RfNSED SMEr —stR
rn
Tobulotion of Properties Sheet
Project Number: AOC M455-074
Project Location: HARMONY SHIELDS INTERSEC.IMPVT
Pro'ecl LocutioEonn:
Rro«v coax vvon. D tl s W sm.ty Sh..i N.. Tula
ssz: z-zs-oa .r z z 9
R.O.W. TABULATION OF PROPERTIES IN LARIMER COUNTY HARMONY ROAD/SHIELDS STREET
PARCEL
NO.
OWNER
ADDRESS
LOCATION
AREA HV SQUARE FEET (AC=ACRES)
BOOK-
PAGE
REMARKS
AREA OF
PARCEL
EXISTING ROW
NET AREA
REMAINDER
T7N, R69W 6TH P.M.
SE 1/4 SEC 34
l
DARRELL KNUDSON
PO BOX 1001
16,623t
16,6233
14.212 AC3
TUSTIN, CA 92781
PEI
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
9.651d:
9,651t
PERMANENT DRAINAGE & UTILITY EASEMENT
T6N, R69W 6TH P.M.
NE 1/4 SEC 3
2
MARK BROPHY & MARY WHITLEY BROPHY
1109 HARMONY RD
20,100i
20,100t
4.589 ACi
FORT COLLINS, CO 80526
UE2
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
1,337d:
1,337±
PERMANENT UTILITY EASEMENT
UE2A
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
176i
176*
PERMANENT UTILITY EASEMENT
TE2
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
2,480:
2,480s
TEMPORARY CONSTRUCTION EASEMENT
TE2A
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
1,3183
1,318t
TEMPORARY CONSTRUCTION EASEMENT
TE213
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
249d:
249s
TEMPORARY CONSTRUCTION EASEMENT
NE 1/4 SEC 3
3
MARCIA COLLINS
4621 SHIELDS ST
2.215t
2,215i
1.300 ACt
FORT COLLINS, CO 80526
UE3
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
105±
lost
PERMANENT UTILITY EASEMENT
UE3A
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
1912
191t
PERMANENT UTILITY EASEMENT
SE3
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
628d:
628t
PERMANENT SLOPE EASEMENT
TE3
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
347t
3473
TEMPORARY CONSTRUCTION EASEMENT
TE3A
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
800s
800:
TEMPORARY CONSTRUCTION EASEMENT
COLORADO DEPARTMENT OF TRANSPORTATION
0 Region a
Address: 1420 2nd street
Greeley, CO 80631
Phone: (970) 350-2153 FAX: (970) 350-2178
Right of Way Plans Unit: DGM
Sheet Revisions
Sheet Revisions
Sheet Revisions
Right of Way Plans
o w omo. K..ax -uE. wornrc. .n
""
Tabulation of Properties Sheet
o - —o.1 xuxazx xx
Project Number: AOC M455-074
Project Location: HARMONY SHIELDS INTERSEC.IMPVT
Location:
oca Ltion: Project
.
Rxisszz z-zs-oe z a z zw 9
R.O.W. TABULATION OF PROPERTIES IN LARIMER COUNTY HARMONY ROAD/SHIELDS STREET
PARCEL
NO.
OWNER
ADDRESS
LOCATION
AREA IN SQUARE FEET (AC=ACRES)
BOOK—
PAGE
REMARKS
DELETED
AREA OF
PARCELLEFT
EXISTING ROW
NET AREA
NW 1/4 SEC 2
#
STATE OF COLORADO
1391 SPEER BLVD
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
UE4HE,
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
6,505:
6,505i
PERMANENT UTILITY EASEMENT
40
(SAME48 h89YE).
{SAME hS ItBAiE�
( MEAD *BOVE -
� +esr
�rtser
DELETED
IFE+
8 *BE)YE)
irss*r
irssrr
DELETED
PE4
(SAME AS ABOVE)
(SAME AS ABOVE)
(SAME AS ABOVE)
29,9131
29,913t
PERMANENT PUBLIC ACCESS EASEMENT
COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Woy Plans
x'xxaX XXX Coordinate Summory
igiiRegion 4 ai ae xnnuo sxcn xuxe[x �a
Address: 1420 2nd street Praect Number: AOC M455-074
Greeley, CO 80631 Project Location: HARMONY SHIELDS INTERSEC.IMPVT
Phone: (970) 350-2153 PAX: (970) 350-2223 Proect Location:
Rieht of Wav Plans Unit: MG w, l c_ Lal we. oalx uo.x sl sexes. sx«i x . mid W.oi sx«i.
POINT NAME
GEODETIC COORDINATES NAD-83(92) (CHARN)
LATITUDE(N) LONGITUDE(W)
ELEV(USft)
(GPS-NGVD 29)
MAPPING
ANGLE
SCALE
NAO-83(92) ZONE 0501
PROJECT COORDINATES
ELEV(USft)
(NGVD 29)
NORTHING
EASTING
NORTH (uSft)
EAST (uSft)
557
40*31'51.14025"
105'05'46.07797"
5085.69
0*1539"
0.99972863
1436493.134
3112263.674
110551.247
189439.670
591
40*31'24.91431"
105'05'46.08299"
5084.35
0*1539"
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
01539"
0.99972755
1431197.608
3112274.766
105254.315
189424.359
605
40'31'24.89243"
105'06'20.25293"
5118.57
0*15'17"
0.99972644
1433825.093
3109636.707
107895.626
186798.729
CP 8
40'31'24.51331"
105'05'45.06181
0*15'40"
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"
10.99972790
11433564.793
3112334.042
1107621.809
189495.454
1 5086.87
BASIS OF BEARINGS: The west line of the northwest quarter of Section 2
is considered to bear North 00 degrees 17 minutes 56 seconds East
between a found 3-1\4" alum. cop monument at the weal quarter corner
of the said Section 2 and o found 3-1\4" alum. cop monument at the
north west corner of the said Section 2, based upon CPS observation.
BASIS OF ELEVATIONS: The project is based upon an elevation of 5084.52
feet on a City of Fort Collins Bench Mork stamped "City of Fort Collins
16-94" located of the north east corner of the intersection of West Harmony
Rood and South Shields Street on o concrete traffic signal base. The City
of Fort Collins vertical control is based upon NGVD 29 unadjusted datum. A
complete set of the City of Fort Collins vertical control is available at the
City Engineering Department. Supplementary vertical control for this project
was tied into the City vertical datum by differential level loop using the City's
Lek. NA2002 digital level and Digital Level Rod.
COORDINATE DATUM: Project coordinates are o transverse mercotor projection, with
the origin at Lorimer County HARN densification point No. FC2694. Point FC2694
hos a Latitude of 40 degrees 30 minutes 06.92556 seconds North (NAD 83/92)
and Longitude of 105 degrees 03 minutes 29.34852 seconds West with a false
northing of 100000.000 and o folse easting of 200000.000 and a scale 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.
O
TYPICAL CONTROL
MONUMENT NO CAP
NOT TO SCALE
CP - Control Point Monument were set by the City of Fort Collins.
They are 60d soils set flush with ground.
SURVEYOR'S STATEMENT: Wallace C. Muscolt, being first duly sworn on his
ooth, deposes and says: that he is a Registered Professional Land
Surveyor under the laws of the Stale of Colorado; that this survey of
the control and right of way monumentation was mode by him or under his
supervision; that the survey is accurately represented on the attached
plot; and that the statements contained hereon were read by him and the
some are true and correct to the best of his professional knowledge,
belief and opinion.
Wallace C. Muscott P.L.S. 17497
P.O. Box 580 Fart Collins, Colorado
TABULATION OF FOUND PINS
NO.
PIN DESCRIPTION
NORTHING
EASTING
20000
P.K. NAIL
107866.591
189407.878
20001
PIN & CAP, BENT
107971,324
189388.016
20002
1 2" REBAR
107271.648
189404.877
20003
1\2" REBAR
107271.101
189384.903
20007
2" REBAR
107396.672
189405.424
COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Way Plans
LiaiControl Dia ram
O Reglon 4 or xelrs[o sxur xuxax m 9
Address: 1420 2nd street Project Number: AOC M455-074
Greeley, CO 80631 Project Location: HARMONY SHIELDS INTERSEC.IMPVT
Phone: (970) 350-2153 FAX: (970) 350-2223 Project Location:
Right of Way Plans Unit: MG K� —' L �a0 ,. oar. sv .r s x.0 s xei xo. roia m. a sx xi.
W
SECTION 34 0
J
W
N I I
i II
POINT #605 J L
N 1/4 CORNER SECTION 3, T6N, R69W
FOUND 3" ALUMINUM CAP 15
IN A MONUMENT BOX,
STAMPED PLS 20123 I
I
CP-11
---� F-----1 r- -- r - -
POINT #591 f
NW CORNER SECTION 2, T15N R69W
FOUND 3-1/4" ALUMINUM CAP
IN A MONUMENT BOX,
STAMPED PLS 5028
SECTION 3
POINT #599
W 1/4 CORNER SECTION 2. T6N R69W
FOUND 3-1/4" ALUMINUM CAP
IN A MONUMENT BOX,
STAMPED PLS 5028
25
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
POINT #592
N 1/4 CORNER SECTION 2; T6N R69W
FOUND 3-1/4" ALUMINUM CAP
IN A MONUMENT BOX,
I STAMPED PLS 5028
HARMONY ROAD
SECTION 2
3- O 30a 6-
GENERAL NOTES
1. This Right of Way plan is not a complete boundary
survey of oil adjoining owners and is prepared for
Transportation Department purposes Only.
2. Survey Control Points set with a 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 date 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 Toy not represent the centerline as constructed
in the field. All stationing is approximate.
5. All coordinates listed are project coordinates only.
7. Field survey control precision computed to exceed
1120, 000.
LEGEND
Section Line
Section Corner
Section Quarter Corner
B
Section Sixteenth Corner
Vertical and Horizontal
Control Point
COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Woy Plans
rr OTRegion 4 o: xarsfo xo.. wm(n ro of 0 s rr� Monumentotion Sheet
Address: 1420 2nd street fwr roNre ro K snxm as Pro'ject Number: C M455-074
Greeley. CO 80637 of oe -a S.Efr xWBf. .n Proect LocationAO
: HARMONY SHIELDS INTERSEC.IMPVT
Phone: (970) 350-2153 FAX: (970) 350-2178 Project Location:
Right Of Way Plans Unit: DGM woissr M we.� I. sm.a.Se..0 sx..f xo. ram NO sx..l.
TABULATION OF R.O.W. MARKERS
TO BE SET
POINT NO. NORTHING EASTING
TABULATION OF PERMANENT EASEMENT
POINTS TO BE STAKED
TABULATION OF TEMPORARY EASEMENT
POINTS TO BE STAKED
CAP MONUMENT TYPE
TYPE I 1A 2 2A .3 3A 4 5 6
REFERENCE
RIGHT OF WAY 1 1 117
POINT NO. NORTHING EASTING
5050 107668.17 189353.94 TE2A
5051 107565.36 189358.16 iE2
5056 107316.54 189368.00 TE3
5017 107271.55 189368.02-....... 3..-
r 5069 �107866.56 189437.98 TE26
TABULATION OF POINTS
(FOR INFORMATION ONLY)
PnINT Nn. Nn RTNINr.. rASTINn
5067 1 107825.52
189313.15
_
5087
10740�189485.59
5202
.........
107866.45 -
... ....... i..........
189 04
19031
108441.94
161544
S iiii...
169388.46
_
19033
107971.52
_...
189388.18-'
19034
107971.54
169373.18
19035
107866.52 {
L........86
189313.15
.
19271
._......._.
10--6 5 }
......._..............
189407.98
19272
107866.52 _.L
189467_98
19273
107396.56 I
189405.53
19274
101271.56 _-._
189404.88
SURVEYOR CERTIFICATE (OFFICE)
I, Wallace C. Muscott, o 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 pratice defined by
Colorado Department of Transportation
Pu blicolions. This statement is not a guaranty of
warranty, either expressed or implied.
- - - - - - - - - - - - - - - - - - - - - - - - - ------
Wallace C. Muscott PLS No. 17497 Date
GENERAL NOTES
1. This Right of Way plan is not a complete boundary
survey of all adjoining owners and is prepared for
Tronsportation Deportment purposes Only.
2. Survey Control Points set with a higher degree of
accuracy than ROW Markers.
3. NOTICE: According to Colorado law 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 meets the minimum
horizontal control tolerances of a COOT Type B
survey (4-29-1992).
8. Commitments for title insurance supplied by City of
Fart Collins and Land Title Guarantee Co. (See Below)
Front Range Community College
Deportment of Higher Education, Stale Board for
Community Colleges and Occupational Education,
Poudre School District No. R-1,
Thompson School District No. R-2J,
Park 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
Mork Joseph Brophy and Mary Whitley Brophy
FCC 25068766-2
October 15. 2007. 5PM
Morcio F. Collins
FCC 25068765-2
October 15, 2007, 5PM
SURVEYOR CERTIFICATE (FIELD)
I, Wallace C. Muscott, a professional land surveyor
licensed in the Stale of Colorado, do hereby
stale to the Colorado Deportment 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-Woy
monuments depicted on this Right -of Way Plan
were set under my responsible charge in
accordance with applicable standards of protice
defined by Colorado Deportment of Transportation
publications. This statement is not a guaranty of
warranty, either expressed or implied.
Wallace C. Muscott PLS No. 17497 Date
COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Way Plans
Region 4 ae m 0., A[ a ¢. � a.„ morn x. A Plan Sheet
Address: 1420 2nd street of r4Ws[o sx¢r w.an q Project Number: AOC M455-074
Greeley, CO 08063
Phon(97) 350-2153 FAX: (970) 350-2178 1 Project Location: HARMONY SHIELDS INTERSEC,IMPVf
e: Project Location:
Right of Way Plans Unit: DGM v o' 1 coa: w.1 aa. om. — S— sn.a xo. mia w. sn a.
T. 6 N., R. 69 W., 6 t h P.M.
NE 1/4
SECTION 3
I I WESTBURY P.U.D.
I m
In
W
a
TRACT D
2ND FILING
TRACT E
--
----
----�,
--------_---_--
STA 36+99.37
h
/
b
-------
BEGIN PROJECT
II
1 I !I
SHIELDS STREET
W
----------
----------
}------
i
PROPOSED CL=
Z
38+00 r 39+00
40+00 41+00 SECTION LINE 42+00
37+00
3
' 3
WEST LINE OF NW OUAR7ER OF SEC77ON 2
o
50a7
O
p
S007756"W 264228'
ROW LINE'
ti 3
k�
�Ex
---
_
--
— — — .... �•—
—
PE4
_' . •..
5090
— — —
= •= _ _ — .. =,^—�—
N00-17.56"E
I
W
Z
I I EX 20' DE & UE
FRONT RANGE
v
(PER REC/ 94069424) Z
COMMUNITY COLLEGE -
W
u
PE4 UE4
o
u
LINE TABLE
REV
4
/
LINE ILENGTHIBEARING
W
V.
L34 1
20.00
S89'26'36"W
/
NW 1/4
/
❑ PERMANENT PUBLIC ACCESS EASEMENT
/
SECTION 2
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.
Rev10/20/07 Section 00100 Page 4
COLORADO DEPARTMENT OF TRANSPORTATION _
gRegion a of
Address: 1420 2nd street o1
Greeley. CO 80631
RrjWrMPhone: (970) 350-2153 FAX: (970) 350-2178
Right of Way Plans Unit: DGM
COLLINS
O
4
UE3 UE3A
W
TE3 TE3A SE3
I I
I I
P.O.B.
r.U.b. ]L3_
F-=�
h 1927a a p
I- a,
51
Sheet Revisions 1w Sheet Revisions Sheet Revisions
I Proiect Location: HARMONY/SHIELDS INTERSEC.IMPVT 1
2 T . 6 N . , R . 69 W . , 6 th P.M. SEE COFC HARMONY ROAD IMPROVEMENT
PLANS FOR CONTINUATION
NE 1/4 I TE2B W
a BROPHY SECTION 3
- - - J 5069 5068 q
4 O L22 P.O.B.TE28 ry
5046�
25 O 25 50 L24 Q
UE2 UE2A -Ate:,-=sa 5047 I k-TU-B]
_ ( E2
TE2 TE2A TE28 TE2 UE2A L5137 L21 ePROPOSED ROW LINE 5138 TE2A R UE2,5051 5141 5142 N0'17'56"E 5048 O 0,C16 5050115052 �OS'�000�W _ `_- ^^„iied ; C .Ct 7 .:'; N0017 56 E117 a� 1
�----- N05'00'00C
"W 17033S140 - i
a I �
;3 b0a9
18
5065 - 5032 2 P O BB 5033 a col LTP.OE2Al 503a I / P.O.B.PAR 2 \
,P_0_B,_TE2 &_UE� O LE2AJ I�/19 Z
�19273 _-_-_ ----- S .17._.µ,-_ l70.00' - -
TE3A-' -P
B PARS
- - - - - - - _ - -'
O
NW CORNER SECDOV 2. T6N R69W
TJ
- st34_ - - - _ - - .O - _ - - - - - -
134--
EX ROW L/NE SHIELDS STREET
O
FOUND J-I/I" ALUM/NUM CAP
i
P.O.B. UE3A
a7+00 a8+00
k
4i
IN A MONUMENT BOX,
591
U
STAMPED PLS 5028
I'
D CL=
45+00 46+00
WEST LINE OF NW OUARIER OF SEC770AI 2
49+00 50+00
Q
LINE
S00'I736"w 264228'
l0
19272
5086 N007756 E
1277.54' EX ROW LINE
W
P.O.B. PE4
- - - - - -
PE4 ----------------rP
`�.
/
EX A & TE
(PER REC/ 20060078JOJ)
SODS
-- - - -.-
,♦
I.
'S001
jT
- 503 26 2 5_w 107.9� ---
-.,
4- -
509:E 046j
030
t T4 8_
soo56 W 8!�
,1/6/jd1
_
-'f -- -
--
00
S0050'49"E 190.87' S'17 56"w 78.68
EX JO,
ROW
50'
SooeJ/!
is
LINE TABLE
LINE
LENGTH
BEARING
LINE
ILENGTHI
BEARING
L1
18.71
S89'58'47"W
L24
41.00
S00'00'00"E
L2
12.16
N89'58'47"E
L25
16.61
N89'58'47"E
L3
6.00
N89'58'47"E
L26
15.00
N00'17'767E
L4
45.00
S00'01'13"E
L27
17.91
N89'58'47"E
L5
11.71
S89'58'47"w
L44
55.06
N89'55'20W
L6
60.00
SOO'01'13"E
L45
42.99
NOO'04'39"E
L7
10.00
N00'14'15"W
L46
2026.
S89'55'20"E
L8
10.04
N89'58'47"E
L47
15.00
NOO'04'39"E
L9
22.56
S89'58'47"W
L48
14.28
589'5520"E
L10
10.04
N05'00'00"W
L28
22.91
S00'17'56"W
Ltt
10.87
N89'58'47"E
L49
17.54
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
N89'5847"E
L15
10.58
N26'58'22"E
L53
10.00
1 N89'42'04"W
L16
18.17
S00'01'13"E
L54
10.00
S00'17'56"W
L17
27.43
S12'00'00"W
L55
10.00
S89'42'04E
L18
9.25
589'58'47"W
L56
17.68
S89'42'04E
L19
10.00
S89'58'47"W
L57
17.50
N89'42'041"W
L20
25.00
N89'58'47"E
L58
1939.
N89'58'47"E
L21
25.00
SOO'17'56"W
L59
10.00
S00'01'13"E
L22
t6.53
N89'58'47"E
L60
18.83
S89'58'47"W
L23
15.00
S00'00'00"E
L61
15.40
N89'58'47"E
L62
6.21
1 NO3'13'35"W
CURVE TABLE
CURVE
LENGTH
RADIUS
DELTA
CHORD
LENGTH
Cl
32.41
1047.00
1'46'25"
N04'06'47"W
32.41
C2
78.51
1113.00
4'02'30"
S02-58'45"E
78.49
C3
77.59
1103.00
4'01'49"
S02'59'06"E
77.57
C4
2&80
17.00
90'19'08"
N44'51'38"w
24.11
CIO
14.10
9.00
89'46'44"
S45'11'18"W
12.70
C16
14.42
1113.00
0'44'32"
N00'04'20"W
14.42
C17
14.42
1103.00
0'44'57"
S00'04'33"E
14.42
C18
10.00
1103.00
0'31'10"
SOO-42'36"E
10.00
FRONT RANGE
COMMUNITY COLLEGE
PE4 UE4
REV
L48 5202J
5204 5203
20
L17
SEE COFC HARMONY ROAD IMPROVEMENT
F 0
a
Elo
PLANS FOR CONTINUATION
RIGHT-OF-WAY ACQUISITION
; NO
� h it
N
2
PERMANENT PUBLIC ACCESS EASEMENT
Z
p O
q
Q
E:1
PERMANENT EASEMENT
2 i
TEMPORARY EASEMENT
NW
1/4
SECTION 2
COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Woy Plans
YC1001 ""' MY°" Plon Sheet
0 Region 4 at x D SKEI xuxecx au
Address: 1420 2nd street pro'ecl Number: AOC M455-074
Greeley, CO 80631 Pro'ecl Localion: HARMONY SHIELDS INTERSEC.IMPVT
m1mPhone: (970) 350-2153 FAX: (970) }50-2178 Proect Localion:
Bight of Way Plans Unit: DGM ae i c.a.: x I we.
T. 7 N., R. 69 W.,
SE 1/4
PINEVIEW P.U.D.
SECTION 34
PHASE II
EX EUE
PLAT)
I
(NO PLATTED LOT NUMBER)
O
J500' Ex
DE & UE�I
(PER PLAT)
(PER
L�
PEI
sllz I 1
L3
I
PROPOSED ROW LINE
�
N04 2019'E
I- —
160 73 5114
-- LL�••—,—���„6 _C5
� N045115 '31'S9' E
L,�nnn,•aer
P. O.G. PEI II
�e« 23034 �11.:
hPEI
.. ..r -
\ ary
_ a1 \,•.I •J -
N... - .� N09
� r 5072 _ 431' C7 88 65�-,_
19015i ,5077 5078 5080
ILI
L 19034 50017159 W — p_ 470.42'_-- — --
�— ---- — -- -- -- — —_
.J P.O.B. PAR t p 3 a "Z, k
Z
H
6th P.M.
,tl PINEVIEW P.U.D.
PHASE
I
1t
— t— — — — — — — — —
Ii: TRACT A I
STA 57+61.58
END PROJECT
- 'V 57+00 58+00
51+00 WEST LLNE OFSWOUARTER OF SECT/ON J5 54+00 .55+00 58+00
SOOb759"W 2654.69' .SHIELDS STREET SECTION ELINE
0
1 J000' EX �. \
DE & UE
(PER PLAT)
I — I
I Z I�
@ I I a RIGHT-OF-WAY ACQUISITION OW I
THE WOODLANDS
CONDOMINIUMS P.U.D.
CURVE TABLE
CURVE
LENGTH
RADIUS
DELTA
CHORD
LENGTH
C5
78.12
1153.00
1 3'52'56"
S02'35'31 "W
78.11
C6
23.49
15.00
89-4342"
N44'S6'39"E
21.16
C7
76.54
1109.00
3'ST16"
S0233'21"W
76.53
C8
8.22
10.00
47'04'59"
N19'00'30"W
7.99
C9
22.16
15.00
84'39'25"
N42'17'44"W
20.20
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
7.67
N84'37'26"W
SE 1/4
SECTION 35
w Z
PERMANENT EASEMENT
COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Way Plans
Region a o: oe or .. uru a rcxx avam u[x xoao xx ra Ownership Mop
Q urto
Address: 1420 2nd street woe xeeuu sxar Project Number: AQC M455-074
Greeley. CO 80631 Project Location: HARMONY SHIELDS INTERSEC.IMPVT
Phone: (970) 350-2153 FAX: (970) 350-2178 Project Location:
Right, of Way Plans Unit: DGM a.o1«, coa: 1 Lo.r. +wa. o r. 1 spa:., sn<.11 1SW N.. r W. 0 s 11
T. 6 N., R. 69 W., 6th P.M.
NW 1/4
SECTION 3
RIGHT-OF-WAY ACQUISITION
COLLINS BROPHY
a 4621 SHIELDS ST.
PERMANENT PUBLIC ACCESS EASEMENT FORT COLLINS, CO 80526 1 109 HARMONY RD.
FORT COLLINS, CO 80526
FCC 25068765-2
s q r , o ❑ PERMANENT EASEMENT QC REC# 97077905 FCC 25068766.2
QC REC# 96071339
TEMPORARY CONSTRUCTION O O
EASEMENT UE3 UE3A
', � TE3 TE3A UE2 UE2A
WESTBURY P.U.D. SE3 TE2 ®TE2A
2ND FILING
.� I- UE3A UE3
u% TE2 UE2A
w TE3 TE3A
TRACT D SE3 PROPOSED ROW LINE
I•y
TRACT E
Hof
e
SHIELDS STREET
a 3
•u
-
_
W o
W o
EX ROW LINE W o p
EX ROW LINE "1
WEST LINE OF NW QUARTER OF SECTION 2 k o 3
1""1
U
5007756'"W 2642.28'
n
L
.. .. .�..
-" .—..'-- . .. .-..: �. .... ...ate
-•;.e...
"
S
W
PROPOSED CL=
- — --"---
Z
PE4 SECTION LINE
PE4 EX ROW L/NE+ UE'%
REV
G
O
FRONT RANGE
Z
COMMUNITY COLLEGE
NW CORNER SECRON 2, T61V R69W
FOUND 3- ALUM/NUM CAP
A
/N A MONUMENT BOX,
O
�
N .
l�
1391 SPEER BLVD.
STAMPED PLS 5028
W
V
DENVER, CO 80204
Z
ry
uFCC
25068748-2
0
o W
QC REC# 95045372
_ n�
PE4 UE4
Q
pq
REV
Z
T. 6 N., R. 69 W., 6th P.M.
NW 1/4
a
SECTION 2
COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions Sheet Revisions Right of Way Plans
Q Region 4pym, yid Ownership Mop
Address: 1420 2nd street Project Number: AOC M455-074
Greeley, CO 80631 Project Location: HARMONY SHIELDS INTERSEC.IMPVT
Phone: (970) 350-2153 FAX: (970) 350-2178 Project Location:
Rieht of Way Plans Unit: DGM Nowt cm.: I w11 ". oat. I sn m.a. Isn.a xo.I — W a snm.
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
FCC 25068760-2
PET
QC REC# 92068801
EX DES I
& o
UE
_aR
L `�
W
Z
h3
V WEST LINE OF SW OUAR7ER OF SEC77ON 35
/
30.00' EZX
0£ & UE THE WOODLANDS
(PER PLAT) CONDOMINIUMS P.U.D.
mzl
RIGHT-OF-WAY ACQUISITION
PERMANENT EASEMENT
Z
3500' E-A, O W
DE & UE
(PER PLAT) .W
I a
SHIELDS STREET
TRACT A
T. 7 N., R. 69 W., 6th P.M.
SE 1/4
SECTION 35
PROPOSED CL=
SECTION LINE
11.3. Bids by corporationsmust be executed in the corporate name by the
president or a vice-president (or other appropriate officer accompanied
by evidence of authority to sign) and the corporate seal shall be affixed
and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation shall be shown below the corporate
name.
11.4. Bids by partnerships must be executed in the partnership name and
signed by a partner, his title must appear under his signature and the
official address of the partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the
joint venture or by an authorized agent of each participant. The full
name of each person or company interested in the Bid shall be listed on
the Bid Form.
11.6. The Bid shall contain an acknowledgement.of receipt of all Addenda
(the numbers.of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by
erasures, interpolations, or otherwise will be acceptable unless each
such alteration is signed or initialed by the Bidder; if initialed, OWNER
may require the Bidder to identify any alteration so initialed.
11.8. The address and telephone number for communications regarding the
Bid shall be shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
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.
Rev 10/20/07 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.
Rev 10/20/07 Section 00100 Page 6
17.3. 1 OWNER may consider the qualification and experience of
Subcontractors, Suppliers, and other persons and organizations proposed
for those portions of the Work as to which the identity of
Subcontractors, Suppliers, and ' other persons and organizations is
submitted as requested by OWNER. OWNER also may consider the operating
costs, maintenance requirements, performance data and guarantees of major
items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of the Bidder's proposed
Subcontractors, Suppliers and other persons and organizations to do the
Work in accordance with the Contract Documents to OWNER's satisfaction
within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest
responsive and responsible Bidder whose evaluation by OWNER indicates to
OWNER that the award will be in the best interest of the OWNER. Award
shall be made on the evaluated lowest base bid excluding alternates. The
basis for award shall be the lowest Bid total for the Schedule or, in the
case of more than one schedule, for sum of all schedules. Only one
contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful
Bidder a Notice of Award within forty-five (45). days after the date of
the Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful
Bidder delivers the executed Agreement to *the OWNER, it shall be
accompanied by the required Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the
Agreement with all other written Contract Documents attached. Within
fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the
required number of counterparts of the Agreement and attached documents
to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER
shall deliver one fully signed counterpart to CONTRACTOR. Each
counterpart is to be accompanied by a complete set of the Drawings with
appropriate identification.
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
Project; Harmony / Shields Interaction Intproventents Project
Federal Aid Project 1o. AQC 19455-074
Addendum
Spec/Item Estimated
Description Number knit Unit Cost Item Cost
leivaniit�•
Harmon / Shields Intersection Improvements Project
201-00000 Clearing and Grubbing I LS
202-00010
Removal of Tree
96
EA
202-0001 1
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
SY
202-00220
Removal of Asphalt Mat
9551
SY
202-xxxx
Removal of Concrete Traffic Signal Pole Base (Top 3 Feet)
4
EA
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
Rev 10/20/07 Section 00100 Page 8
SECTION 00300
BID FORM
PROJECT:
Place
Date
1. In compliance with your Invitation to Bid dated 20_ 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
($ ) 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:
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.
through
Rev10/20/07 Section 00300 Page 1
SECTION 00300
BID FORM
8. BID SCHEDULE (Base Bid)
Project: Harmon• - Shields Intersection Improvements
Federal Aid Project No. AQC N1455-074
Spec/Item Estimated
Description Unit Unit Cost Item Cost
Number Quvttity
Harmonv / Shields Intersection Improvements Project
e
201-00000 C.learinl- and Grubbing t LS
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 00 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
Rev 10/20/07
96
EA
10
EA
53
LF
3
EA
740
SY
60
LF
1329
LF
36
SY
45
SY
9551
SY
Section 00300 Page 2
Project: Harmouy - Shields Intersection Improvements
Federal Aid Project No. AQC i\1455-074
Slxc/Item Estimatedt)escriptimi Unit Unit Cost Item Cost
Number Quantitv
20 3-00010 Unclassified Excavation (Complete In Place) 3917 CY
20 i-00100 Muck Excavation 200 CY
203-01596 Potholing With Surveyin, and Stationing of U/G Utilities I LS
206-00000
Snlictm—e Excavation
35
CY
206-00050
Structure Backfill
18
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 Medi:pt and Parkway Areas
913
CY
Rev10/20/07 Section 00300 Page 3
Project: Harmony - Shields Intersection Improvements
Federal Aid Project No. AQC 11-1455-07d
Spec/Item
Estimated
Description
Unit Unit Cost Item Cost
Number
Quantity
208-00005
Wattle (25' Sections)
5.2
EA
208-00020
Silt Fence
515
LF
208-xxxxx
Construction Fence
900
LF
208-00045
Concrete Washout SlruclUl'e
I
EA
208-00050
Stornt Drain Inlet Protection (Type 1)
3
EA
208-00051
Stornt Drain Inlet Protection (Type: 2)
2
EA
208-00052
Stornt Drain Inlet Protection (Type 3)
3
EA
208-00070
Stabilized Construction Entrance
2
EA
208-00205
Erosiott Control Supervisor
75
HR
209-00100 Watcr (Landscaping)
210-00010 Reset Mailbox Structure
2700 GAL
Rev10/20/07 Section 00300 Page 4
I EA
Project: Harmony- Shields Intersection Ituprovements
Federal Aid Project No. AQC M455-074
Spec/Item Estimated
Description Unit Unit Cost . Item Cost
Number Quantity
210-00030 Reset Water Service 2 EA
210-01000 Reset Fence 721 LF
210-04010 Adjust Manhole
210-04015 Modify Manhole (Sta 18+71)
210-04050 Adjust Valve Box
212-00005 Native Seeding,
304-04000 Agowoate Base Course (Class 6) (4" Depth) - Driveways and 2' Wide Shoulder
304-06000 Aggregate Base Course (Class O (6" Depth)
307-00075 Fly Ash
307-00250 Processing Fly Ash Treated Subgrade (12" Depth)
3 EA
I EA
8 EA
0.59 ACRE
10 TON
2995 TON
846 TON
14094 SY
Rev10/20/07 Section 00300 Page 5
Project: Harmony - Shields Intersection Improvements
Federal Aid Project No. AQC N4455-074
Spec/Item Estimated
Description Unit Unit Cost Item Cost
Number Quantity
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
412-006(XI
Concrete Pavement (6 Inch)
14
SY
412-01050
Concrete Pavement (I0.5 Inch)
3304
SY
412-xxxxx
Concrete Pavement (10.5 Inch) - Colowd 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
4 12-0 1100
Concrete Pavement (I i Inch)
45
SY
506-00212 Riprap (12 Inch) 94 CY
Rev 10/20/07 Section 00300 'Page 6
ki
Project: Harmony - Shields Intersection Improvements
Federal Aid Project No. AQC N,1455-074
Spec/Item Estimated
Description Unit Unit Cost Item Cost
Number Quantity
514-00100 Handrail 13.5 LF
601-01050
Concrete Class B (Wall)
33
CY
603-01365
36 htch Reinforced Concrete Pipe (Complete In Place)
44
LF
603-02365
29 x 45 Inch Reinforced Concrete Pipe (Complete In Place)
27
LF
603-05036
36 lnch Reinforced Concrete End Section
I
EA
604-19310 Inlet Type R L 15 (10 Foot) I EA
604-30006 Manhole Slab Base (6 Foot) 2 EA
605-00004 4 hich Non -Perforated Pipe Underdrain 176 LF
Rev 10/20/07 Section 00300 Page 7
Project: Harmony - Shields Intersection Improvements
Federal Aid Project No. AQC A,1455-074
Sp c/Item Estimated
Description Unit Unit Cost Item Cost
_ Number Ouantitv
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 (Sec(ion II-B)
1910
LF
609-24010
Gutter Type 2 (10 Foot)
60
LF
610-00010 Median Cover Material (Decorative)
613-00200 2 Inch Electrical Conduit
613-00400 4 Inch Electrical Conduit
1231 SF
300 LF
300 LF
Rev 10/20/07 Section 00300 Page 8
Project:
Harmon / Shields Intersection Improvements Project
Federal Aid Project No. AQC M455-074
Addendum I
Spec/Item
Estimated
Number
Description
knit Vnil Cost Item Cost
uantih
208-00045
Concrete Washout Structure
I
EA
208-00050
Storm Drain Inlet Protection (Type I)
3
EA
208-00051
Storm Drain Inlet Protection (Type 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 Stricture
I
EA
210-00030
Reset Water Service
2
FA
210-01000
Reset Fence
721
LF
210-04010
Adjust Manhole
3
EA
2I0-04020
Modify Inlet
1
EA
21(-04050
Adjust Valve. Box
8
EA
Project: Harmony - Shields Intersection Itnprovements
Federal aid Project No. AQC NUR5-074
Spec/Item Estimated
Description Unit Unit Cost Item Cost
Number QuantitV
613-07010 Pull Box (Surface Mounted) 2 EA
620-00020 Sanitaiy Facility EA
626-00000 Mobilization I LS
TOTAL PROJECT COST (Hariumiy/Shields Intersection Improvements Project) = $
Dollars
Cents
(In Words)
Rev10/20/07 Section 00300 Page 9
9. 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 (250) of the total Agreement Price.
RESPECTFULLY SUBMITTED:
CONTRACTOR
BY:
Signature
Title
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest:
Address
Telephone,
Email
Date
Rev10/20/07 Section 00300 Page 1
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
0
SECTION 00410
Rev10/20/07 Section 00410 Page 1
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned _
as Principal, and as Surety, are hereby held and firmly bound unto the City of
Fort Collins, Colorado, as OWNER, in the sum of $ 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 Principal has
submitted to the City of Fort Collins, Colorado the accompanying Bid and
hereby made a part hereof to enter into a Construction Agreement for the
construction of Fort Collins Project, 7003 Harmony -Shields Intersection
Improvements.
NOW THEREFORE,
(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.
Rev 10/20/07 Section 00410 Page 2
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this day of 20_, and such of them as are
corporations have caused their corporate seals to be hereto affixed and these
presents to be signed by their proper officers, the day and year first set
forth above.
PRINCIPAL
Name•
Address•
By:
Title:
ATTEST:
By
(SEAL)
SURETY
By:
Title.
(SEAL)
Rev 10/20/07 Section 00410 Page 3
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may
be answered on separate attached sheets. The Bidder may submit any additional
information he desires.
1. Name of Bidder:
2. Permanent main office address:
3.
4.
When organized•
If a corporation, where incorporated:
5. How many years have you been engaged in the contracting business
under your present firm or trade name?
6. Contracts on hand: (Schedule these, showing the amount of each
contract and the appropriate anticipated dates of completion.)
7. General character of Work performed by your company:
0
Have you ever failed to complete any Work awarded to you?
If so, where and why?
9. Have your ever defaulted on a contract?
If so, where and why?
10. Are you debarred by any government agency?
If yes list agency name.
Rev10/20/07 Section 00420 Page 1
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
location and type of construction.
12. List your major equipment available for this contract..
13. Experience in construction Work similar in importance to this
project:
14. Background and experience of the principal members of your organization,
including officers:
15. Credit available: $
16. Bank reference:
17. Will you, upon request, fill out a detailed financial. statement and
furnish any other information that may be .required by the OWNER?
18. Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state? What
class, license and numbers?
19. Do you anticipate subcontracting Work under this
Contract?
If yes, what percent of total contract?
and to whom?
20. Are any lawsuits pending against you or your firm at this time?
IF yes, DETAIL
Rev10/20/07 Section 00420 Page 2
21. What are the limits of your public liability? DETAIL
What company?
22. What are your company's bonding limitations?
23. The undersigned hereby authorizes and requests any person, firm or
corporation to furnish any information requested by the OWNER in
verification of the recital comprising this Statement of Bidder's
Qualifications.
Dated at this day of 20_.
Name of Bidder
By:
Title:
State of
County of
being duly sworn deposes and says that he
is of 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 day of , 20
Notary Public
My commission expires
Rev10/20/07 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
Section 00430 Page 1
SECTION 00500
AGREEMENT FORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
Project: Harnxuie / Shields Intersection Improvements Project
Federal Aid Project No. AQC N1455-074
Addendum I
Spec/Item
[;stimated
Number
Description
knit Unit Cost Item Cost
�Qu�rotit��
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
412-01 100
Concrete Pavement (1 I Inch)
45
SY
506-00212 Riprap (12 Inch)
514-00100 Handrail
94 CY
18.5 LF
601-01050 Concrete Class B (Wall) 33 CY
603-01365 36 Inch Reinforced Concrete Pipe (Complete In Place) 44 LF
603-02365 29 x 45 Inch Reinforced Concrete Pipe (Complete In Place) 27 LF
603-05036 36 Inch Reinforced Concrete End Section I EA
SECTION 00510
NOTICE OF AWARD
Date:
TO:
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 ' , 20 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
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 , 20
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.
By.
City of Fort Collins
OWNER
James B. O'Neill, II, CPPO, FNIGP
Director of Purchasing & Risk Management
Section 00510 Page 1
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the day of in the year of 20
and shall be effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
(hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may be
the whole or only a part is defined as the construction of the 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.
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 ($500.00) for
each calendar day or fraction thereof that expires after August 14,
2009 for Final Payment and Acceptance until the Work is ready for
Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows: ($ ),
$ Dollars, in accordance with Section 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 iri 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
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
the 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.
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 950 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.
6.2. CONTRACTOR has studied carefully all reports of explorations and
tests of subsurface conditions and drawings of physical conditions which are
identified in the Supplementary Conditions as provided in paragraph 4.2 of the
General Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or
to supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise may
affect the cost, progress, performance or furnishing of the Work as CONTRACTOR.
considers necessary for the performance or furnishing of the Work at the
Contract Price, within the Contract Times and in accordance with the other
terms and conditions of the Contract Documents, including specifically the
provisions of paragraph 4.2 of the General Conditions; and no additional
examinations, investigations, explorations, tests, reports, studies or similar
information or data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the
accurate location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information
or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
Section 00520 Page 3
within the Contract Times and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provision of
paragraph 4-3. of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts,
errors or discrepancies that he has discovered in the Contract Documents and
the written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General Conditions,
Supplementary Conditions, those items included in the definition of "Contract
Documents" in Article 1.10 of the General Conditions, and such other items as
are referenced in this Article 7, all of which are incorporated herein by this
reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related
actions in carrying out the terms of this Agreement are deemed Contract
Documents and incorporated herein by this reference, and include, but are not
limited to, the following:
7.2.1Certificate of Substantial Completion
7.2.2Certificate of Final Acceptance
7.2.3Lien Waiver Releases
7.2.4Consent of Surety
7.2.5Application for Exemption Certificate
7.2.6Application for Payment
Section 00520 Page 4
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 SHEETS
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)
(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)
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 to , inclusive.
7.5. The Contract Documents also include all written amendments and
other documents amending, modifying, or supplementing the Contract Documents
pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or
incorporated by reference in this Article 7. The Contract Documents may only
be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of
the General Conditions.
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the
General Conditions shall have the meanings indicated in the General
Conditions.
8.2. No assignment by a party hereto of any rights under or interests in
the Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not
without limitations, moneys that may become due and moneys that are due may
not be assigned without such consent.(except to the extent that the effect of
this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or
discharge that assignor from any duty or responsibility under the Contract
Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
Section 00520 Page 1
OWNER: CITY OF FORT COLLINS
By:
JAMES B. O'NEILL II, CPPO, FNIGP
DIRECTOR OF PURCHASING
AND RISK MANAGEMENT
Date:
Attest:
City Clerk
Address for giving notices:
P. 0. Box 580
Fort Collins, CO 80522
Approved as to Form
Assistant City Attorney
CONTRACTOR:
By:
Title:
Date:
(CORPORATE SEAL)
Attest:
Address for giving notices:
LICENSE NO.:
Section 00520 Page 2
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:
By:
Title.
Section 00530 Page 1
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
T'ru,jeel:
Harmony / Shields Intersection Improvements Project
Federal Aid Project No. AQC N1455-074
Addendum I
Spec/Uem
Description
Estimated
Number
Unit knit Cost Item Cost
uantih"
613-00200
2 Inch Electrical Conduit
300
LF
613-00400
4 Inch Electrical Conduit
300
LF
613-07010
Pull Box (Surface Mounted)
I
FA
620-00020 Sanitary Facility
2 EA
626-00000 Mobilization 1 LS
700-70010
F/A IN4inor Contract Revisions
1 F/A
700-70012
F/A As Pavement Incentive
I F/A
700-70013
F/A Concrete Pavement Incentive
1 F/A
700-70016
F/A Fuel Cost Adjustment
I F/A
700-70019
F/A Asphalt Cement Cost Adjustment
I F/A
700-70021
F/A On the Job Trainee
320 HR
700-70022
F/A OJT Colorado Training Program
I F/A
S 77.175.00
S
77,175.00
S 1,200.00
S
1.200.00
2,500.00
S
2.500.00
$ 7,800.00
S
7.800.00
$ 28,710.00
$ 1.88
S 28.710.00
S 600.00
SECTION 00610
PERFORMANCE BOND
Bond No.
KNOW ALL MEN BY THESE PRESENTS: that
(Firm)
(Address).
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as
the "Principal" and
(Firm)
(Address)
hereinafter referred to as "the Surety are held and firmly bound unto
City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a
(Municipal Corporation) hereinafter referred to as the "OWNER", in the penal
sum of in lawful money of
the United States, for the payment of which sum well and truly to be made, we
bind ourselves, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the _ day of , 20_,
a copy of which is hereto attached and made a part hereof for the performance
of The City of Fort Collins project,7003 Harmony -Shields Intersection
Improvements.
NOW, THEREFORE; if the Principal shall well, truly and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of
said Agreement during the original term thereof, and any extensions thereof
which may be granted by the OWNER, with or without Notice to the Surety and
during the life of the guaranty period, and if the Principal shall satisfy all
claims and demands incurred under such Agreement, and shall fully indemnify
And save harmless the OWNER from all cost and damages which it may suffer by
reason of failure to do so; and shall reimburse and repay the OWNER all outlay
and expense which the OWNER may incur in making good any default 'then this
obligation shall be void; otherwise to remain in full force and effect.
Rev10/20/07 Section 00610 Page 1
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the Agreement or to the Work to be performed thereunder or the
Specifications accompanying the same shall in any way affect its obligation on
this bond; and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Agreement or to the Work or
to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the
CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
business in the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
each one of which shall be deemed an original, this _ day of , 20_.
IN PRESENCE OF: Principal
(Corporate Seal)
IN PRESENCE OF:
IN PRESENCE OF:
(Surety Seal)
(Title)
(Address)
Other Partners
By
By:
Surety
By:
By
(Address)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
Rev10/20/07 Section 00610 Page 2
SECTION 00615
PAYMENT BOND
Bond No.
KNOW ALL MEN BY THESE PRESENTS: that
(Firm)
(Address)
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as
the "Principal" and
(Firm)
(Address)
hereinafter referred to as "the Surety", are held and firmly bound unto the
City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a
(Municipal Corporation) hereinafter referred to as "the OWNER", in the penal
sum of in lawful money of the
United States, for the payment of which sum well and truly to be made, we bind
ourselves, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the _ day of , 20_,
a copy of which is hereto attached and made a part hereof for the performance
of The City of Fort Collins project, 7003 Harmony -Shields Intersection
Improvements.
NOW, THEREFORE, if the Principal shall make payment .to all persons, firms,
subcontractors, and corporations furnishing materials for or performing labor
in the prosecution of the Work provided for in such Agreement and any
authorized extension or modification thereof, including all amounts due for
materials, lubricants, repairs on machinery, equipment and tools, consumed,
rented or used in connection with the construction of such Work, and all
insurance premiums on said Work, and for all labor, performed in such Work
whether by subcontractor or otherwise, then this obligation shall be void;
otherwise to remain in full force and effect.
Rev10/20/07 Section 00615 Page 1
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the Agreement or to the Work to be performed thereunder or the
Specifications accompanying the same shall in any way affect its obligation on
this bond; and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Agreement or to the Work or
to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the
CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
business in the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
each one of which shall be deemed an original, this _ day of , 20_.
IN PRESENCE OF:
(Corporate Seal)
IN PRESENCE OF:
IN PRESENCE OF:
(Surety Seal)
Principal
By
(Title)
(Address)
Other Partners
Surety
By:
By:
(Address)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
Rev10/20/07 Section 00615 Page 2
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
Rev 10/20/07 Section 00630 Page 1
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
REMARKS:
Rev10/20/07 Section 00635 Page 1
DATE
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: 2 0_ .
Sincerely,
OWNER: City of Fort Collins
By:
Title.
ATTEST:
Title:
Rev10/20/07 Section 00640 Page 1
SECTION 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
their agents, employees and servants and further affirms the same have
been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project
or any funds in the OWNER'S possession or control concerning the project
or against the OWNER or its officers, agents, employees or assigns
arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender,
if any, and the Surety on the project against and from any claim
hereinafter made by the CONTRACTOR'S Subcontractors, materialmen,
employees, servants, agents or assigns against the project or against the
OWNER or its officers, employees, agents or assigns arising out of the
project for all loss, damage and costs, including reasonable attorneys
fees, incurred as a result of such claims.
Rev 10/20/07 Section 00650 Page 1
5. The parties acknowledge that the description of the project set forth
above constitutes and adequate description of the property and
improvements to which this Lien Waiver Release pertains. It is further
acknowledged that, this Lien Waiver Release is for the benefit of and may
be relied upon by the OWNER, the lender, if any, and Surety on any labor
and material bonds for the project.
Signed this day of , 20
CONTRACTOR
By
Title:
ATTEST:
Secretary.
STATE OF COLORADO )
)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
Rev10/20/07 Section 00650 Page 2
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 Attorney(s)-in-
Fact.
Rev10/20/07 Section 00660 Page 1
Project: Hat'mon} / Shields Intersection Improvements Project
Federal Aid Project No. AQC &I41i;-074
Addendum I
Speclltem Estimated
Numlxr
Description Unit Unit Cost Item Cost
Quanllh
700-70350 F/A Erosion Control
F/A $ 1,500.00 5 1.500.00
TOTAL PRO.IEC'1' COST (Harmon/Shields Intersection Improvements Project) = $ -
Dollars
Cents
SECTION 00670
Section 00670 Page 1
DR 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303) 232-2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
DO NOT WRITE IN THIS SPACE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials
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.
ER.count No. (to be assigned by DOR)
Period
0170-750 (999) $0.00
CONTRACTO,R INFORMATION
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:
l
Business telephone number:
Colorado withholding tax account number:
Copies of contract or agreement pages (1) identifying the contracting parties
EXEMPTION INFORMATION and (2) containing signatures of contracting parties must be attached.
Name of exempt organization (as shown on contract):
Exempt organization's number:
198-
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:
1 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:
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 shown by underlining text that has been added and
striking through text that has been deleted.
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 Payment.............„........1
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 ........................... .........
..I
1.10
Contract Documents............................I
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........................................I
1.18
ENGINEER's Consultant..,.,.,..„....„.„.,1
1.19
Field Order .........................................
I
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
125
Notice of Award ..................................
2
1.26
Notice to Proceed.................................2
1.27
OWNER.............................................2
1.28
Partial Utilization ............. ...................2
1.29
PCBs............................:.....................2
1.30
Petroleum...........................................2
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....................................2
1.36
Specifications ......................................
2
1.37
Subcontractor ......................................
2
1.38
Substantial Completion .......................2
1.39
Supplementary Conditions,,,,,,,,,,,,,,,,,
2
1.40
Supplier..............................................2
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
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
2.5-2.7
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
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 Terms or
Adjectives .....................................
5
3.5
Amending Contract Docunents.........
5
3.6
Supplementing Contract
Documents ...................................
5
3.7
Reuse of Documents ..........................
5
4. AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS,
REFERENCE POINTS.........................................5
4.1
Availability of Lands .....................5-6
4.2
Subsurface and Physical
Conditions ....................................
6
4.2.1
Reports and Drawings .......................
4.2.2
Lim ited Reliance by CONTRAC-
TOR Authorized; Technical
Data.............................................6
4.2.3
Notice of Differing Subsurface
or Physical Conditions...............„.6
4.2.4
ENGLNEEVs Review ........................
6
4.2.5
Possible Contract Documents
Change.........................................6
4.2.6
Possible Price and Times
Adjustm ents...............................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 (1990EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph Page Article or Paragraph Page
Number &Title Number Number & Title Number
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
CONTRACTORs Liability
Insurance...............................::.........9
5.5
OWNERs Liability Insurance ............
_9
5.6
Property Insurance ..........................9-10
5.7
Boiler and Machinery or Addi-
tional Property Insurance..................10
5.8
Notice of Cancellation Provision
10
5.9
CONTRACTORs Responsibility
for Deductible Amounts
10
5.10
Other Special Insurance„ ...............10
5.11
Waiver of Rights................................11
5.12-5.13
Receipt and Application of
Insurance Proceeds ......................
10-11
5.14
Acceptance of Bonds and Insur-
ance; Option to Replace....................11
5.15
Partial Utilization --Property
Insurance ........ .............................11
6. CONTRACTOR'S RESPONSIBILITIES ...............11
6.1-6.2
Supervision and Superintendence.......
11
6.3-6.5
Labor, Materials and Equipment.._
11-12
6.6
Progress Schedule .............. ................12
6.7
Substitutes and "Or -Equal" Items,
CONTRACTORS Expense;
Substitute Construction
Methods or Procedures;
ENGINEERs 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
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
6.25
Submittal Proceedures; CON-
TRACTORs 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 ENGINEERS Review and
Approval of Required
Submittals ...................................
17
6.29
Continuing the Work......................17
6.30
CONTRACTORS General
Warranty and Guarantee..............17
6.31-6.33
Indemnification ............................
17-18
6.34
Survival of Obligations ...................18
7. OTHER WORK ..................
is
7.1-7.3
Related Work at Site,18
7.4
Coordination ..................................
18
S. OWNERS
RESPONSIBILITIES .........................18
8.1
Communications to CON-
TRACTOR.................................18
8.2
Replacement of ENGINEER ............
I S
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 ... .... ........._........
...... 1.9
8.7
Inspections, Tests and
Approvals...................................19
8.8
Stop or Suspend Work;
Terminate CONTRACTORs
Services......................................19
8.9
Limitations on OWNERS
Responsibilities ...... ..................19
8.10
Asbestos, PCBs, Petroleum,
Hazardous Waste or
Radioactive Material....................19
8.11
Evidence of Financal
Arrangements .............. . .............:
19
�. ENGINEERS 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 Vbrk
21
EJCDC GENERAL CONDITIONS 19I0-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph Page Article or Paragraph Page
Number & Title Number Number & Title Number
9.6
Rejecting Defective Work...................21
13.8-13.9
Uncovering Work at ENGI-
9.7-9.9
Shop Drawings, Change Orders
NEER's Request .....................27-28
and Payments .............. ......................
21
13.10
OWNER May Stop the Work .... ......-28
9.10
Determinatirns 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 ...........................
28
9.13
Limitations on ENGINEER's
13.13
Acceptance of Defective Work .........
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 ............_...._.....--..--31
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 Mav Terminate................
32
12.2
Time of the Essence. ..........................26
15.5
CONTRACTOR May Stop
12.3
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
TESTS AND INSPECTIONS; CORRECTION,
REMOVAL OR ACCEPTANCE OF
DEFEC77VE WORK 27
...................................................
13.1
Notice of Defects 27
................................
13.2
Access to the Work ............................27
13.3
Tests and Inspections;
CONTRACTOR's Cooperation......... 27
13.4
OWNER's Responsibilities;
Independent Testing Laboratory.... 27
13.5
CONTRACTOR's
Responsibilities ... .............. ....... .......27
13.6-13.7
Covering Work Prior to Inspec-
tion, Testing or Approval.................27
17. MISCELLANEOUS ...........................................33
17.1
Giving Notice ................................
33
17.2
Computation of Times ....................
33
17.3
Notice of Claim ...............................
33
17.4
Cumulative Remedies ......................
33
17.5
Professional Fees and Court
Costs Included .............................33
17.6
Applicable State Laws ...............
33-34
Intentionally left blank.......................................35
EXHIBIT GC -A:
(Optional)
Dispute Resolution Agreement .....................
GC -AI
16.1-16.6.
Arbitration
GC -AI
16:7
Mediation
GC -Al
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
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............................10.4.1, 13.5, 13.13
final payment .......................... ...........9.12, 14.15
insurance 5.14
...........................................................
other Work, by CONTRACTOR ..........................7.3
Substitutes and "Or -Equal" Items.....................6.71.1
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, 0.13.3
OWNER ................................................... 6.20, 8.9
Addenda --definition of (also see
definition of Specifications) ....... (1.6, 1.10, 6.19), 1.1
Additional Property Insurances ................................. 5.7
Adjustm ents--
Contract Price or Contract
Times ............................L5, 3.5, 4.1, 4.3.2, 4.5.2,
............................. 4.5.3, 9.4, 9.5, 10.2-10.4,
.........................................11, 12, 14. 8, 15.1
progress schedule .............................................. 6.6
Agreement --
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 --
definitionof......................................................1.3
ENGINEER's Responsibility ............................... 9.9
final payment ................. 9.13.4, 9.13.5, 14.12-14.15
in general ..........................2.8, 2.9, 5.6.4, 9.10, 15.5
progress payment ..................................... 14.1-14.7
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 ................ I.........................4.1,
8.4
Award, Notice of --defined ........... I ...........................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 ......... ................................................
1.8
delivery of ................................ .................._2.1,
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" policyform .........................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,
......................................I...........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,
................... *... 5.6:5, 5.8,
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 Pricing..........................................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)