No preview available
HomeMy WebLinkAbout102511 LAFARGE NORTHERN - CONTRACT - BID - 7095 EAST HARMONY ROAD BRIDGE REPLACEMENTFinancial Services City Of Purchasing'Division 6rt Collins 215 N. Mason St. 2nd Floor Fo Box 580 Fort Collins, CO 80522 970.221.6775 �Pu �as�g� 970.221.6707 fcgov. com/purchasing ADDENDUM No. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 7095 East Harmony Road Bridge Replacement OPENING DATE: 3:00 P.M. (Our Clock) December 22, 2009 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGES/CLARIFICATIONS: • The bid opening date has been changed to December 22, 2009. • Replace bid tab with attached amended bid tab. Bid tab has been updated to reflect Addenda #2. • This is to clarify that the item for drill caisson was incorrectly called out as 24". • The attached Bid Schedule and Summary of Approximate Quantities sheet reflect the correct size of 30 inch drilled caisson as shown in the plan sheets. Please contact John D. Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. where renewal is a way Of life UDBE Goal & Good Faith Effort Requirements ■ Underutilized Disadvantaged Business Enterprises (UDBE) Goal is 14% ■ All Disadvantaged Business Enterprises (DBE) will be considered to be UDBEs. ■ Standard Special Provision — Disadvantaged Business Enterprise Definitions and Requirements Summary of Work ■ 8,037 CY of Unclassified Excavation (CIP) ■ 4,304 Ton of ABC Class 6 ■ 4,618A Ton of Hot Mix Asphalt ■ 3 AC of Soil Conditioning / Mulching / Seeding ■ 185 Gal of Epoxy Pavement Marking & 376 SF of Epoxy Pavement Marking (Word - Symbol) Coordination of Work by Others ■ City Survey crew will be providing the surveying for this project. ■ Existing Traffic Control ■ City Streets ■ Carnes Services . Utilities ■ Qwest ■ Excel Energy ■ Level 3 ■ Fort Collins Loveland Water District ■ City Light & Power UDBE Goal & Good Faith Effort Requirements ■ Currently Certified DBEs/UDBEs List ■ htto://www.dot.state.co.us/Apo UCP/ ■ Center for Equal Opportunity ■ 303-757-9303 ■ 800-925-3427 ■ http://www.dot.state.co.us/EEO/index.htm Summary of Work ■ A 1-span, 43.5 foot long x 62.5 foot wide concrete bridge on caissons, over the Fossil Creek Reservoir Inlet Ditch ■ 1,528 CY of Structure Excavation ■ 220 LF of Drilled Caisson (24 Inch) ■ 502 CY of Concrete Class D (Bridge) ■ 81,668 LB of Reinforcing Steel (Epoxy Coated) ■ 890 SF of Prestressed Concrete Box ■ 132 SF of Cut Stone Veneer ■ 215 SY of Structural Concrete Coating Highlights from the Bid Schedule Item # 202 Removal of Concrete Pavement SY ■ Curb & Gutter, Curb Ramp, Detectable Warning Devices, and Sidewalk by Land Moon Drive. • • 0 1) Substantial Completion: One Thousand Seven Hundred Seventy Eight Dollars ($1778.00) for each calendar day or fraction thereof that expires after the One Hundred Fifty (150) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, One Thousand Seven Hundred Seventy Eight Dollars ($1778.00) for each calendar day or fraction thereof that expires after the Fourteen(14) calendar day period 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: One Million Four Hundred Ninety Nine Thousand, Six Hundred Forty Eight Dollars and Sixty Two Cents ($1,499,648.62)), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the 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 Section 00520 Page 2 paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and • tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and 0 Section 00520 Page 3 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 7.2.2 Certificate of Final Acceptance 7.2.3Lien Waiver Releases 7.2.4Consent of Surety 7.2.5Applicati,on for Exemption Certificate 7.2. 6 Application for Payment • 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: SHEET NO. DESCRIPTION 1 TITLE SHEET 2 GENERAL NOTES AND STANDARD SYMBOLS 3 STANDARD PLANS LIST 4-5 ROADWAY TYPICAL SECTIONS 6-7 DETAILS 8-9 SUMMARY OF APPDXIMATE QUANTITIES 10-14 TABULATION OF QUANTITIES 15-17 POTHOLE DATA TABLE 18-26 REMOVALS & UTILITIES PLAN 27-37 ROADWAY PLAN AND PROFILE Section 00520 Page 4 • 38-59 BRIDGE PLANS 60-63 SWMP CONSTRUCTION PLAN SHEETS 64-72 EROSION CONTROL PLANS 73-76 DETOUR PLAN & TYPICAL SECTIONS 77-86 SIGNING AND STRIPING PLANS 87-114 CROSS -SECTIONS 115-147 INEW OR REVISED STANDARD PLANS The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 2, 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. 0 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 5 OWNER: CITY OF FORT NINS By: DARIN ATTEBERRY CITY MANAGER Date; By: 0 JAMES B. O'NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING AND RISK MANAGE pFtT Date l Zi C�p�•�co.:i _ C1 Clio X Address for giving notices: P. 0. Box 580 Fort Collins, CO 80522 0 Title: Date 0) Ci IV (CORPORATE SEAL) Attest: aA&'ae,,, Address for giving notices: l<T�uc� &I- —(Oa ! d ma LICENSE NO.: a3a3Q8 Section 00520 Page 6 • • • SECTION 00530 NOTICE TO PROCEED Description of Work: 7095 East Harmony Road Bridge Replacement 1COT This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of 20 The dates for Substantial Completion and Final Acceptance shall be 20_ and , 20_, respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 20 CONTRACTOR: LaFarge West, Inc. By: Title: 7 Section 00520 Page 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 0 • • SECTION 00610 PERFORMANCE BOND Bond No . 6680024 KNOW ALL MEN BY THESE PRESENTS: that (Firm) Lafarge North American, Inc. dba Lafarge West, Inc. (Address) 1800 North Taft Hill Road, Fort Collins, Colorado 80521 (an Individual), (a Partnership), i a Corporation), here-inafter referred to as the "Principal" and ( Firm) Safeco Insurance Company of America (Address) 1001 4th Avenue, Ste 1700, Seattle, WA 98154 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 One Million Four Hundred Ninety NineThousand Six Hundred Forty Eight and 62/100 Dollarin lawful money of the TJnited 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. $1,499.648.62 • THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 15th da.y of January , 2010, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project,7095 East Harmony Road Bridge Replacement. NOW, THEREFORE, if the Principal shall well, truly and, faithfully perform its duties, all. the undertakings, covenants, terms, condit:lons 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 th.e 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. 0 Rev10/20/07 Section 00610 Page 1 s • 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 r-he 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, Aarh mane of which shall be deemed an original, this _18 Of ,ary , 2010 . I L15-- "-�w 1 1800 North Taft Hill Road Fort Collins, Colorado 80521 (Address) (corporate Seal) IN PRESENCE OF: Other Partners (surety seal) By: BV- C - re jafeco Insurance Comp y of taA��� a rer Elizabeth M. Attorney -in -Fact Aon Risk S4vicis Central Inn _1650 Market st sta 1 nnn (Addre`s's) Philadelphia, PA 19103, NOTE: Date of Bond must not be prior to date of Agreement. if cONTRACTOR is Partnership, all partners should execute Bond. • Rev 10/20/07 Section 00610 Page 2 r� u SECTION 00615 PAYMENT BOND Bond No. 6680024 KNOW ALL MEN BY THESE PRESENTS: that ( Firm) Lafarge North American, Inc.. dba Lafarge West, Inc. (Address) 1800 N.Taft Hill Road. Fort Collins. Colorado 80521 (an Individual), (a Partnership), J.a Corporation), hereinafter referred to as the "Principal" and ( Firm) Safeco Insurance Company of America (Address) 1001 4th Avenue, Ste 1700, Seattle, WA 98154 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 (Muni i�� Corporation) hereinafter referred to as "the OWNER", in the penal sum o n i ion Fou Hundred Ninety Nine Thousand Six Hundred Forty Eight and 62/100 D41firsla.wful 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_ $1.499.648.62 • THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 15th day of January 2010, a copy of which is hereto attached and made a part hereof for the: performance of The City of Fort Collins project, 7095 East Harmony Road Bridge Replacement. 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 su.ch 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. 0 Rev 10/20/07 Section 00615 Page J. • • Highlights from the Bid Schedule Item # 202 Removal of Pavement Markings (Lane Lines & Symbols) LS ■ Includes all existing lane lines & symbols from Ziegler Road to West Frontage Road ■ Includes all temporary pavement markings (traffic control / detour) ■ Method of removal — Hydrovac using water ■ Grinding is not allowed Highlights from the Bid Schedule Item # 208 Sediment Removal And Disposal LS ■ Includes what is necessary for the requirements and completion of the following items: Erosion Control / SWMP Removal of Bridge Removal of Portions of Present Structure (Box Culvert) Riprap (91nch) & Riprap (18Inch) Concrete Class D (Bridge) — Abutments and Wingwalls Drilled Caisson (24Inch) Structural Excavation ■ An addenda will be issued to clarify this item. Highlights from the Bid Schedule Item # 403 Hot Mix Asphalt (Grading S) (100) (PG 64-28) (Modified Binder) Ton Hot Mix Asphalt (Grading SG) (100) (PG 64-22) Ton 0 Includes Emulsified Asphalt (Tack Coat) Highlights from the Bid Schedule Item # 203 Blading HR ■ Use as directed only ■ Includes work for erosion correction and regrading ■ 593 feet of erosion correction north side of west bound bridge Highlights from the Bid Schedule Item # 601 Concrete Class D (Bridge) CY ■ Precast Concrete Deck Panel will be allowed ■ If used, design needs to be sealed by a CO P.E. ■ Will not be paid for separately ■ Will be paid per plan according to concrete and reinforcing steel line items 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 of 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 originalvt its 18th day of January , 2,010 - IN PRESENCE OF: (Corporate Seal) IN PRESENCE OF: By: (Title) 1�J 1800 Norh Taft Hill Road, Fort Collins, Colorado 80521 (Address) other Partners n, Inc., dba Lafarge West, Inc. LN--PRE' CE OF _ Sure Safeco Insurance Comp o is i 7 By: Rosi Ca oni Elizabeth Ma ero, Attorney -in -Fact By: Aon Risk S Samirah S aford (Addy s) 1650 Market St., Philadelphia, PA 19103 (Su- y Seall,) NOTE: Date of Bond must not be prior to date of Agreement. if CONTRACTOR is Partnership, all partners should execute Bond. 0 Rev 10/20/07 Section 00615 Page 2 0 Safeco Insurance Company of America b• # General Insurance Company of America e-ur y POWER 1001 4th Avenue [�U� OF ATTORNEY Suite 1700 Seattle, WA 98154 KNOW ALL BY THESE PRESENTS: No. 5014 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *SANDRA E. BRONSON; ROSEMARIE CAPONI; RICHARD A. JACOBUS; DENNIS C. LAUSIER; ELIZABETH MARRERO; MAUREEN MCNEILL; WAYNE G. MCVAUGH; MARY C. OTEARY; ADRIENNE SEAFORD; DOUGLAS R. WHEELER; DARELLA E. WHITE,• Philadelphia, its true and lawful attorney(s}in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21st day of March 2009 Pt X* R, k, I - Dexter R. Legg, Secretary Timothy A Mikolaiewski Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: ."Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed . by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my h and affixed the facsimile seal of said corporation this / day of SEAL SEAL `jAr 1953 rsz� NAS'Cnfitif�ttiltfb� Dexter R. Legg, Secretary S-0974/DS 3/09 WEB PDF ar- C is Assets Cash and Bank Deposits ................... SAFECO INSURANCE COMPANY OF AMERICA FINANCIAL STATEMENT—DECEMBER 31, 2008 ........... S 267,363,750 *Bonds —U.S Government.............................................13,359,352 *Other Bonds........................................................... 2,353,9W,395 .*Stocks.................................................................... 281,831,749 RealEstate..................................................................... 0 Agents' Balances or Uncollected Premiums ...... .......... 557,216,809 Accrued Interest and Rents .................................... 34,037,369 Other Admitted Assets ........................................... 444.517.784 Total AdMitted Assets .......................... 't.95 sg.n q Liabilities Unearned Premiums .............................................. S 666,660,985 Reserve for Claims and Claims Expense...................1,577,767,462 Funds Held Under Reinsurance Treaties ............... 430,979 Reserve for Dividends to Policyholders ......................... 2,164,985 Additional Statutory Reserve ................................ Reserve for Commissions, Taxes and _ Other Liabilities........... , ................................ 935383360 Total ............................. .._........_.... $3,14407,771 Sped at Surplus Funds...... $ 3,399,995 Capital Stock ................................ 5,000,000 Paid in Surplus ................................ 346,118,108 Unassigned Surplus .............„.... 415307334 Surplus to Policyholders Total Liabilities and Surplus, tf� Bonds are stated at amortized or investment value; Stocks at Association Market Values. Securities carried at $113,984,922 are deposited as required bylaw, SEAL I, TIM MIKOLATEWSKI, Vice -President of SAFECO Insurance Company of America, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2008, to the best of my knowledge and belief. IN WITNESS ZVUEREOF, I have hereunto SO my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of March, 2009. I I '�' Not I I I "'! �� •.,M, �- SA ^sea Ma • SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. Rev10/20/07 Section 00630 Page 1 0 CERTIFICATE OF LIABILITY INSURANCE I DATE01/18/20 0 ) ­_Aon Risk services Central, Inc. Philadelphia PA Office One Liberty Place 1650 Market street suite 1000 Philadelphia PA 19103 USA rnllins 283-7122 FAX - west, Inc rth Taft Hill Road, CO 80521 USA THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURER A: National Union Fire Ins Co of Pittsburgh 19445 L INSURER B: Insurance Company of the state of PA 19429 w INSURER C: Granite State Insurance Company 23809 'O INSURERD: Illinois National Insurance Co 23817 �. a INSURER E: O x COVERAGES ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. PERTAIN, THE INSURANCE AFFORDED BY; THE POLICIES DESCRIBED AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIMITS SHOWN ARE AS REQUESTED INS ADq TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR INS ATE MM/DD DATE M/DD/ GL 9723097 (CM) 07/01/2009 07/01/2010 EACH OCCURRENCE $2,000,000 A E ERAL LIABILITY DAMAGE TO RENTED $ SOO , 000 X COMMERCIAL GENERAL LIABILITY _ PREMISES (Ea occurrence) X CLAIMS MADE El OCCUR MED EXP one person) , PERSONAL & ADV INJURY S2,000,000 ❑ GENERAL AGGREGATE $ 2 , 000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $2 , 000 , 000 ❑X POLICY ❑ JECT PRO-❑ LOC A AUTOMOBILE LIABILITY CA1607650 CA1607651 (MA) 07/01/2009 07/01/2009 07/01/2010 07/01/2010 COMBINED SINGLE LIMIT (Ea accident) $2,000,000 A X ANY AUTO CA1607652 (OR) 07/01/2009 07/01/2010 A A X ALL OWNED AUTOS CA1607653 (VA) 07/01/2009 07/01/2010 BODILY INJURY ( Per person) SCHEDULED AUTOS BODILY INJURY X HIRED AUTOS (Per accident) X NON OWNED AUTOS PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT GARAGE LIABILITY OTHER THAN EA ACC ANY AUTO 1 H AUTO ONLY: AGG EXCESS / UMBRELLA LIABILITY EACH OCCURRENCE AGGREGATE ❑ OCCUR ❑ CLAIMS MADE HDEDUCTIBLE RETENTIONB WC A05 Lu X C STATU- RY S o--- ER C WORKERS COMPENSATION AND I, �Iv wc5145488 (cA) 07/01/2009 07/01/2010 E.L. EACH ACCIDENT $2 , 000 , 000 p EMPLOYERS' LIABILITY IN I wc5145489 (FL) 07/O1/2009 07/01/2010 E.L. DISEASE -EA EMPLOYEE $2,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE I__! wC5145490 (LA,etc) 07/01/2009 07/01/2010 C p OFFICER/MEMBER EXCLUDED? (Mandatory in NH) wC5145491(MI) 07/01/2009 07/01/2010 E.L. DISEASE -POLICY LIMIT $2 , 000 , 000 WC5145492 (NJ) 07/01/2009 07/01/2010 B Ifyes, describe under SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Harmony Road Bridge Replacement. City of Fort Collins Purchasing Division and Colorado RE: job No. 74362, East Department of Transportation are Additional Insured (Except workers' Compensation) as respect operations of the Named insured where required by written contract. mi�wr CER17P'1CA I P: IiULDEK City of Fort Collins Purchasing Division SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL Attn: John Stephen 215 N. Mason St. end Floor 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, • BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY PO BOX 580 OF ANY KIND UPON THE INSURER ITS AGENTS OR REPRESENTATIVES. Fort Collins CO 80522 USA �p �o � 66 AUTHORIZED REPRESENTATIVE _W., ke�c� ��ss�a:CJsan ACORD 25 (2009/Ol) ©1988-2009 ACORD CORPORATION. All rights reservt The ACORD name and logo are registered marks of ACORD O W m O O C� Ll Attachment to ACO" Certificate for Lafarge West, Inc The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the insurer(s). This attachment does not contain all terms, conditions, coverages or exclusions contained in the policy. INSURED Lafarge West, Inc 1800 North Taft Hill Road, Fort Collins CO 80521 USA INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on me AL.vIC11 rort;f'—tr fnrm fnr nnlicv limits. INSR LTR ADD'L INSRD TYPE OF INSURANCE POLICY NUMBER POLICY DESCRIPTION POLICY EFFECTIVE DATE POLICY EXPIRATION DATE LIMITS WORKERS COMPENSATION A wc5145493 (OR) 7/61/2009 07/01/2010 B wcS145494 CwI) 7/01/2009 07/01/2010 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Certificate No : 570037578074 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:7095 East Harmony Road Bridge Replacement PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the'Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: Rev 10/20/07 Section 00635 Page 1 • SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: 20 You are hereby notified that on the day of , 20_, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 7095 East Harmony Road Bridge Replacement. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated 20 In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: 20 • Sincerely, OWNER: City of Fort Collins By: Title: ATTEST: Title: Rev10/20/07 Section 00640 Page 1 • SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT:7095 East Harmony Road Bridge Replacement 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 her 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. • Rev10/20/07 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 ATTEST: Secretary day of , 20 CONTRACTOR By: Title. STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 2 0_, by Witness my hand and official seal. My Commission Expires: Notary Public Rev 10/20/07 Section 00650 Page 2 Highlights from the Bid Schedule Item # 603 18 Inch Steel End Section EA ■ City will provide one (1) end section Highlights from the Bid Schedule Item # 618 Prestressed Concrete Box (Depth Less Than 32 Inches) SF ■ Includes Bearing Device (Type 1) Highlights from the Bid Schedule Item # 630 Construction Zone Traffic Control LS ■ Two portable message signs required ■ Includes temporary concrete barrier, impact attenuator, tubular marker (secured), signs, pavement marking, barricade, etc... ■ All items necessary to complete the work ■ Traffic Phasing / Detour ■ Widening ■ Pavement Removal & Marking ■ Etc... Highlights from the Bid Schedule Item # 608 Concrete Curb Ramp SY ■ Includes new Detectable Warning Devices ■ An addenda will be issued to clarify this item. Highlights from the Bid Schedule Item # 627 Epoxy Pavement Marking Gal Epoxy Pavement Marking (Word - Symbol) SF ■ Project Special Provision - Epoxy Specs ■ All new permanent marking from Ziegler Road to West Frontage Road Highlights from the Bid Schedule ITEM # DISCRIPTION UNIT QUANTITY 626 Mobilization LS 1 %of item bid amount / of original contract amount earned % of original contract amount, whichever is less 5 25 / 2.5 10 50/5 25 60 / 6 50 100 / 10 Completion of all In excess of 10% of original work on the project contract amount 4 Is C] • SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: 7095 East Harmony Road Bridge Replacement 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 40 (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in- Fact. • Rev10/20/07 Section 00660 Page 1 LJ 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) A n �J 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. Registration/Account No. (to be assigned by DOR) Period 0170-750 (999) $0.00 89 - r�,, 33:'$ NO, l 1 M* F - '.fir P i'`�" `+.._y''i}#��-s F ;.. n ¢�ud��x tS3k f« i�N:F,ORMATION="�ON. yVS r kul Trade name/DBA: Owner, partner, or corporate name: Mailing address (City, State, Zip): Contact Person E-Mail address: Federal Employer's Identification Number: Bid amount for your contract: Fax Number. Business telephone number: Colorado withholding tax account number. d:� 3f t,• f �' .;§.e°' r%C Y,ti. -.d " ;a_ h ''i qe "`e',r7.�.,w, . M.M.-Os S}e�..s4 �i i`/ ' 9;,^'i .�{13 rCo iles of contractor a reementpages,(1) P�:. x �9.�.+� �. �d+m'N} ct�K' F y -:Yfxxf+Y L* 5.'.Ykt3d�" "1 tdentifyin the contcactm artte max: g 9p�. EXEMPTION I.NFORM�ATLO;N .0...;`�;QRRKm'?iql,+¢y.:a`;.ua.�'Y-��ie,`,":i'c.�fr"e Htiand.#(2)-contairnngisignatures' of„contractmgparties"mustbeattached,_.h Name of exempt organization (as shown on contract): Exempt organization's number: 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located) Scheduled Month Day Year Estimated Month Day Year construction start date: completion date: % "... r S+' ri5pt�% 7��R''��.C"a,.'?�a_ j; O. I> i"td r-..'.:aT �c..ale.3:.IN AWON......:utg` � t.^Ui0, I 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 • 0 Special Notice r� U • 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 00700 GENERAL CONDITIONS • • • GENERAL CONDITIONS CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD'GENERAL CONDITIONS OF TFIE.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 GENE-RAI, CONDITIONS 19.10-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 0 Article or Paragraph Number & Title TABLE OF CONTENTS OF GENERAL. CONDITIONS Page Article or Paragraph Number Number 8: Title DEFINITIONS ... _............................ _... _....... _..:...I 1.1 Addenda.............................................1 1.2 Agreement..........................................1 1.3 Application for Payment.......................1. 1.4 Asbestos... ............ ....1 1.5 Bid.....................................................1 L6 Bidding Documents ................... :..........1. 1.7 Bidding Requirements ........................ 1 1.8 Bonds.............................................:.J 1.9 Change Order ................. I ...... ...... 1.10 Contract Documents...,.. 1. 1.11 ........................ Contract Price......................................1 1.12 Contract Times 1 1.13 CONTRACTOR1 1.14 defective..............................................I 1.15 Di•awings............................................1 1.16 Effective Date of the Agreement,,....._.-, 1 1.17 ENGINEER........................................1 1.18 ENGINEERS Consultant ,;,1 1.19 FieW "Order ..................... . .................... I 1.20 General Requirements„........................2 1:21 Hazardous Waste. ................................ ^_• 1.22.a . Laws and Regulations-, Laws or Regulations ...................................... 2 1.22.b Legal Holidays ..................................... 1.23 Liens,,,,,,,,,,,,,, 1.24 Milestone ............................................? 125 Notice of Award 2 1.26 Notice to Proceed 2 1.27 OWNER ...... ........ . ............. ....... .......... ? 1.28 Partial Utilization 2 1.29 PCBs..................................................2 L30 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 L34 Samples..............................................2 1.35 Shop Drawings ................................. 1.36 Specifications ........ .......... .................... ^_ 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 Mork Change Dirc"dive........ ...............3 1.45 Written Amendment .............................3 Page Number PRELIMINARY MATTE•RS......._.................._-..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 Scheddes; Delivery of Certificates of Insurance .................................... 3-4 2.8 Preconstruction Conference 4 2.9 Initially Acceptable Schedules...........4 CONTRACT DOCUMENTS: INTENT, AMENDING,REUSE......................................... a 3.1-3.2 intent :................_............-.............. a 3.3 Reference to Standards and Speci- fications of Technical Societies; Reporting and Resolving Dis- crepancies ................................. 4-5 3.4. intent of Certain Penns or Adjectives..................................... 5 3.5 Amending Contract Docuncnts,........ 5 3.6 Supplementing Contract Documents ............... S 3.7 Reuse ofDocuments .........................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......................6 4:2.2 Limited Reliance by CONTRAC- TORAuthorized; Technical Data............................................ 6 4.2.3 Notice ofDiffering Subsurface or Physical Conditions ....................fi 4.2.4 ENCr1NEER's Review.......................0 4.2.5 Possible Contract Documents Change......................................... 6 4.2.6 Possible Price and Times Adjustments...............................G-7 . 4.3 Physical Conditions --Underground Facilities ....................................... 7 4.11 Shown or Indicated., ................ ....... 7 4.3.2 Not Shown or Indicated__..............7 4.4 Reference Points .............................7 EJCDC GEMUC& CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 9 • 9 0 Article.or Paragraph Number &Title Page Article or Paragraph Number Number & Title 4.5 Asbestos; PCBs, Petroleum, Hazardous Waste or Radioactive Material 7-8 5. BONDS AND INSURANCE ................................. 8 5.1-5.2 Performance, Payment and Other Bonds ................. .................. 8 5.3 Licensed Sureties and Insurers; Certificates of Insurance 8 5.4 CONTRACTOR'S Liability Insur ance..........................................0 5.5 OWNER'S Liability Insurance ............... 5.6 Property Insurance ..........................9-10 5.7 Boiler and Machinery or Addi- tional Property Insurance............._.-10 5.8 Nbtice of Cancellation Pro%ision 10 5.9 CONTRACTOR'S Responsibility for Deductible Amounts 10 5A0 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 Insu- ance; :Option to Replace..... ............ l 5:15 Partial Utilization --Property Insurance .......::...::.......:...... , .11 6. CONTRACTOR'S RESPONSIBILITIES 6.1-6:2 Supervision and Superintendence„..... I I 6,3-6.5 Labor, Materials and Equipment_._ 11-12 6.6 Progress Schedule.......... '. .............. .12 6.7 Substitutes and "Or -Equal" Items; CONTRACTOR'S Expense; Substitute Construction Methods.,or Procedures; ENGINEERSs 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,... I........................15 6;20 SafetyandProtection ....................15-16 4.21 Safety Representative ........................16 6:22 Hazard Communication Programs,,,,,, 16 6.23 Emergencies.....................................16 6.24 Shop Drawings and Samples .............. 16 Im Page Number 6.25 Submittal Proceedures;.CON- TRACTOWs Review Prior to Shop Drawing or Sample Submittal,, ...... ....... ............... 16 6.26 Shop Drawing & Sample Submit- tals Review by ENGINEER16-17 6.27 Responsibility for Variations From Contract Documents17 6.28 Related Work Performed Prior to ENGINEER'S Review and Approval of Required Submittals...................................17 6.29 Continuing the Work.....................17 6.30 CONTRACTOR's General Warranty and Guarantee : .............. 17 6.31.6,33 Indemnificationn.......... ...... ......... 17-18 6.34 ,Survival of Obligations.,,_„.............1 S 7, OTHER WORK,,;,,,,,,,,,,,,,,, 1S 7.1-7.3 Related Work at Site .................... 1S 7.4 Coordination ....................: 8. OWNER'S RESPONSIBILITIES .........................18 8.1 Communications to CON- TRACTOR ................................. is 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...............................19 8.7 Inspzctions, Tests and Approvals .............. I....................19 8.8 Stop or Suspend Work; Terminate CONTRACTOR's Services.. .................................. ...19 8.9 Limitations on OWNER'S Responsibilities., ........... . . ........... ..19 SA O Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material . .. ..................... 19 8.11 . Evidence of Financal Arrangements ......:.....................19 9, 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 1910.5 (1990 EDITION) w1 C17Y OF FORT COLLINS MODIFICATIONS (REV 9199) Article or Paragraph Number & Title Page Article or Paragraph Number Number & Title Page Number 9.6 Re1ectingDzfective Work ...... ...:......... 21 13.8-13.9 Uncovering Work at ENGI- 9.7-9.9 Shop Drawings, Change Orders. VEER'sRequest .......... ............ 27-28 and Payments, .................... .............. 21 13.10 OWNER May Stop the Work ....... ....28 9.10 Determinations for Unit Prices 21-22 13.11 Correction or Removal of 9.11-9:12 Decisions on Disputes; ENGI- Defective Work ..........................28 NEER asInitial 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 CONPLETION ..................................... 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 CONTRACTOWs Warranty of Title 29 CHANGE OF CONTRACT PRICE .............................23 14.4-14.7 Review of Applications for 11.1-1 L3 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 A Cost of the Work ................. .......... 24-25 14.11 Final Inspectior► ............................. 11 11.5 Exclusions to.Cost of the Work,,,,,._.., 25 14n Final Application for Payment31 11:6 CONTRACTOR's Fee..... I..................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 ..................... .. I ...26 15, SUSPENSION OF WORK AND TERMINATION .............................................. 32 CHANGE OF CONTRACT TIMES ............................ y6 15.1 OWNER May Suspend Work .......... 32 12.1 Claim for. Adjustment ........................26 15.2-15.4 OWNER May Terminate ,_........_..32. 12.2 Time of the Essence„,,,,,,,,,,,,,,,,,,,,,,,,26 15.5 CON TRACTOR.May S►op 12.3 Delays Beyond CONTRACTOR's Work or Terminate,,,,,,,,,,,,,,,,, 32-33 Control.....:....:..:........................26-27 12.4 Delays Beyond OWN"ER's and 16. DISPUTE RESOLUTION „-,„ ............................. 33 CONTRACTOR'S Control................27 TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEF-EC77PE WORK..................................................27 13.1 Notice of Defects . ...... :.....:................. 27 13.2 Access to the Work................ ............:a7 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 _Inc lulled .............................33 17.6 Applicable State Laws,,,,,,,,,,,,,,, 33-34 Intentionally left blank..,,.... ............................... 35 EXHIBIT GC -A; (Optional) Dispute Resolution Agreement ...........:......... PC -A] 16.1-16.6 Arbitration,,,,.,,., GC -Al 16.7 Mediation ;GC -AI E1CDC GENERAL CONDITIONS 1910.8 (1990 EDITION) wt CITY OF FORT COLLINS MODIFICATIONS (.REV 9199) • • 0 • • 0 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,,,,,,,,,,,,,,,,,,,,,§.7.1 Work by OWNER .................. ........2.5, 6:30, 6.34 Access to the -- Lands, OWNER andCONTRACTOR responsibilities ........... ............... :........ ....... 4.1 site, related Work...............................................72 Work ..................: . —13.2. 13.14, 14.9 ....:....:.:....... Acts or Omissions--, Acts and Omissions-- CONTRACTOR...................................6.9.1, 9.13.3 ENGINEER.... .................. __ ........ .....:6.20, 9,13.3 OWNER.................................................... .20, 8.9 Addenda --definition of (also see definition of Specifications) ........ (1.6, L 10, 6.19). 1.1 Additional Property Insurances;,,,,;,,,,,,,,,,,,,, . 5.7 Adjustments — Contract Price or Contract Times ...........................1.5; 3.5, 4.1, 4.3.2, 4.5.2, .... I .... I—— ...... .......... 4:5.3, 9.4, 9.5, 10.2-10.4, .........................................11,12,14.8,15.1 progress schedule .............. .. 6.6 .............................. Agreement -- definition of......................................................3.2 "All -Risk" Insurance, policy form..:..:.....................5:6.2 Allowances, Cash....................................................1 l.8 Amending. Contract Documents ................................ 3.5 Amendment, Written-- ingcneral.,............... 1.10; 1.45, 3.5, 5.10, 5.12, 6.6:2 ......................0.191 10.1, 10.4, 11.2 ........................... .........12;1, 13.12.2, 14.7.2 Appeal. OWNER or CONTRACTOR intent to„. ....................... 9.10. 9.11, 10.4, 16.2, 16.5 Application for Payment -- definition of......................................................1.3 ENGINEER s Responsibility...........:..........:........:9.9 final payment.; ......... :...... 9,13A, 9713,5; 14.12-14.15 in general..........................2.8, 2.9;.5.6.4,.9.10, 15.5 progrewpaym ent............ :..:...:..:....:........ : .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 oC,,,,,,,,-„- 1,.4 Article :or Paragraph Number OWNER responsibility for ........................ _... 6.1, 8.10 Possible price and times change ........................4.5.2 Authorized Variations in Work,,,.,,,., 3.6, 6.25, 6.27, 9.5 Availability of Lands ......... ............... :.................. 4.1, 8.4 Award,.Noticeof--defined,,,;,,,,,,,,,,,,,,,,,,,, ............, Before Starting Construction..,,,...;.....................2.5-2.8 Bid --definition of... ....... !.5 (L1, 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, 42.6.2) Bonds -- acceptanceof,.._.,, ......................... .... ...............5.14 additional bonds.......-„-„ .................. . ..10.5, 11.4.5.9 Costof the Work... ....................................... definition of.......................................................1.8 delivery of ..............................: ...2.115.1 final Application for Payment..,.,..,,,.- 14.12-14.14 general......................................1..10, 5.1-5.3, 5.13, .............. :.................... 9.13, 10.5. 14.7.6 Performance, Payment and Other ..........: ...5.1-5.2 Bonds and.Insurance--in general .............. :............... .... 5 Builder's risk "all-risk" policy form ................ ........ 5.6.2 Cancellation Provisions, Insurance,.,..,_; 5.4.11, 5.8, 5.15 Cash Allowances. ................................................... 31.8 Certificate of Substantial Completion,,,,_-;1.38, 6.30.2.3, ..................................................14.8, 14.10 Certificates of Inspection .................. 9.13.4. 13.5. 14:12 Certificates of Insurance— ............2.7, 5.3. 5.4:11. 5.4.13, ..............I.......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„10A2, 10.4.3, 11 Lump Sum Pricing..........................................11.3.2 Notification of Surety.,:. ...............:.....................10.5 Scopeof................:..................................10.3-10.4 Testing and Inspection, Uncovering the Work..................................13.9 EJCDC GENERAL CONDITIONS 1910.5 (1990 EDITION) wt CITY OF FORT COLLINS MODIFICATIONS (REV 9199) • Highlights from Specifications and Contract Documents ■ Federal -Aid Project ■ Federal Requirements ■ State Requirements ■ City Requirements ■ City Oversight ■ An addenda will be issued for the latest Davis -Bacon Minimum Wage dated November 27, 2009 Highlights from Specifications and Contract Documents ■ Contractor must adhere to Nationwide 404 Permit No. 3 conditions and requirements. ■ Nationwide Permit (March 12, 2007) and Nationwide Permit 3 Fact Sheet are included in the bid document Job Walk Meet at Cinquefoil Lane just east of Lady Moon Drive Highlights from Specifications and Contract Documents ■ Regular Working Hours are Monday through Friday, 7 A.M. to 6 P:M. ■ Saturday work will be allowed with Engineer's approval. QUESTIONS? Thank You for Attending the Pre -Bid Meeting Please Remember to Sign -In 5 Unit Price Work 11.9 Article or Paragraph Number Value of Work J 1.3 Changc•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 Im Contractual time limits,,,,,,,,,,,,,,,„_,;,- 12.2 Delays beyond CONTRACTORS control.................. .............. ­ ...................... 12.3 Delays beyond OVWFR's:and CONTRACTORS control ........ .................... 1.2.4 Notification of surety ....................................:....10.5 Scope:of-change................ ................. Change Orders -- Acceptance of Defective Work ..........................13.13 Amending Contract Documents ..........................3.5 Cash Allowances 11-8 Change of Conittact Price,,,,,,,,,,,,,,,,,,,,,,;,,,,„ -,,,....I I Change of Contract Times... ........ I ............. ......... 12 Changes in the Work ........ : ...... I..._...........:.......... 10 CONTRACTOR'S fee 11.6 Cost of the Work 11.4-11.7 Cost Records 11.7 definition of .................... ................... I ............... 1.9 emergencies.................. ........... ; ... ;: ........... 6.23 ENGINEERS responsibility ....... 9.8, 10A, 11.2. 12.1 executiondC ................................................ .... JO.4 Inderrinifictiorl .........................0.12, 6.16, 6.11-6.33 Insurance, Bonds and ....................... 5.10, 5-13, 10.5 OWNER may terminate .. ............................ 1$.2-15.4 OWNERS Responsibility. ......................... $.6. 10.4 Physical Conditions - Subsurface and .............................................4.2 Underground Facilities-- ........ ................... 4.12 Record Documents,_,,.,,,,. ......................... 6.19 ---6.�.j Scope of Change ... 11 .................................. I -iO.4 Substitutes ............................................ .j6.7.3, 6.8,2 Unit Price Work 11.9 value of Work,. covered by ... ............................. 11.3 Changes in the Work.................................................30 Notification of surety ......... .......... .......... ........ K5 OWNERS and CONTRACTORS . responsibilities ........ : .... ........................ I ..... J0.4 Right to an, adjustment'.., ........ I ........ I .................10.2 Scope of change ................................. IV ..... 10.3-10.4 Claims -- against CONTRACTOR ....................................6.16 against ENGINEER .... .............. ................ j6.32 against OWNER ...............................................6.32 Change of Contract Price„_„,,,,,,,,,,,,,,,,,,,,,, 9.4, 11.2 Change of Ccntract Times„.....*.....*,-„,,,,,,, * 9.4, 12.1 CONTRACTORS., ......... :_ 4i 7: 1; 9.4i 9.59.11. 10.2. , .................... 11.2, 11.9, 12.1, 13.9, 14.8, 15.1, 15.5.17:3 CONTRAcrows Fee 11.6 Article or Paragraph Number CONTRACTORS liability ........... 5.4, 6,12, 6.16, 6.31 Cost of the Work 11.4, 11,5 Decisions on Disputes ......................... 9; 11, 9.12 Dispute Resolution ............................................16.1 Dispute Resolution Agreement..._ .......... .... 16.1-16.6 ENGINEER as initial interpretor ......... I—- .......... 9.11 Lump Sum Pricing.........................................11.3.2 Notice of 1.73 OWNIERs- .................. 9A, 9:5, 9.11, 16.2,.11.2, 11.9 ....... I ............ 12. 1*, 13.9, 13.13, 13.14, 17.3 OWNERS liability ................... ........................... 55 OWNER may refuse to make payment ........... i 4.7 Professional Fees and Court Costs I ncluded 17.5 request for formal decision on............................9.11 Substitute Items ...................................... I ...... 6.7.1.2 Time Extension .................................................12.1 Time requirements.,,,,,,,,,„........................ 9.11, 12.1 Unit Price Work i 1.9.3 Value of 11.3 Waiver of --on Final Payment; ................ j4.141 14 * 15 Work Change Directive ...................... _ ...... 10.2 written notice required ...................... 11.2, 111 Clarifications and Interpretations-; .......... 3.63, 9.4. 9.11 Clean Site 17 Codes of Technical Society, Organization or Association ..................................................3.3.3 Commencement of Contract Times..__.-_-_2.3 Communications-- general ..............................................6.2, 6.9.2, 8.1 Hazard Communication Programs,_ .................. 6.22 Completion - Final Application for Payment ..........................14.12 Final Inspection - ­* ................... * ................... _J4.11 Final Payment and Acceptance ........ _ ..... 14.13-14.14 Partial Utilization ....................................... I ..... j4.10 SubStantial Completion ......................1.38, 14.8-14.9 Waiver of Claims 14.15 Computation Concerning Subcontractors, Suppliers and Others Conferences -- initially acceptable schedules,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, preconstructioti ........ I ........ a ..................... Conflict, Error, Ambiguity, Discrepimcy" CONTRACTOR to Report ......... ............ 2.,5,3.3.2 Constructim before starting by CONTRACTOR ..... ....... ........... ............... _2.5-2.7 Construction Machinery, Equipment, etc .............. .... 6.4 Continuing the Work ........................... .......... 6.29, 10.4 Contract Documents - Amending...........................................................1.5 Bonds _: -1.5.1 EJCDC CENERAL CONDITIONS 1910-8 (1990 ED1,110N.) w/ CITY OF FORT COLLINS MODIFICATIONS (.RFV 9/99) 0 n • • Cash Allowances.----_...................._._...........-.11.8 Article or Paragraph Number Change of Contract Prig;-,,,,,,--„ ......................... I 1 Change of.Contract Times ................. ------............. 12 Changes in the Work................................10.4-10.5 check and verify.....................................I...........2.5 Clarifications and Interpretations.... ........... ; ....... 3.6,'9.4, 9.11 definition of.,, ............. J. 10 ENGINEER.as initial interpreter of ................... .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 ENGINEERS Employment ... ....... 8.2 Unit Price Work.......................................I.......11.9 variations, ...... ..................................3:6_, 6.23, 6.27 Visits to Site, ENGINEI R's,._ „„„... , „ -,-..... 9.2 Contract Price - adjustment of„..............:3.5, 4.1, 9.4, 10.3, 11.2-11.3 Change of , Decision on Disputes........................................9.11 definition of.....................................................1.1 i 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 of Insurance, ........ -............ -„__,,,-,-- 5.14 Communications,,,,,, 11,,,,,,,, ,,,-,,,-,,,-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 Term ihate............................1.5.5 provide site access to others„ ..................... 7.2, 13.2 Safety and Protection ,,,,,;,,,,,,,;;,,,,4.3.1.2. 6.16, 6.18, ......................................&N-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal........................................6.25 vii Stop Work requirements--„---,---- .4.5.2 CONTRACTOR'S - Article or Paragraph Number Compensation .. . .................................... . ....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............................................6123 Defects in Work of Others------------- ............... 7.3 Dicke ing 6ohditioris-,,.......,;„ ................... ..4.2.3 Discrepancy in Documents,-,,,,...) 5, 3.3.2, 6.14.2 Underground FacHitiesnot indicated;----,.... 4.3.2 Emergencies,-,., ...... ....................._...........0.23 Equipment and Machinery Rental, Cost of the Work .... ........ .........:.........:...........11.4.5.3 Fee --Cost Plus,-,,,,,.....-„-,,,---,,,1.1.4.5:6, 11.5.1, 11.6 General Warranty and'Guarantee„,,,,,;,,,,,,,,,,,,,,,6:30 Hazard Communication Programs„-,-,,,,..... 6.22 Indemnification......................... .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, Camplimice by,,,,,,,,,,,,, 6.14.1 Liability Insurance .............................................. 5.4 Notice of Intent to Appeal;_.....................9.10, 10.4 obligation to perform and complete theWork....................................................0.30 Patent Fees and Royalties, paid for by,,,,,,,,,,,,,,,,, 6.12 Performance'and Other Bonds 5.1 Permits, obtained and paid for 1�.....:................. 0.13 Progress Schedule,,,,,,,,,,,,, 2.6, 2.8, 2.9, 6.6, ...........: .... .229, 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, 10A CONTRACTOR's expense ..........................03.1 CONTRACTOR's General Warranty and Guarantee CONTRACTOR'S review prior to Shop Drawing or Sample submittal,,,,,,,,,,,,,,,, 6.25 Coordination of Work Emergencies ............................................... :6:23 ENGINEER's evaluation; Substitutes or "Or,Equal" Items .............................6.7.3 For Acts. and Omissions of Others.............................0.9.1-6.9.2, 9.13 for deductible amounts,insurance...................5.9 general-0 .... ­w ....... - .................... 7.2, 7.3, 8:9 I3azardous Communication Programs ........ _ 6.22 Indemnification. ............................... _ 6.31 =6.33 rJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/991) Labor, Materials and Equipment ........... .... 6.3-6.5 CONTRACTORS --other_ ----- .---- .........-----.------_ -.--_----._-7 . . Laws and Regulations ............. .. .....__.6.14 Contractual Liability Insurance.__..,,. ........ , ....5.4.10 Liability Insurance ... ,-,,.• ......... ._........, 5.4 Contractual Time Limits .... ......... .......„ _.... j2.2 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 submittals:.....:......................................6.28 safe structural loading.................................6.18 Safety and Protection .................... 6.20. 7.2, 13.2 Safety, Representative„_.., ........ .. . ..........6.21 Scheduling the Work .................................. 6.9.2 Shop Drawings and Samples ....................... 6.24 Shop Drawings and Samples Review by ENGINEER......................................6.26 Site Cleanliness .............:............................ 6.17 Submittal Procedures...................................6.25 Substitute Construction Methods and Procedures _;..•;--, 6.7.2 Substitutes and "Or -Equal" I►ems,,,,,,,,,,,,,,,,6.7.1 Superintendence ... .......... .:.:.::.:................. .....6.2 Supervision...................................................4.1 Survival of Obligations................................6.34 Taxes.................................. ....................... 6..15 Tests and Inspections.;,..,,_._, ................. __.13.5 To Report ........ .............. I.......I........................ •5 Use of Prem ises .....................0.16-6.18. 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal ........................ I ................ .25 Right to adjustment for changes in the lVbrk..... 10.2 right to claim ,- ........ _ 4, 7.1, 9A, 9.5, 9.11, 10.2,11.2, I1.9,12:1,139,I'l-k15.1,15.5,17.3 Safety and Protection, ,,,,,,,,,,,,,,,,-.6.20-6:22. 7.2, 13.2 Safety Representative ....................................... 6.21 Shop Drawings and Samples Submittal;„•„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 ........... 6.8-6.1 1 Supervision and Supceintendence......... 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 ................................ viii 14.8 Article or Paragraph Num ber Coordination— CONPRACTOR's responsibility ........................ §.9.2 Copies of Documents„........•, ? Correction Period..................................................13.12 Correction, Removal or Acceptance of Defective Work-- in general ........ ............. ............. 10A. L.13.10-13.14 Acceptance ofDefective Work.... ............... ....... 1.3.13 Correction or Removal of Defective Work.................................6.30, 13.11 Correction Period:........._......................•-----..13.12 OIVNER May Correct Defective Work,..,.._„-. ,.13..14 OWNER May:Stop Worl. ........, .............13.10 Cost -- of Tests and Inspections................................,,,;,,13.4 Records 11.7 Cost of the Work— Bonds and insurance,,. additional, ..................] 1.4.5.9 Cash Discounts..............................................11.4.2 CONTRACTOR's Fee 11.6 Employee Expenses, .............................I......11.4.5.1 Exclusions to:.......................:..:.........................11.5 General 11.4-11.5 Home officeand overhead expense*....................11.5 Losses and damages.....................................11.4.5.6 Materials and equipment ............... __11.4.2 Minor expenses ............................ I ......... ..... 1 1.41.5.8 Payroll costs on changes ............................ ..•.,11.4.1 performed by Subcontractors,,,,,,,,,,,,,,,,,„_•.,.,,,11.4.3 Records 11.7 Rentals of construction equipment and machinery..........................I............11 A;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.................................................)1A.5 Taxes related to the Work ............... Tests 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..._,..., ................... ................ j 3.6-13.7 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 ,.................. .................. .11, 9.12 defective --definition of, .............._..-_.............._......1.14 defective Work -- Acceptance of......................................10.4.1, 13.13 E• JCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS i110DIFICATIONS (REV 9/99) • 0 0 9 Correction urRemoval o[1k4.\,\3,n Correction merivu--------.]so u^general ........ ........... ................. /1]�7,/4.0 Article mParagraph Number Observation by. ENGINEER .--_...................... OWNER May Stop, Work —__ ,,mn�moo�mmxous—_____ ...... ...... /3.| Rejecting .............. ^— . Uncovering the Work _____,_.__,_jIo w,��mm� / Delays -----------..�|.hzo12.3-12-4 myimy'f ________�/ Delivery ,rvertificmm;of inxmano............... ......... _�7 Determinations for Unit Prices ............................ —/\m Differing, Subsurface or Physical Conditions -- Notice of Possible Contract Doc'u­m­*e'n­t"s­Changq 4:2.5 Dispute Resolution� Agreement --........ —`'---'----Ju|'l6« Arbitration ---____________����u� Memuuou__^ . . l«.6 Record 6.19 Reuse of 3.7 ENGINEER — initial interpreter on disputes -9.12 Limitations on authority and rcsponsibilitie.s ..... �9.13 Resident Project Representative, ... authority and responsibility, limitations or) ........ 9.13 Change Orders. responsibility for., ..... 9.7,10, 11, 12 Decisions on Disputes 9.11-9.12 Payments to the CONTRACTOR, Responsibility for.... 9.9. 14 Article or Paragraph Number Review of Reports'on Differing Suhsurft I ice Shop Drawings and Samples, review Status During Construction — ENGINEER as Initial Interpreter' 9.11-9.12 Shop Drawings, Change Orders Field Order— doUoNopof, ........................... 1.i9 Final Application for Pay Final Inspectiorl Final Payment — General Requirements — Guarantee ~Work —by Indemnification ........ ...................... .12, 6.16, 6.31-6.33 Initially Acceptable Schedules ,,,,,,,,,,,,,,,,_..__ ....... _...2.9 Inspection -- Certificates of ............................. .9:13A, 13.5, 14.12 Final........................................... ..14-11 Article or Paragraph Num ber Special,.required byENGL�i LEER,,,,,,,,,,,,,,,,,,,,,,,,, 9.6 Tests and Approval__ ....................... S 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..,... ... Cancellation Provisions...................................I.. 5.8 Certificates of ............. _..... 2.7, 5, 5.3, 5.4.11. 5:4.13, ...... erations,,,,,,,,;,,,,,,,,,,,,,,,,,,,,,,,,,,,,5.4.13 COI-MACTORs,Liability..................................5.4 CONTRACTOR's objection to coverage,,,,,,,,,,,,, 5.14 Contractual Liability ..... ......... :....................... 5.4.10 deductible amounts, CONTRACfOR'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 ................................. J.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................ :...... ........... ............. ......? 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 condition.,_.,,,.,.,,. 4.2 Labor, Materials and Equipment,, ....... ------- ...... _03-6.5 Lands -- and Easements.............................._..................,.8.4 Availability.of................................... :.........4.1, 8.4 Reports and Tests...............................................8A Laws and Regulations --Laws or Regulations-- Bonds._...............:......................................5.1-5.2 Changes in the Work........................................10.4 Contract Documenis„__.................................. „3.1 CONTRACTOR's Responsibilities, ...6.14 Correction Period;defective Work.................i3.12 Cost of the Work, taxes ............................... 11.4.5.4 definition of .............. .__............... ...................1.22 gencra16.14 Indemnification ......... ............................... 6.3.1-6.33 Insurance ..........._....................... _.....................5.3 Precedence ............. :....:........... ......:..... :.:..3.1, 3.3.3 Reference to....................................................3.3.1 Safetv and Protection .... . .................... :...... 620, 13.2 Subcontractors, Suppliers and Others ........... 6.8-6.11 Article or Paragraph Num her Tests and Inspections, .......... _ ..................... 13.5 Use of Premises ........................................ 6.16 Visitsto Site...... _...... . ............... ......................... 9.2 Liability Insurance-- CONTRA(7r6k's .............................. ................. 5.4 OWNER's....... .............. ...... ....:...:................... .....5.5 Licensed Sureties and Insurers ................................. 5.3 Liens -- Application for Progress Payment:...._...............1.4.2 CONTRACfOR's Warranty of'fitte14.3 ....... ... Final Application for Payment ..........................14,12 definition of.....................................................1.23 Waiver of Claims14.15 Limitations on ENGINEER's authority and responsibilities ............................ ...„ .. ............. .9.13 Limited Reliance by CONTRACTOR ,Authorized, ...................................................... 4.2 Maintenance and Operating Manuals -- Final Application for Payment .........................14.12 Manuals (of others) -- Precedence..........., 3.33.1 Reference to in Contract Doi-wnen4..................3.3.1 Materials and equipment -- furnished by CONfRACTOR------- ----- ------------- ,--.- 63 not, incorporated in Work- ........ 11 ........... ........... 14.2 Materials or equipment --equivalent ...........................6.7 Mediation (Optional)..............................................16.7 Milestones --definition of .......................................... 1.24 Miscellaneous> Computation of Times.._..................................17.2 Cumulative Remedies ................ ...................... 17.4 Giving Notice..:.........................................1.17.1 ... Notice of Claim.. ............................... I ............... 17.3 Professional Fees and Court Costs Included ......... 17.5 Multi -prime contracts. . ................._........... ..................... 7 Not Shown or lndicatcd........... :............ .......... ....... 4.3.2 Notice o[ - Acceptability of Project....................................14.13 AK-ard, definition. of ... „-,,,,,.. ,1.25 Claim........:...................:.............::................17.3 Defects,13.1 Differing Subsurface or Physical Conditions....._ 4.2.3 Giving............................................:.......:.......17.1 Tests and Inspections........................................13.3 Variation Shop Drawing and Samplg................ 0.27 Notice to Proceed -- definition of......................................................1.26 givingof ........................................................... 2.3 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS AtOD1FICATIONS (REV 9/99j 9 0 0 Notification to Surety ..... ......... .......... * .................. j 0.5 Observations, by ENGINEER.._ .......... ....... 6.30,9.2 Occupancy of the Work,,,,,,,,,,,,,,,,,,, 5.15. 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR,:_......__ 15.9, 9.13 Open Peril policy form, Insurance ..........................5.6.2 Option to Replace ............. ................... 14 Article or Paragraph Number "Or Equal" Items ......................................................6.7 Other work 7 Overtime Work --prohibition of ...... ...... 6.3 OWNER -- Acceptance of 4efeefive Work ..........................J3.13 appoint an ENGINEER ............... ........ ........ .... 8.2 as fiduciary ........................ ................... 5.12-5.13 Availability of Lands, responsibility ....................4.1 defirfition of ....................................................1.27 data, ffimish ......................................................8.3 May Correct Defective Work ............................13.14 May refuse to make payment,.,,,,..,,, . � ... I ............ 1,43 : May Stop the Work.,,,,..... ............ ....... 1310 May Suspend Work, Terminate— ............... : ......... 8.8, 13.10. .10. 15.1-15.4 Payment, make prompt ..................... F3, 14.4, 14-13 performance of other work .................................. 7,1 permits and licenses, requirements .......... ; ........6.13 purchased insurance requirements ............... 5.6-5.10 OVvNTER!s-- Acceptance of the Work.............................0.30.2.5 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 ......... $3, 13.4 Liabilitv Insurance ................................. 5.5 Notice of Defects ..............................................13.1 Representative --During Construction, ENGINEER!s Status 9.1 Responsibilities -- .Asbestos, PCBs, Petroleum, Hazardous Waste or RadioactiveMaterial 8.10 ChangeOrders .................................... ; ......... 8.6 Changes in the Work ...................................16.1 c9m . m . I . Ticatio6s ............................................8.1 CONTRA&ORs responsibilities.... ............... 8.9 evidence offi iiciaCarrangcmcnts.: ...... 8.11 inspections, tests and approvals,,,,,,,,,,,,,,,,,,, 8.7 insurance ............... ...................................................... 8.5 lands and easements ........................... ..... 8.4 prompt payment by .......................................8.3 replacement of ENGINEER .......... I ................. $.2 reports and tests............................................8.4 -stop or suspend Work ................. $.8, 13.10, 15.1 terminate CON'TRACTORs services .............................. ........... 8.8, 15,2 separate representative at site ............................. 9.3 xi Is testing, independent.. ....................................... 13.4 use or occupancy of the Work,,,,,,,,,,,,,,,,,,,,,,,,, 5.15, 6,30.2;4. 14.10 written consent or approval required ............... .9.1, 6.3, 11.4 EXUC 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, .........1..... .............1.1-2, 11.9, 14.7. 15.4 PCBs -- definition of .................. .............................. 1.29 general.... ........... :........ ...................................... 4.5 OWNER's responsibility for...............................8.10 Partial Utilization-- defmition of......................................................1.28 general6.30.2A 14.10 Property insurance ............................................ 5.15 Patent Fees and Royalties........................................6.12 Payment Bonds ..... .............................................. .1-5.2 Payments, Recommendation of... ........... 14.4-14.7, 14.13 Payments to CONTRACTOR and Completion -- Application for ProgressPayments ......................14.2 CONFERACTOR's Warranty of Title. . .... ........... 1.14.3 Final Application for Payment ....................... 14.12 Final Inspection .............................................. 14.11 Final Payment and Acceptance ................14.13-14.14 general........................................................8.3, 14 Partial Utilization..............................._-..-....._.14.10 Retainage......................................................... 14.2 Review of Applications for Progress Payments ............................... 14.4-14. 7 promptpayment. .... ........... ........................... $3 Schedule of Values, ...................... __ ......... ........ 14.1 Substantial Completion..............................14.8-14.9 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 e\isting 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 ............... Price, Contract --definition of,,,,,,,,,,,,,,,,,,,,,,,,;,,;;,;,,, 1.11 Progress Payment, Applications for..........................14.2 Progress Payment--retainagc........:. ................... ..... 14.2 Progress schedule, CONTRACTOR's- ........... 2.6, 2.8, 2.9, ...........I..............:...... 6.6, 6.29. 10.4. 15.2.1 Project --definition of... ....................................... I .... 1,31 Project Representative-- ENGINEER's Status During Construct ion ............ 9.3 Project Representative, Resident --definition of... ...... 1.33 prompt payment by OWNER.....................................8.3 Property Insurance-- Additiorial.........................:............:............,...5.7 genera15.6-5.16 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 OWATER's responsibility for_„ ........................... F.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 -- atSitc.......::.........:........... :........... .............. 7.1-7.3 Performed prior to Shop Drawings and Samples submittals.review ,,,,,,,,,,,,,,,,,,,, 6.28 Remedies, cumulative-.,.-,... ............................. 17.4. 17.5 Removal or Correction of`Defec6re Work ........... 13.11 rental agreements, OWNER approval required, .... 11.4.5.3 replacement of ENGINEER, by OWNER................ 8.2 Reporting and Resolving Discrepancies................................2.5i 3.3.2, 6.14.2 Reports -- and Drawings.................................................4.2.1 and Tests, OYVN, Rs responsibility .:.................... 8A Resident and Project Representative -- definition of .................................................... 1.33 provision for........................................................... 9.3 xii EJCDC GEA'InRAL CONDIl10NS 19I0.8 (1990 EDITION) w/ C1TY OF FORT.COLUNS MODIFICATIONS (REV 9/99) • 0 0 Article or Paragraph Num ber Resident Superintendent, CONTRACTOR* 6.2 Responsibilities-- CONTRACTORsin general;,,,.,,,,,,.. 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 Rights of Way .......... .................. ............... 4.1 Royalties, Patent Fees' and ............................... . . .6.12 Safe Structural Loading..........................................5-18 Safety -- and Protection................................4.3.2, 6.16, 6.18, ------- ........... ................. 6.20-6.21. 7.2, 13.2 general.. ..... ............................................. 6.20-6.23 Representative, CONTRACTOR's.......................6.11 Samples -- definition of, .............................. ........... .... 1.34 general ..:.:...............:......::.....:. ......:.......0.24-6.28 Review by CONTRACTOR .................. .............. 6.25 Review by ENGINEER.., ...........................6.26, 6.27 related Work....................................................6.28 submittal of 6.24.2 submittal procedures .................... .................... ,6.25 Schedule of progress.. ........................... 2.6, 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..............................12.6, 2.8-2.9, 14.1 Schedules -- Adherence to., ................................................ 15.2.1 Adjusting................................ ............ ............. ...6.6 Change of Contract Times-------------------",.--,.....*. 10.4 Initially Acceptable ........... ........ ........ .--- ......2.8, 2.9 Prelim inary ... .. ............... 2.6 Scope of Changes,,,,,,,,,,,,,, ...................................... Subsurface Conditions ...................................... ..4.2;1.1 Shop. Drawings -- and Samples, general ................................. Change Orders S Applications for Payments, and ........ ........ .......... ............ ...9:7-9.9 definition of ............... ........................... 1.35 ENGINEER's approval of ............... ..3.6.2 ENGINEER's.responsibility for revie...................................... .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 ......................... --------------„6.2> use to.approve substitutions.,_................._.,...._.&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....................... ..................... I ........... .6.2 definition of.....................................................1.36 Speci fncations— defination of'....................................................1.36 of Technical Societies;:referenceto,.,........ ........3:3.1 precedence„_.. .................................................... Standards and Specifications of Technical Societies ........................ ................. .3 Starting Construction, Before.......................:.......25-2.8 Starting the Work: ......................... :.................. ........2.4 Stop or Suspend Work -- by CONTRACTOR ............ :...... ........................ 15.5 by OWNER .......... ....... :........... ......... 8 8, 13.10, 15.1 Storage Of -materials and equipment......;.............4.1, 7.2 Structural Loading; Safety,,,;, ........:....:......... ..6.18 Subcontractor" Concerning ...................... ......................... 6.8-6.11 definition of.....................................................1.37 delays........................................... - .......12.3 waiver of rights,,,,,,,.,,. .......... .....0.11 .6.8-6.11 Subcontractors --in general ................. Subcontracts--required.provisions .... -.... 5.11, 6.11. 11.4.3 Subm ittals-- Applicatioris for Payment-------------------------------- 14.2 Maintenance and Operation Manuals... ............ 14.12 Procedures ...................................................... 6.25 Progress Schedules......................................2.6, 2.9 Samples ................ ................... ................ 624-6.28 Schedule of Values . ..... :........... .................... 2.6, 14.1 Schedule of Shop Drawings and Samples • Submissions.....................................2.6, 2.8-2:9 Shop Drawings ......................................... .24-6.28 Substantial Completion -- certification of'............................6.10.2.3 14.8-14.9 definition of,,,,.,,,, ..................................... „-1.38 Substitute Construction Methods or Procedure* .... .,--6.7.2 Substitutes and "OrEqual" Items... ... ... ............... 6.7 ...... CONTRACTOR's Expense,,,,,,,,,,,,,,,; ENGINEER's Evaluation .............. 6.7.3 "Or -Equal" .................................... ............... 6.7.1.1 Substitute Construction Methods E1CDC GENERAL CONDITIONS 1910.8 (1990 EDITIOM wf CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Article or Paragraph Number or Procedures ............:......:......................... 6.7 2 Substitute Items,,,,,,,,,,,,,, ........................ 6.7.1.2 Subsurface and Physical Conditions-- Drawm' gs of, in or relatug to ........................ a.2.1.2 ENGINEER'§ Review. 4.2.4 general......................................:....................... 4.2 Limited Reliance by CONTRACTOR Authorized .....................................:...:......... 4 .2.2 Notice of Differing Subsurface or Physical Condition......................... ................. 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 Site4.2:1.1 Technical Data Supervision— CONTRACTOR's responsibility .............. ............. G.1 OWNER shall not supervise................................8.9 ENGINEER shall not supervise,,,,,,,,,,,,,,,, 9.2, 9:13.2 Superintendence, ...... ......... : ................... 1— .............6.2 Superintendent,.CONTRACTOR's resident...............b.2 Supplemental costs, ......... o­ ..... ­w.................;..... 11.4.5 Supplementary Conditions -- definition of.....................................................1.39 principal references to.................).10, 1.18, 2.2, 2.7, -,--_---. 4.2, 4.3, 5.1, 5.3, 5A, 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, 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 .._ .-_..... .........16.1, 10.5, 15.2 qualification of,. ......... ........ :.:...... ...:............. 5.1-5,3 Survival of Obligations,,,,,,,,,,,,,,,,!.,,,,............. 6.34 Suspend Work, OWNER May ......... .............. 13.10, 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 :.......... ....... :........... 15.2-15.4 Taxes• -Payment by CONTRACTOR ........................6-15 Technical Data -- Limited Reliance by CONTRACTOR ................. 4.2.2 Possible Price and Times Adjustmeas.......... :_A.2.6 Reports of Differing Subsurface and Physical Conditions....................................4.2.3 xiv Temporary construction facilities„..........................4.1 Article or Paragraph Number Termination: - by CONTRACTOR...........................................15.5 by OWNER ............................. ........... . 8, 15.1-15.4 of ENGINEER's employment ............................... 8.2 Suspension of Work-in general .............................15 Terms and Adjectives................:...............:.............3-4 Tests and Inspections -- Access to the Work, by others.. .......................... 132 CONTRACTOR's responsibilities .................... cost of 13.4 covering Work prior tq..............................j3.6-13.7 Laws and Regulations(or)................ I ......:.:...... 13.5 Notice of Defects..:.. -.. -. _..:.:....................: .........13.1 OWNER May Stop Work,.. ............. .. .... 1—.,,,.13.10 OWNER's independent testing,,;,,,;,,,,,,,,,,, ,13A special, required by ENGINEER,,,,,,,,,,,,,,,,,,,,„ 9.6 timely notice required. ...... ............................... 13.4 Uncovering the Work, at ENGI NEERs request .............................. .................. 13.8-13.9 Times -- Adjusting ............................... ............. 6.6 Change of Contract ............................. ...........12 Computation of................................................17.2 Contract Times --definition of,,,,,,,,;,,,,,,,,;;;;,,,,,,,1.12 day, ..................................17.2.2 Milestones..........................................................12 Requirements -- appeals................._........... .. ............9.10, 16 clarifications, claims and disputes..................9.11, 11.2, 12 Commencement of Contract Times,,,,,,,,,,,,,,,, 2.3 Preconstruction Conference ............................. 2.8 schedules ......................................... 2.6, 2.9, 6.6 Starting the Work..........................................14 Title, Warranty of....................................................14.3 Uncovering Work ............. ....................... :....... 13.8-13.9 Underground Facilities, Physical Conditions— definition of.....................:..............................1.41 Not Shown or Indicated,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 4.3.2 protection of ........... ............. ...... ..... :......... 4.3, 6.20 Shown or Indicated .........................................4.3.1 Unit Price Work- claims 11.9.3 definition of ........... .......................... ............ :... J-42 generall L9, 14.1, 14.5 Unit Prices-- generall 1.3.1 Determination for............................„,,.,,,:,,,,...,9.10 Use of Premises........:..:....................6.16, 618, 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 E1CDC GENERAL, CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLIIN MODIFICATIONS (REV 91991 • 0 • Variations in Work --Minor Authorized ........................... .............6,25, 6.27, 9.5 Article or Paragraph Number Visits to Site --by ENGINEER ................................... 9.2 Waiver of Claims --on Final Payment ......................14.15 Waiver of Rights by insured parties..................5.11, 6.11 Warranty and Guarantee, General --by CONTRACTOR ............................................... 6.30 Warranty of Title, CONTRACTORs.......................14.3 Work -- Accessto.......................................:..................1.3.2 byothers.............................................................. 7 Changes in the ...................... ............................. ,10 Continuingthe................................................. 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 .... ..................I..13.14 other Work ............. 7 OWNER May Stop Work ....... ......................... .13.10 OWNER May Suspend Work ,,,,,,,,,,,,,„....J3.10, 15.1 Related Work at Site ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,7.1-7.3 Starting the,_ ... . 2q Stopping by CONTRACTOR.............................1.5.5 Stopping by OWNER .... ....................:...1 Variation and deviation authorized .... 15.1-15.4 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 .............. LI0, 3.5, 5.10,15.12, ...........................6.2, 6.8.2. 6.19, 10.1, 10.4, ... ............ ......... ....1,1.2, 12.1, 13.12.2, 14.7.2 Written Clarifications and lnterprctaticros.. ....................... .......... 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 E1CDC GENLRAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS NIODIFICA77ONS (REV 9199) 7095 East Harmony Road Bridge Replacement Bid Schedule Addendum 1 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT COST TOTAL 202-00000 CLEARING AND GRUBBING LS 1 202-00010 REMOVAL OF TREE EA 1 202-00035 REMOVAL OF PIPE 18 INCH CSP LF 250 202-00037 REMOVAL OF END SECTION 18" CSP EA 2 202-00210 REMOVAL OF CONCRETE PAVEMENT SY 23 202-00220 REMOVAL OF ASPHALT MAT SY 5,633 202-00220 REMOVAL OF ASPHALT MAT DETOUR PAVEMENT SY 560 202-00240 REMOVAL OF ASPHALT MAT PLANING SY 4,095 202-00250 REMOVAL OF PAVEMENT MARKINGS LANE LINES AND SYMBOLS LS 1 202-00400 REMOVAL OF BRIDGE LS 1 202-00495 REMOVAL OF PORTIONS OF PRESENT STRUCTURE BOX CULVERT LS 1 203-00000 UNCLASSIFIED EXCAVATION COMPLETE IN PLACE CY 8,037 203-00040 UNCLASSIFIED EXCAVATION SPECIAL WASTE CY 4,217 203-01500 BLADING HR 44 203-01510 BACKHOE HR 40 206-00000 STRUCTURE EXCAVATION CY 1,528 206-00100 STRUCTURAL BACKFILL CLASS 1 CY 947 206-00200 STRUCTURAL BACKFILL CLASS 2 CY 227 206-01781 SHORING AREA 1 LS 1 206-01782 SHORING AREA 2 LS 1 207-00205 TOPSOIL STOCKPILE AND REDISTRIBUTE CY 1,600 208-00002 EROSION LOG 12 INCH LF 200 208-00010 EROSION BALES WEED FREE EA 200 208-00020 SILT FENCE LF 1,300 208-00045 CONCRETE WASHOUT STRUCTURE EA 1 208-00050 STORM DRAIN INLET PROTECTION EA 4 208-00070 STABILIZED CONSTRUCTION ENTRANCE EA 2 208-00100 SEDIMENT REMOVAL AND DISPOSAL LS 1 208-00206 EROSION CONTROL SUPERVISOR HR 120 210-00010 RESET MAILBOX STRUCTURE EA 1 210-00015 RESET END SECTION 18 INCH RCP EA 1 210-04015 MODIFY MANHOLE CONVERT TYPE C INLET TO MANHOLE EA 1 211-03005 DEWATERING LS 1 212-00032 SOIL CONDITIONING ACRE 3 213-00002 MULCHING WEED FREE HAY ACRE 3 216-00006 SEEDING NATIVE ACRE 3 216-00042 SOIL RETENTION BLANKET BIODEGRADABLE STRAW/COCONUT SY 2,235 304-06000 AGGREGATE BASE COURSE Class 6 TN 4,304 403-33721 HOT MIX ASPHALT GRADING S 100 PG 64-28 MODIFIED BINDER TN 1,525 xvi ('Phis page left blank intentionally) 0 EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS h1ODIFICATIONS (REV 9/99) • • GENERAL CONDMONS ARTICLE 1--DEFINITIONS Wherever used tit these General Conditions or tit the other Contract Documerts the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1_1, AddendaWritten .: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 parttlieieof'as provideidtherein. 1.3. Application for Payment —The form accepted by ENGINEER which is to be used by 'CONTRACTOR in requesting progress or final payments and which is to be accompamed by such supporting documentation as is required by the. Contract Documents. 1.4. Asbestos --Airy material that contains more than one percent asbestos and is friable. or is releasing asbestos fibers into the air above current action levels establAM by the United States Occupational Safety and Health Administration. 1.5. Bid —The offer or proposal of thebidder submitted on the, prescribed form setting forth the prices for the Work Ito be performed. 1-6. Bidding Docrmrents—The advertisement or invitation to Bid lnshvctions to bidders,.the Bid form, and the proposed Contract Documents`(including all Addenda issited'prior to receipt of Bids). I.T. Bidding Regtdrements--The advertisement or invitationto Bid, instructions to bidders„and'the Bid form. I X Bonds.=Perfbrmance and Payment bonds and other instruments of security. 1.9. Charge Order —A document recommended by ENGINEER, which is signed by CONTRACTOR and OWNER and authorizesanaddition. deletion or revision in the Work, or an adjustment in the Contract Price or the ContractTimes, 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 Piacced, the Bouts, these General Conditions; the Supplementary Conditions, the Specifications and the Drawings as the EJCDC OENEM CONDMoNS 191" (199G E(6tiao) W1 CITY OF FORT COLUNS MODIFICATIONS (REN 4/2000) 0 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 46c ,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 42:1 and 4.2.2 are not Contract Documents. 1.11. Contract Price -The moneys payable by OWNER to CONTRACTOMor completion of the Work in accordance with the Contract Documents as stated in the ' Agreement (subject to :the ,provisions of paragraph 11.93 in the case of Unit Price Work). 1.12: Contract Times —The numbers of days or the dates stated in the Agreement; O .tn 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 pr accordance with parttgreph 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. Docum ents, or has been damaged prior to ENGINEER's. recommendation of finial paymenu (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 famished and performed by CONTRACTOR and which have been prepared orapproved by ENGINEER and"are referred to in die 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. ENGIArEER's Constdtant=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 mirror 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 120, General Requirements —Sections of Division 1 of the Specifications. 1.21. Hazardous. Il'aste—The term Hazardous Waste shall have the meaning provided in Section'1064 of the Solid Wage Disposal Act (42 U.SC Section 6903) as amended from time.to time: 1.22.a. Laws and Regulations;. Lanw 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. Leal Holidm's--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 rchting to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25. Nolice of A.wardl 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. Arotice to. Proceed —A written notice given by OWNER to CONTRACTOR (with.a copy to ENGINEER) fixing the date on which the Contract Times will commc nce.to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. 1.27. OIYNER—The, public body or authority. corporation, association, firm or person with whom CONTRACTOR hits 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 L29. PCBs —Polychlorinated biphenyls. 1,30. Petroleuan—Petroleum, including crude oil or any fraction thereof which is liquid at standard ccriditions 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 flazardous 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 byprodtirct material as defined by the Atomic Energy Act of HJCDC.OhT'ERAL CONDITIONS 1910-8 (1990 Edition) wt CITYOFFORT COLLINS MODIFICATIONS (REV 4r2000) 1954 (42 USC Section 20.11. et seq.) as amended from time to time. 1.32.b. Rertular Workm Hours -Regular working hours are defined as 7:00am to 6:UCry>ttt unless otherwise specified in the General Requirements. 133. Resident Project Representative —The, authorized representative of ENOINEER 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 Drauings--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 portionofthe Work. 1.36. Spec cations —Those portions of the Contract Documents consisting of written technical dc,F��n�ipptions 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 gait 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 untended: or if no such certificate is issued, when the Work is complete and ready for feral payment as evidenced by ENGINEER's written recommendation of fuial 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'orsupplements these General Conditions. 1.40. Supplier A manufacturer; fabricator, supplier, distributor, inaterialman or vendor having a direct contract with CONTRACTOR or udth any Subcontractor to furnish materials or equipment to be. incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41. Unclergrowid Facilities —All pipelines: conduits, ducts cables wires manholes, vaults, :tanks, tunnels or other such facilities. or attachments, and any.eitcasements containing such facilities which ` have been installed underground to furnish any of the following services or • 9 0 0 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. Uhit.Price {York -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 furnisheed under the Contract Documents. Work includes and is tire..result 'gf "performing or furnishing labor and furnishing and incorporating materials am; quiphient into the construction, and performing or furnishing services and furnishing documents, all as required b Documents. y the Contract 1.44. Work Ciwnge 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 to the Work ar responding to differing. or unforeseen physical conditions under -which the Work is to be performed as provided in paragraph 4l or 4.3 or to emergencies under paragraph623. A Work Change Directive will not change_ & Contract Price or the Contract Times, bur is evidence drat the parties expect that the change directed or documented by aWork Change Directivewill 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 Anterrcfitrent A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on br after the Effective Date of the Agreement and normally dealing .with the' nonettgincering or -nontechnical rather than .strict ly construction -related aspects of the Contract Documents. ARTICLE2—PRELIMINARY MATTERS De6veryofBontls 2.1. When CONTRACTOR delivers the executed Agreements. to OWNER, CONTRACTOR shall also deliver to OWNER such Bowls as CONTRACTOR may be required to famish in accordance with paragraph 5.1. Copies ofDocunrent v 12. OWNER shah fumishto.CONTRAC TOR up to ten copies (unless otherwise specified in the 'Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Times; Notice to Proceed• 2:3. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement, or, EJCDC OENERAI. CONDITIONS 1910-8 (1990 E(6ticn) w/ CITY OF FORT COLLINS MODIFICATIONS (REIN 4/2000) 0 if a Notice to: Proceed is given, on the day indicated in the Notice to Proceed. A Notice lei Proceed may be given at any time within thirty days after the Effective Date of the Agreemen i ,, t:.,.R Qi •�..; r... ti. times t n ,ow�� e€$id•iipening-EFtlte-thirtieth-day=efrer=tire-Fffeet+ve•13ete agtite�reetnertk-whie}nwei-date-tsesrlier. Starting the Work. 2:4. CONTRACTOR shall start. to perform the Work on the date when the Contract Times comrnence`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 Constradion: 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 ENGTNEER,before' proceeding with an , 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 aft Ahe Effective Date of the Agreement (unless othcnvisc..specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 26.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any.Ivlilestones:speciGed in the Contract Documents; 2.6.2. a preliminary schedule. of,Shop Drawing and Sample submittals which will Nisi each rV9uired 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 E�+::ineer. 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 constructio7ri Such prices will include an appropriate amount of overhead and profit:applicable to each item of Work. 2.7. Before any Work at the site is started, coN TRACTOR and CAW shall eseh deliver to the Sow, OWNER with copies to . ENGINEER certificates bf insurance (and _ other. evidence of insurance Feasenably —request requested by OWNER) which CONTRACT OR is required to purchase a_ttd maintain in accordance with paragraphs 5 4-36 ntxl... . Preconwwction Conference. 2.8. Within twenty days after the Contract Times start to nm, but before any Work akthe site is started, a conference attended,by CONTRACTOR, .ENGINEER and others as Maopriate will . be held to establish a working rstanding 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 Apo for Payment and maintaining required records. lnidWly,Accepiable Schedules• 2.9. Unless otherwise provided in a conference attended by CONTRACTOR, ENGINEER and others as appr dcsi agn teri 1 y 0MI R will be held to review orf a, bility to ENGINEER as.provided below the schedules submitted in accordance with CONTRACTOR shalfhave 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 Mlestones and the Contract T imes, 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, AMENMING, 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 COND111ONS 1910-8 (1990 E(fition) w/ CITY OF FORT COLLIM MODIFICATIONS (REV 4/1000) deson cribe a functionally complete Project (or part thereof) to; be cstructed 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 perfoaned 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 andinteipretations.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 Resohing 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 timc of opening of Bids (or, on the Effective' Date of the Agreement if there wore no Bids), except as may be otherwise specifically stated in the ConiractDocuments. 3.3.2. 1C 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 instructionof any Supplier referred to inparagraph 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 authorised by paragraph 6.�) 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 OWNTER or ENGINEER for failure to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR ]anew or reasonably should have known thereof. s 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 betweenthe provisions of the Contract Documents and: 3.3.3.1. the provisions of any such standard, specification, manual, cc& or instruction (whether or not specifically incorporated by reference in the Conimct Documents);.or 0 0 r� • • 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 prrnons of the Conira't Documents would result m violation ofsucli Law or Regulation). No provision of any such .standard, specification, manual, code or iiistruction`"I be''effective to change the duties and _ responsitrilities of OWNER, CONTRACTOR or I.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, FhiGINEER or arty of ENGINFER's Consultants, agents or employ ees.any fluty or authority"to supervise or direct the furnishing or performance of the Work or any duty or authority 10 undertake responsibility inconsistent: with the provisions of paragraph 9.13 or any other provision of the Contract Documentt. 3.4. Whenever in the. Contract Documents the terms "as ordered", "as directed", "as required" "as allowed", "as approved" or terms -of like effector 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 of 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 Conbact Documents: 3.5.. The 'Contract Documents may be amended to provide for additions, deleiioiis 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) EJCDC GENERAL. CONDITI OTIZ 1910-8 (1990 E(ition) a/ 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: 3.61. A Field Order (pursuant to paragraph 9.51 3.6:2. ENGINEER'S approval of a Shop Drawing or Sample (pursuant io piaraa aphs 6.26 and 6.27), or 3.6.3. ENGINEER's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of Documents: 3 T 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 1.acquire any title to or own crsh1�p rights in any, of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEF,Rs Coniultari and (n) shall not reusc; arty of such Drawings, Specification§; other document§ or eoplcs on extensions of the project or any oilier.project without written consent.of OWNER and ENGINEER and specific written verificatio.n or adaptation by ENGINEER ARTICLE 4.-AVA ABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Auailabi6ly oftands: 4.1. OWNER shall furnish as indicated in the Contract Documents, "the lands upon which t. e" Work is to be performed, rights-of=way and easements for access thereto, and such other lands which are designated for the VwNEK shall identity any encumbrances or restrictions not'4 general application but specificallyrelated'to use of lands so furnished -with which CONTRACTOR will have to comply in performing the Work. Easements for permanent ,structures or permanent than in existing facihtres; 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 Conract Price'or the Contract Times as a result of any delay in .OWNER's furnishing 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 Conditians• 4.11. Reports and Draicings: Reference is made to the Supplementary Conditions for identification of 4.2.1.1. Subsurface Conditions: Those reports of explorationsand 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. 4.22. Limited Refiancz by, CONTRACTOR Authorized' Technical Data: C.OM'RACTOR may. rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports And ;drawingIs are not Contract Dooumeriis. 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 claitn'againstOWNER ENGINEER or any of ENGINEER's Consultants %kith 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 4.2.212. other data, interpretaticr s% opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR iriierpre_tation of or conclusion drawn Fran any "technical data" or any such data, interpretations; opinions or information 4.2.3. Notice ;of Diff u Subsud*e .or Physical Conilitigns. 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 mature as 10 require a change in the Contract Documents, or 4.2.33. differs materially from that shown or EJCDC GEvU AI. COND111ONS 1910-8 (1990 Edition) a•/ CITY OF FORT COLL NS MODIFICATIONS (REV 4T000) 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; preinp4- immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing ariy""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 fin-ther.dishub such.conditions or perform any Work in connection therewith .(except as aforesaid) until receipt of written order to do so. 4.2.4. ENGMEER's Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER s obtaining additional exploration or tests with respect'thereto arid.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 Ahc Contract Documents: is required as a result of a condiiion.thatmeet-, one .or more of the categories in paragraph 4:2.3, a Work Changge Directive or a Change Order will. be issued as prov.ided in Antic►e 10 to reflect ,and document the consequences of such change. 4.2.6. Possible Price and Times Ad ustntents: An equitable adliistml nt .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 increaseor decrease in CONTRACTOR's cost of or time required for performance ol:.the Work; subject, however, to thefollowing: 4.2.6.1. such condition" must meet any one 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_ withrespect to Work that is paid for on a Unit Price Basis, any adjustmeni in Contract Price will be subject to the provisions of paragraphs 9. 10 and 11.9;,and 4.2.6.4. CONTRACTOR shall not be entitled to.any adjustment in the Contract Price of Times if; 4.2.6.4.1. CONTRACTOR knew of the existence. of such conditions at the time CONI TRAM'OR made a final commitment to ONAVER in respect of Contract Price and Contract Times by the • 0 LJ • • submission of a bid or becoming bound under s 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 examimtion, 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 4.2:6A 3. C,ONTRAC'TOR failed to giy@;the written notice within the time and as requaed.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 adi4shrient 'in . the Contract Price or .Contract Times; a claim may be made therefor as provided in Articles. 11 and 12. 'However, OWNER, ENGINEER and ENGMP,R's Consultants shall not be liable to CONTRACTOR for any claims, costs, lasses or'damages sustained by`CONTRACTOR on or in connection with any other project or anticipated project 4.3. Pht'sical.Coriddons-=Underground Facilities. 4.3.1. Shown orindicaM,& The information and data showri.or indicited m the Contract Documents with respect to. .existing .,Underground Facilities at or contrguousto 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 ofall of the.following will be included in the Contract Price aWd CONTRACTOR shall have full respohsibility for: (i} reviewing and checking all such rnfohnatiort and data, (ii) locating all Underground Facilities shown 'or indicated in the Contract Doeuments,(iii) coordination of the Work with the owners of such Underground Facilities during ,construction; and (iv) the safety and protection _ of all such Undergiotuid: Facilities as. provided in 'paragraph 6.20 and repairing any damage theretoresulting .Jront the Work. 4.3.2. Not Shdwri or1n&cated.If.an Underground Facility is uncovered'or revealed at or contiguous to the site which was not shovtm or indicated in the 'Contract Documents. CONTRACTORshall, prempoy immediately after becoming aware. thereof and before further disturbing conditions affected thereby or Performing any Work in connection therewith (except in an emergency as required by paragraph 6.23), identify the owner of such Underground Facility and EJCDC GENERAL CONDITTONS 1910.8 (1990 Edfion) nl CITY OF FORT COLLINS MODIFICATIONS ( REV 412000) give. written notice to that owner and to OWNER and ENGINEER ENGINEER will promptly review the Underground Facility and. detennine the extent, if any, to which a change is require&in the Contract Documents is required. a Work Change Directive or a Change Oder will be` -issued as provided_'in Article 10 t.d reflect and, document_ such consequences. During such time CONTRACTOR shall. be responsible for the, safety and protection of such Underground Facility: as provided :in paragraph610. CONTRACTOR shall maybe allowed an 'increase in the Contract Price or an extension of the Contract Times,_or, both,. to the extent that they.arq attributable to the e.Ytstdice:of any Underground Facility that was riot shown or:.indicited in. the Contract Documents and that CONTRACTOR slid not know of aryl could not reasonably have been ted to be aware of: or to have anticipated If OWN R and CONTRACTOR are unable to egee on entitlemeiitto or the amount or length of .any : such adjustment in Contract Price or Contract Times, CONTRACTOR may make a claim therefor as provided. in Articles 1 l and 12. However, OWNER,,ENGINEER and ENGINEF,R'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 projector anticipated project. Reference Points. 4:4. OWNER shall provide engineering. surveys to establish reference: points for construction which in EIVGINEER's judgment are necess, 'to enable CONTRACTOk. to proceed with the Work. CONTRACTOR. shall be responsible' for„layutg out the Work, shall protect;and preserve the established reference points arid. Z11 make no changes or.relocatiow without the prior"written approval bf OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point is lost .or. destroyed or requires reloeatiort because of necessary changes in grades or, locations; and shall be responsible, for rite accurate. replacement: or relocation of such reference points by professionally qualified personnel. 4.5. Asbestos,. PCBs, Petroleum, Hazardous llraste or Radioactive Material; 4.5.1. OWNER shall. be resporsible 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 whkhmay 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 Suppppliers or anyone else for whom CONTRACTOR is responsible_ R-1ulatie19V4'#F2—skttrli-indatnrti€}L end —held harMkSS C---#tA--i9I2 U"beontractorsc <eaFs—dirasters�aittployae rF eerrs+iltanis-end-suboontrastoFsr-of-each-arid=any-of not iiwnded J EJCDCOEN U1 CONDITIONS 1910-8 (1990 EgAtim) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) • ARTICLES -BONDS AND LNWURANCE Performance, Payment and Other Bonds- 5.1. CONTRACTOR shall punish Performance and Payment Bonds, each in an amount at least equal to the Contract Priceas 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 yearafter 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 SupplcmentaryConditions. All Bonds shallbe M`the form piescnl ed 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. Holdinngg Certificates of Authority,as Acceptable Sureties on Federal Bonds and as Acceptable Reinnlring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Goverment Financial Operations; U.S. Treasury Department All Bonds signed, by an agent must be accompanied by a c"fed copy of such agents authority to act. 5.2... If ,the surety on , any , Bond fiunished by CONTRACTOR is declared a bankrupt or becomes insolvent or its 6ght.to do business is terminated in any state where any part of the Project 1s located or it ceases to meet the _requircments of paragraph 5 1,'CONTRACTOR shall within ten days thcreatter substitute another Bond and surety, both of which must be acceptable to OWNER • U. Licensed Sare>ies and Insurers; Certificates of insurance. 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or.CONTRACTOR shall be obtained from surety or insurance compares that are duly licensed or authorized in the jurisdiction in which the Project is7ocated.to issue Bonds -or insurance policies for the limits aiul coverages so required Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary' Conditions. 53.2. CONTRACTOR shall deliver to OWNER, with copies.to`each additional insured identified in the Supplementary Conditions; ceitifrcates of insurance (and other evidence- of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in, accordatioe' with patagraph 5.4. 9�l ER —shall 0 • • 0 CONTR`l CTOR'sLiabifily Insurance: 5A. CONTRACTOR shall purchase and maintain such liability and other insurance as' is appcopiiate for the Work being performed.. and furnished.. and as will pxovide 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 ftrrmshed by CONTRACTOR arty Subcontractor or' Supple; or by anyone directly or indtrectlyemployed by any of diem to perform or fumish 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'§ employees; ,AJ. claims for damages because of bodily injury, sickness.ordisease; or death of any person other than CONTRACfOR's employecs;: 3:4 4-eleiins-fiiFderttegzs-insEired-by-eustomsry edxr-reaser� 5.4.5. claims for damages, other than to the Work itself: because of injury to,.or destruction of tangible proeeety 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 lability), OWNER. ENGINEER: ENGINEERs 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 epctive 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 liabiriity provided in the Supplementary Conditions or required by Laws or Regulations:whichcver is greater, 5.4:9: include completed operations'insurance; MI)C OLNERAL CONDITIONS 191" (1990 Edition) a7 CITY OF FORT COLLINS MODIFICATIONS (REV 412000) 5.4.10. include contractual liability insurance covering CONTRACTOWs indemnity .obligations under paragraphs. 6a 2. 6.'16 and 6.31 through 6.33, 5.4.11. contain a provision or endorsement that the overage afforded will_ not be cancelled, materially changed or ieneval refused until at least thirty days' prior .written notice has been given to Oli/NER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of.iiuurance has been issued (and the certificates " of insurance fiiinisli'M by the CONTRACTOR pursuant to paragraph 53.2 will so provide); 5.4.12. remain in effect at least until foal payment and at all times thereafter when CONTRACTOR may be correcting,, removing or replacing defective Work ifi accordance'with paragraph 13.12;'and 5.4.13. with repect 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 issuW:evidence satisfactory to OWNER and any' such additional insured of continuation of such insurance at final payment and. one year theieafter): OWNER'sVabifiry 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'agamst claims which may arise from Operations under the CoriiractDocuments. Property Insurance. 5-.—I3rtless-ethffwise-provided4n-the-Supplementary C-cartditierts�9�+1£R-shall-purshes�-and-maintain of-true-fill-replacemeFrt-cost-t#tarcof-(subject-to-stteh dedwai ay` --Exeriik�d-is}-the S = regtili by -Laws -and Ragelatiens}:-T+ifs�irnce-sf�ll= 3 ti-1---itea:uda ti+c iriterb-- of-QWNBR pmens or efttities-ider�ie�in=tire-Supplerttenter�onditiorrs, eaelre!•=whemis�eemed=te�}rsve-en=ifiscxsble-interest ends#rall-be-lisEen�as�rr-iitsiired�or-additiofral-iirsured; 3 z -be-written on-e-l3riildes's-R4sk "all-ns0--m less e-F the Nlewing -perils• fire, 1i-,h i e�Aertded • • • 7095 East Harmony Road Bridge Replacement Bid Schedule Addendum 1 403-34721 HOT MIX ASPHALT GRADING SG 100 PG 64-22 TN 3,093 403-34821 HOT MIX ASPHALT GRADING SX 100 PG 58-28 WEDGE & LEVEL TN 90 503-00024 DRILLED CAISSON 24INCH LF 220 506-00209 RIPRAP 9INCH CY 4 506-00218 RIPRAP (18 INCH) CY 67 514-00200 PEDESTRIAN RAILING SPECIAL LF 78 515-00120 WATERPROOFING MEMBRANE SY 515 518-01001 BRIDGE EXPANSION JOINT ASPHALTIC PLUG LF 128 601-03040 CONCRETE CLASS D BRIDGE CY 502 601-40005 CUT STONE VENEER SF 132 601-40300 STRUCTURAL CONCRETE COATING SY 215 602-00020 REINFORCING STEEL EPDXY COATED LB 81,668 603-01185 18 INCH REINFORCED CONCRETE PIPE CL III COMPLETE IN PLACE LF 20 603-10180 18 INCH CORRUGATED STEEL PIPE LF 475 603-30180 18 INCH STEEL END SECTION EA 2 604-30005 MANHOLE SLAB BASE 5 FOOT EA 1 604-00305 INLET TYPE C 5 FOOT EA 1 606-01370 TRANSITION TYPE 3G EA 2 606-02005 END ANCHORAGE FLARED EA 2 606-10200 IMPACT ATTENUATOR SPECIAL EA 1 606-10805 BRIDGE RAIL TYPE 8 SPECIAL LF 152 607-11525 FENCE PLASTIC LF 500 608-00010 CONCRETE CURB RAMP SY 22 609-21020 CURB AND GUTTER TYPE 2 SECTION II-B LF 80 609-60011 CURB TYPE 6 SECTION M LF 480 613-00300 3 INCH ELECTRICAL CONDUIT LF 385 614-00011 SIGN PANEL CLASS I SF 14 614-00012 SIGN PANEL CLASS II SF 55 614-00216 STEEL SIGN POST 2X2 INCH TUBING LF 224 618-01992 PRESTRESSED CONCRETE BOX DEPTH LESS THAN 32 INCHES SF 890 620-00020 SANITARY FACILITY EA 2 626-00000 . MOBILIZATION L S 1 627-00004 EPDXY PAVEMENT MARKING GAL 185 627-30105 PAVEMENT MARKING SYMBOL EPDXY WHITE SF 376 630-00000 CONSTRUCTION ZONE TRAFFIC CONTROL LS 1 TOTAL BID COST g TOTAL BID COST IN WORDS: eovercage-theft-�clndslisnt-erxt-malicious-ntisehiaf; 3:G:3.-ineluFk-e:�parisas--irieurrrd--in-thz-repair-�x Faplecement-of-®ny-ir�red-pi�r#�� fineluilin„�-lit-net arehitects); er-et=snet�ter-leee€ion-that-was-iigreed-to-iii-wF�tingbr: GMINEn prioF to beiso ,va i iv a. and e0i*em have bee ineladed-ira an ?rp�} ll#E�ii;;-atrl -5.6A be maintained in a ent-i5 in�in. �n�';rr�.�'i��r•nD :,::;i rr.Tiirnicrn .,:�i; tten.notWe to o ^•her-sdditiensl issued- iee es-may-Ua FaquiFixl4iy-4he-SupplementaFy-Gonditiorl_s-eF r i9�daa2tted-Ee-ltal`e-aft-ET�'ki!f4?$1C-tnicrc"3cuiacrsrau-w-ss5£CEt-&3 b and mairito-ineA-by-0L1�Fi�tit-ascordarice-wit�t-pe�agrephs _�:t cor'arega-eifurwill-nii>-ba-seneel�ed-or=e�nterislly shenoed-car=renewW4efits4. htil=et-least-thirty-days'-prier �witten-natiee-has-been-giv... . t-9VA4E-R—end wham-s-eartif+sate-obi r�;u ranee-has-baen-rued-and-will contain waiveF—proKisiorLs-ut—easordenee -with 5.9. OWNER shall not be responsible for purchasing and maintaining any property iruurance to .protect the interests of, CONTRACTOR. Subcontractors or others in �.l 0-�'�91�R•46'FOR-Fctquests>in-writirig-draFothe� f haaga-mmendrapw. kiar to EJCDC GENERAL CONDITIONS 1910.8 (1990 Edition) 10 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) commensemant-ei-rite-LVoFket-Hier-site; t3�+r�FER-shall-in �Onstitt9iit.9-and-at4-Ot#IaF-peFsons-eF-entltieS-identHiad m�eh--wes�er-Wray-llsve-t��-t#�e--pEoeeeds-o€ e held by nMnrr.•o ., ts'q ,,.I.,.....:.... pei�abla`artdaF-arty-Polic}`ss-i�ued:.- against G'0'1 R-AGT �- ems- I . - mstom, nd the effieeFs,-direeteFs,-empleyeas-and-agents-oFafty-of tliani-foF of-use-or-�iher-eortsegeantml-Toss-e4•tend+ng t+eyorid-dire6t-physiea!-loss,--e�danaege-to aFisiFig-eat-e�oFresliku�g-€ioitrflre-o>-otlieF-paFi3; whethaF-oFnot-iFisuredhy-mod 3-1-IY'`: less-oF-�niaga--to-the-con3pletad ef of FCStf}tif7g�fiOlfYflfa-0F9E�iCF-ii15tYCFi-�CIii-CiiYCFCd On thm .d4lFli't V . pera sPh F lA- &"-SubAwAial-Eompletion guFsu t4-p—gmo 14:s-er-e4ieF-frnal-psyment _ .. ' '. ppavisio,,men-dtrs � event „f :. of ;.a. 1:..... ,ie.....,.e 0 Gare'equential less the kmmers will have Re rights G 11 is • 0 reseve�egeinsF-any-�,f-eDPrFRAGFe�Subeo,to� Receipt and Application `of Insurance Plroceedc- 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 patagiaph 5 13. OWNER shall. deposit in a separate account any money so received,. and shall distribute it in accordance with such agreement as the parties in interest may reach If no other special agreement is reached the damaged Work shall be repaired or'replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate -Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and -settle 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 setilement'with the insurervinaccordance 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 aRA tnteda: "foF the Acceptance of Bonds and insurance; Option to Replace: 5:14.. If OWNER has any "objection'to the coverage afforded by or other provisions of the 33onids-er insurance required to be purchased !and maintained, by the eF}ter--part+ CONTRACTOR in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Partial Utilization-PropeHy.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 (19W H(fition) 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.occupency shall commence before the insurers providing the propertyinsurance have acknowledges 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 Superiision andSuperintendence. 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 thens mea methods, techniques, sequences and procedures of conswctiori but CONTRACTOR shAlnot be responsible for the negligence &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 we that the completed Work complies accurately with the Contract Document& 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shallnot be, replaced, without written notice to OWNER :and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's re.1 eseirtative at the site and shall have authorityto act on behalf of CONTRACTOR All communications to the superintendent shall be as binding as ifgiven to CONTRACTOR - Labor, Maferialsand.Equipment. 6.3. CONTRACTOR shall provide competent, suitably qualified. personnel to survey, lay out and construct the Work as, required by the Contract Document's: CONTRACTOR shall at all tunes:maintain good disci line and-oder at the site Except -as otherwise required far the safety or protection .of'persons or the Work or property arthe 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 alien prior written notice to ENGINEER. CONTRACTOR shalhsubmit reouests to the ]TG)NEER no less than 48 hours in'.advahce-of any Work to be performed on :Saturday. Sunday:' Holidays or outside the Reettlar 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, telephgne,.water, sanitary facilities, temporary facilities and all other facilities, and incidentals necessary .for the furnishing, perfomrance, testing, start-up and completion of the Work. 6.4.1. Purchasine Restrictions: CONTRAC OR 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 Management Division or the City Clerk's office. 6.4:2. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers, of cement or products containing cement to certify that the cement was not made in cement kilns that bum barardous 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 henefit 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,& 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 paragraph 2.9) proposed adjustments in the progress schedule that will not change the Contract Times (or Milestones). Such adjustments will conform generally to the progress schedule then,in, effect and additionally will comply' with any provisions. of the General Requirements applicable thereto. 6.6.2. Proposed adjustments.in the progress schedule that will change ;the Contract Times (or.Ivfilestones) 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. Subsi tutesand "Or -Equal" Refits: 6.7.1. Whenever an item of material or equipment is specified or described iri the Contract Documents by using the name of a proprietary item or the name of a jianicular Supplier, the spectfication.or description is intended to establish the type; function and quality required Unless the specification or description EJCDC OEN'ERAL CONDITI OM 191" (1990 E(brion) wl CITY OF FORT COLLIN5 MODIFICATIONS (REV a2000) 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 followinc circumstances: 6.7.1.1. VrEgttal If. in ENIGINEER'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 willbe 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 of proposed substitute item' . 6.7.1.2. SubsiRide ltems: if in INGINEER's sole discretion an item of material or equipment proposed by.CONTRACTOR does not qualify as an "or -equal" item under.subpamgmph 6.7,1.1, it will be considered, a. proposed substitute item, CONTRACTOR shall submit sufficient information as provided below to allow ENGNEER to determine that the item of material or equipment proposed is essentially equivalent to that tamed and an acceptable..substitute therefor. The procedure for review by the ENGINEER will include the following as suppPlemented in the General Requirements and m ENGINEER may decide 'is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGTNEER from anyone other than CONTRACTOR If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first, make written application to ENGINEM for acceptance thereof,.cen6ing that the proposed substitute will perform adequately the functions and achiei,e the results called, for by the, general design; be similar in substance to that specified and be suited to the same use as that specified. The, application will state the extent, if any, to. which the evaluation and ace'eptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion an 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 ornot incorporation. or use of the. substitute in connection with the Work is subjeet.to payment.of._any license fee or royalty. All variations of the proposed stibstituie. Goa 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 • 0 40 0 • 0 by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional 'data about the proposed substitute. 6:7.13: CONTRACTOR'S Expense: All data'to be provided by CONTRACTOR in support of any proposed " or -equal" or substitute item will be at CONTRACTOR's'expense: 6.7.2, Substitute Construction Methods or Procedures: If a specific 'means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may famish or utilize a substitute means; method, technique, sequence or procedure of.construetion acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's'sole-discretion, to determine that the substitute proposed is, equivalent to that expressly called for by the ContractDocuments. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3: Engineer's Evaluation ENGINEER will .be allowed a reasonable time within which to evaluate each proposal or submittal made, pursuant to paragraphs.6.7:1:2 and 6.7.2. ENGINEER will be the sole judge of acceptability, No "or -equal" or substitute will be ordered, installed or utilized without ENGrINEER's prior Writtcn acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to fumish at CONTRACTOR's expense a special performance guarantee or other surety with respect to ,any `'or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in 'making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on' the Project) occasioned thereby. Whether or not: ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR; CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 6 8. Concerning Subcontractors, Suppliers and Others: 6:8.1. CONTRACTOR shall not employ any Subcontractor; Supplier or other person,or organization (including those acceptable to 'OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a. substitute; against whom OWNER or ENGINEER may have reasonable objection CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other persoitor organization to famish or perform any of the Work against whom CONTRACTOR has reasonable objection. EJCDc GENERAL CommotaS 1910-8 (1990 Edtim) w/ aTY OF FORT COLLINS MODIFICATIONS (RJ V 42000) 6_9. CONTRACTOR .shall perform not less than 20 percent of the Work with its own forces (that is, without subconkac mo The 2 0 percent requirement shall be understood to refer to the Work the value of which totals not less than20 percent of the Contract Price. 68.2. lfnt a- uppkin ntapf—Conditions Bidding Documents require the 'identity of certain Subcontractors, Suppliers or other persons or organizations (including those who.are to furnish the Odncipal items of materials or equipment) to be submitted to OWNER in -advance -of -the -specified date prior to the. Effective Date of the Agreement for acceptance by OWNER and ENGINEER-ead—if OWNER'S or ENGINEER's acceptance (either in writing or byfailing to make written`objection thereto by thi date indicated for acceptance or objection in the bidding documents or the Contract Documents) of ENGINEER. - No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person oz ganization shall constitute a waiver of.any'right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER' for all acts and omissions Of the Subcontractors, Suppliers and other persons and organizations performing or furnishing:.any: of.the Work under a direct or indiiect contract. with CONTRACTOR just. as ,CONTRACTOR is responsible for 'CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or or gatnvatrort any contractual relationship between OWNER or ENGINEER and any such Subcontractor,`Supplier or other person. or organization,. nor shall it create any obligation on the part of OWNER or ENGINEER to pay, onto see to the payment of any moneys due any such Subcontractor, Supplier' or other person or organization except asmay otherwise be required by 6.9.2. CONTRACTOR shall be solely responsible fir 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 ENGIN=R through CONTRACTOR 6,14. 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 app_,ropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subco`iitractor or Supplier to the applicable terms and conditions of the :Contract Documents for the benefit of OWNER and ENGNEER is listed fis an. 0.0graphs:5.6 0 3..7, die —Agreement between—tr' CO1�FRIGTOR and-il;tiiicorttraetur-or-supplier-will waives--0:l--ri +in.�o rnli•ru�E�� d-diti flris" , tls-eever� ibis the�Jork--1:€-the-insetrzrs-ou-any-5ush-pol isles -require I PP 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 ajtd Regulations, CONTRACTOR .shall 'indemnify and hold harmless O NI EIR, ENGHSTMR, ENGTNEER's Consultants and the officers, directors, employees; agents and other consultants of each and any.of.thein from and 'against aq claims, costs, losses and damages arising.out of or resulting from any ii ingement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the in in the Work of any, invention, design, process; product or device not specified in the Contract Documents. EXDC GEMRAL CONDMOM 1910-9 (1990 Edition) w! CITY OF FORT COLLI N5 MODIFICATIONS (REV 4f2000) Pemlits' 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.licenscs. 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 Wort, 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 furrilshuig and performance of the Work: Except where otherwise expressly required by. applicable Laws and Regulations; neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR•s compliance with any Laws or Regulations. 6.14.2). Tf 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. CONTRACTOWs primary responsibility to make certain that the Specifications and.Draw•ings 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. Address: Colorado Department of Revenue State Capital Annex • • 0 0 0 0 1375 Sherman Street Denver: Colorado, 80261 Sales and Use Tares for the State of Colorado. Regional Transmi-tatibn'District (RTD) and certain Colorado counties are collected by the State of Colorado and are included in the Certification A Exemption. All applicable Sales and Use Taxes (inc ludin, State collected tare§); on any items other than coitstruetion and buildirie materials physically iricdr Rgrated into the o ect are to'be'' id by CONTRACTOR and are to included in appropriate bid items. Use of Premises• .6.16. CONTRACTOR shall confine construction equipment; the storage of'materials and equipment and the mreons of workers to the site and "land and areas fied in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rightswof 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 airy 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 perfornance'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, ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claiins; 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 CONTRACTOWs performance of the Work. 6.17. During the progress of the Work.. CONTRACTOR shall. keep the premises free 'from. accu_ mutations 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 acid surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not loan nor permit any part of :any structure to be loaded in _arry 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: EXDC GENERAL CONDITIONS 19I0-8 (1990 E(tition) al m y OF FORT COLLINS MODIFICATIONS (REV 4r2000) 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 parag*aPh 9.4.) in good odder and annotated to'shbw 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 WoFk and prior to release of final avinent; these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWN E2 Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating maitStaiiung and supavising all safety precautions and programs in connection -with the Work. CONTRACTOR shall take all necessary precautions for the safetyoC 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 incxirporated 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 thecourse'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.adjicent property and of Linderrggtround Facilities and utility owners when prosecution of.,the, Work may :affect' them, and shall cooperate withthem.inthe 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 ENGINEER's Consultant or anyone employed. by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly,'6 whole or in Pam to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other person or organization directly' or indirectly :employed by any of them). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shallccntihue until such time as all the Work is completed and ENGINEER has issued a 15 notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable (e•�cept as otherwise expressly .provided in connection with Substantial Completion). 6:21. S6felp,Reprewnmrnw: CONTRACTOR shall designate a _ qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the matritaining and supervising of safety precautions and programs. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange ofmaterial 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. F�irergencies• &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 m 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 Drawir= 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 die number of copies' specified to the General Requirements. The data shown on the Shop Drawings will be complete with respect, to quantities, dimemions,.specified performance and design.criteria, materials and similar data to show ENGMEER the materials and.equrpmeni CONTRACTOR prop"oses to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.,26, 6.242. 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. arid. the use for which intended and othemise: as ENGINEER may require to enable ENGINEER to review the submittal for the limited EJCDC GENERAL CONDITIONS 1910-8 (1990 Erbtim) 16 W1 CITY OF FORT COLLI NS MODIF]CATIONS (REV 4J-_00 ) 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 su nUar information with respect thereto, 6.25.1.2. all materials with respect to intended use,fabrication, shipping; dandling, storage, assembly and installation pertaining to the performance, of the Work, land 6.25:1.3. all information relative to CONI TRACTOR's sole responsibilities in respect of means, methods, 'techniques, sequences and procedures of construction and safety precautions arid programs incident thereto, CONTRACTOR . shall also have reviewed and coordinated each Shop Drawing :or. Sample with other Shop Drawings and Samplcs and with the requirements of the Work _ and the Contract Documents. 6.251 Each submittal Will bear a stamp or specific writtenindication 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, it 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 :mouse 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 Drawing's 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 compapble.with the design concept of the completed Project as a functi_mmg whole as indicated by the Contract Documents. ENGINEER's review and approval will not extend to means, methods, techniques, sequcnccs or procedures of construction (except where a particular means, method, technique, sequence or procedure of • 0 0 • • 0 construction is specifically and expressly called for by the Contract Documents) or to:sifety 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 submjuals: 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 lY a specifte written notation thereof incorrated in or'accompanyurg the Shop Drawing or Sample approval; le approval; not will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragaph 6 25.1. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Samplesubmissions accepted by ENGINEER as required by paragraph 2.9, any related Work performed pnor.to FNGINEER's review and approval of the pertinent cubm 11 w(ll be at the sole e*nse 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. CONTRAC'TOR's warranty and guarantee hereunder excludes defects or damage.caused by: 6:30.1.1. ,abuse, modification or improper maintenance or ;operation by persons. other than CONTRACTOR; Subcontractors or Suppliers; or 6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOR's obligation to perform and complete the Wort: in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in EJCDC OENEM CONDITIONS 1910-8 (1990 E(iiim) w CJTY OF FORT COLLINS MODIFICATIONS OtEV d2000) 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. observationsbyENGINEER; 630.2.2. recommendation of any progress or finial payment by ENGINEER; 6:30.2.3. the issuance .of a certificate of Substantial Completion or any payment by OWNER io CONTRACTOR under the Contract Documents, 6.30.2A. use or oocupancy of the Work or any part thereof by OWNER; 6.30.2:5. any acceptance by OWNER or any failure to do so 6.3U 26 any review and approval of a Shop Drawing or Sam I sirbmitfal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13, 6.30.2.7. arty inspection, test or approval by others; or 6.30.2.8. any correction of &fecrive 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 antd.:damages (including, but not limited to, all ,fees and charges of engineers, architects, attorneys and other professionals and all -court or,arbitrati6n or other dispute resolution costs) caused by, arising out of or resulting from th'e performance of the Work; provided thatany 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 pan by any negligent:actor omission -of CONTRACTOR any Subcontractor any Supplier;` airy person ororgaruzation directly 'br indirectly employed by airy of them to perform or'fumisli any'of the Work'or anyone forwhok. acts arty of.them may be Gable, regardless of whetherbr 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 an and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers directors.or emplayces by `any employee (or the survivor or personal representative of such..emplovee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organimtion directly or indirectly employed by 17 any of them to perform or furnish any of the �tiork or anyone far whose ,acts any of them may be liable, the indemnification obligation wider aph 6.31 shall not be limited in any way t any limttaUon an the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or. organization underworkers compensation acts, disability benefit acts or other employee benefit acts. 6.33.. The indemnification obligations of CONTRACTOR under paragraph631 shall not extend to the liability. of ENGINEER and ENGINEER's Consultants, officers, directors, emplovees or agents caused by the professional negligence, errors or omissions of any of them. Suninal. 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-OTHER WORK Related * ork ai Site. 7.1. OWNER may perform other work related to the Project at the site by OWNER's 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)_writien notice thereof will be given to CONTRACTOR prier to staning any such other work and (ii) CONTRACTOR may make a claim .therefor as provided in Articles l 1 and 12 if, CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR.or iequires additional time and the parties are unable to agree as.to:the:amount or extent thereof. 7.2. CONTRACTOR shall' afford each other contractor who is a Party to,such ;a ;direct contract and -each utility owner (and OWNER, if :OWNER: is performing the additional work with OWNER's employees):.proper and safe access to the site and a _reasonable opportunity for the introduction and stcrage.of inaterials and equipment and the execution of such otherwork. 'and`shall properly. connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents. CONTRACTOR shall do all cutting fining and patching of"the.Work that may be requiredto make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating orotherwise altering their work and will only cut or altalheir work with _the written consent of ENGINEER and ihe-'others whose work will be.alfected. The duties and .rct�biGrics of GOIIlR4CfOR under this paragraph are fo{ the lierteGi of such utility owners and other contractors to the extent that there are comparable EJCDC GE:NERAI. CONDITIONS 191" (1990 Edition) 18 wl CITY OF FORT COLLINS MODIFICATIONS (JZEV 4r20M) provisions for the benefit of CONTRACTOR at said direct contracis 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 ornonapparent defects and deficiencies in such other work. Coortnation: 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, ftrm.or corporation who will have authority and responsibility for coordination of the activities. among the various pn.me.con4aetors 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 RESPONSII3II:PI'IES 8.1. Except as otherwise provided in these General Conditions, OWNER- shall issue all communications to CONTRACTOR through E"NGINLER. 8.2. In case of term ination . of the employment of ENGINEER OWNER shall appoint an engineer against whom-EONTRAC-TOR-makes-no-reasonable-objection; whose status under the ,Contract Documents shall be that of the former Fit IGINEER 83. OWNER shall furnish the data required of OWNER under the Contract Documents promptlyand shall make payments.to CONTRACTOR promptly when they are due as prov WO in paragraphs 14.4,.and 14.13. 8.4. OWNER's duties in respect of providing lands and easeuents 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 topics of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions.in existing • • C r� u structures. at or contiguous to the site that have been utilized by ENGINEER m'preparing the Contract Documents FLY MSW61066 BF8 Set for;li-inpeaagraphs-5-3-thtouglt3:-#A: 8A OWNER is obligated to execute.Change Orders as indicated in paragraph'10.4. 83. OWNER's responsibility in respect of certain inspections, tests arid approvals is set forth in Paragraph 13.4, 8.8. In connection with;OWNER's right to stop Work or susPend Work, sec: paragraphs.13.10 and 15.1. Paragraph 15.2 deals with OWNER's. right to terminate services of CONTRACTOR under certain circumstances. 8:9. The .OWNER shall not supervise, direct or have control or aathonty 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' furhishirtg or performance of the Work. OWNER will not be resiionsible for CONTRACTOR's failure "to perform or furbish the Work in accordance with the Contract Documents. Alsriestes--1��—Petiele� Hanr1194A W-ste eF l.,edtthe at site EOM;GTQR—asc�;e—evidenee— aF<angeitt iris-=lieve-beep--tneda—ts-satisfy--9R's responsibility-irrFespect-thereof-will-be-as-set-fcxth-irt-tine SupplemirtteFy-6ca►iditiv+rfs: ARTICLE 9-ENGINEER'S STATUS DURING CONSTRUCTION OWNER's Representative: 9'1. ENGINEER" will be OWNER'S representative during the construction period. The duties and responsibilities and the limitations: of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and shall not be- extended without written consent of OWNER and'ENGINEER. Hsits 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 designt professional the progress EJCDC GENERAL CONDITIONS 1910-8 (1990 E(fition) w/ CITY OF FORT COLI:INS MODIFICATIONS (REV 412000) 1-1 that has been made and the quality of the variousaspects 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,gre_ater degree ofco�dence that the completed Work willconform generally to the Contract Documents. On. the basis,of such visits and on - site obseivations, ENGINEER will keep OWNER informed of the progress of the Work.and will endeavor to guard OWNER against defective Work. ENGINEER's Visits 'and on -site ohs- attons 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 ENGLNEER's on -site visits" or observations; of'; CONTRACTOR's Work ENGINEER v, I 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 Regulatigris applicable to the furnishing or perforrnance of the Work. Proj eet. Represen ad ve: 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 responciliitities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraphs`9.3 and 9.13 era c., i ^.�FY 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 9:3.1.- The Representative's dealings in mallets 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 matter's.. The `Representative's dealinas'•%ith subcontractors will only be through or with the full knowledge and approval of the CONTRACTOR 9.3.2. Duties and Rrisibilities. Representative will: 9.3.2.1-Schedules - Review the progress 19 7095 East Harmony Road Bridge Replacement Bid Schedule Addendum 1 (FOR PERFORMANCE AND PAYMENT BONDS, AND UDBE GOALS) 700-00010 F/A MINOR CONTRACT REVISIONS FA 1 $180,000.00 700-70011 F/A PARTNERING FA 1 $5,000.00 700-70016 F/A FUEL COST ADJUSTMENT FA 1 $15,000.00 700-70018 F/A ROADWAY SMOOTHNESS INCENTIVE FA 1 $50,000.00 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT FA 1 $50,000.00 700-70021 F/A OJT COLORADO TRAINEE FA 1 $200.00 700-70023 F/A OJT COLORADO TRAINING PROGRAM FA 1 $525.00 700-70380 F/A EROSION CONTROL FA 1 $25,000.00 TOTAL BASE BID $ TOTAL BASE BID IN WORDS: (FOR CONTRACT VALUE) 20 schedule and other schedules prepared by the CONTRACTOR and consult with the ENGINEER concernine acceutability. 9.3.2.2. Conferences and Meeting - Attend meeting with the CONTRACTOR such as preconstruction conferences, progress meetings and other job conferences and prepare and circulate copies of minutes of meetings. 9.3.2.3: Liaison 9.3.2.3.1: Serve as ENGWEEWS 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 obtainirtg from OWNER additional details or information, when required, for proper execution of the' Work. 9,'3.23.3. Advise the ENGINEER and CONTRACTOR of the commencement of any Work .reggjji g a Shop Drawing or sample submission if the submission has not bwnapiiroved bu the ENGINEER. 3 2.4.Review of Work. Rejection of Defective Work, Imections and rests - 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 %kith theContract Documents. 9.3 2.4.3. AccomMv visiting inspectors representine public or other agencies havine iurisdiction over the Project, record the results of these inspections and report to the ENGINEER 9.3.21 Iritetpretation 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 Qfc3 v 7 9.3.2.6. Ivfodifications. Consider and evaluate CONTRACTOR'S suggestions for EJCDCULINU ALCONDITIONS 1910-8(1990Editidn) w7 C1TY OF FORT COLLINS RIODIIICATIONS (REV 4l2000) modification in Drawines.or Specifications and report these recommendations to. ENGINEER. Accurateiv transmit to CONTRACTOR decisions issued by the 2NGINEER 993.2.71 Records. 9.3.2.8. RepQs3s. 9.3.2:8.1, Furriish ENGINEER iodic reports, as required, of the progress of the Work and : of the CONTRACTOR'S compliance with the Rroaess schedule p schedule of shoo Dralvirm and samole submittals. 9.3.2.8.2. C"iwlt . with ENGINEER in advance of schedulin€ imajoi 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 Chances and field orders 9.3.2.8.4. Report immediately to ENGINEER and OWNER the occurrence of anv accident. 9.3.2.9. Payment Requests. Review applications for payment withCONTRACTORfor compliance %kith the- established procedure for their submission.and forward with recommendation to • • 0 ENGINEER noting particularly the relationship of the payment requested to the schedule of valum work completed and materials and equipment delivered at the site but not In the Work 9.3.2.10. Completion: 9.3216.1. Before ENGINEER issues a Certificate of Substantial Completion submit to, CONTRACTOR a list of observed items requiring correction or complletion. 9.31.10.2: 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 oomnieted and make recommendations 'to ENGINEER c6rieerning acceptance. 9t3.3. Limitation of Authority:. The Representative shall not: 9.3.1.1. Authorize any deviations from the ContractDocuments or 'accgg any substitute materials or equipment, unless authorized by the ENCHNEE R: 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 ContractDocuments. Such written clarifi®lions seal 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 thereof if any, OWNER or CONTRACTOR'may male a written claim therefor as provided iri Article: I 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 Cirnctionuig whole as indicated by the Contract Documents. These -nay be_accomplished bya Field Order and will ''be Binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. if OWNER or CONTRACTOR belicyes'that a Field Oi&riustifies an adjustment in the ;CemtractPrice or the Contra ctTimis 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 l l or 12. 9.3:3.2. Exceed limitations of ENGINEER'S Rejecting Defective Work authority as set forth in the Contract Documents 9.3:3.3. Undertake any of the responsibilities 9.6. ENGINEER will have authority to disapprove or le of the CONTRACTOR 'Subcontractors, or reject Work which ENGTNEER believes to be defective, CONTRACTOR'S superintendent or that ENGINEM believes will notproduce a completed Project that conforms to `the Contract Doc amen- or that 93.3.4. Advise -on or issue.directiom relative win preiudice:the integrity of the design concept of the to, or assume control over any aspect of the completed'Pro'ect as'a functioning whole as indicated by means, methods teohniques� sequences or the Contract ents. ENGINEER will also have procedures for construction unless such is authority to require "special uispection dr testiM.of the specifically called for in the Contract Documents. Work a's provided i paragraph 13.9; whether or not the Work is fabricated, installed or completed. 9.3.3.5. Advise on or isstne directions regarding or assume control over safe Shop DraM,isgs, Change Ord .ersandPavments: precautions and progains in connections with the Work. 9.7. In connection with ENGINEERS, authority as to Shop Drawings and Samples see paragraphs 6.24 through 9.3.3:6. Accept Shop Drawings or samgle 6.28'in'lusiv.e. submittals from anvone other than the CONTRACTOR 9.8. In connection with ENGINEER's authority as to Change Orders. sex Articles 10. 11; and 12. 9:3:3:7. Authorize OWNER to occupy the Work -'in whole or in part, 9:9. In corm ction with ENGINEERS authority as to Applications for Payment; see Artiale 14. 9.3.3.8. Participate' in specialised field or laboratory tests or inspections conducted by others Determinations forUnit Prices: except as smifitally authorized by the ENGINEER 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by Clarifications and.lnterpretations: CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEERS preliminary 9.4. ENGINEER will issue with reasonable promptness determinations on such matters before rendering.a written such written clarifications or interpretations of the decision thereon (by recommendation of an Application EJCDC GENERAL CONDITIONS 1910-8 (1990 E(ition) w/ 0TY OF FORT COLLIM MODIFICATIONS (REV 40000) 0 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 decisionisdaken within the time limits and in accordance with the procedures set forth in Exhibit GC -A,. "Dispute Resolution Agreement", entered into between OWNER anti CONTRACTOR, pursuant to Article 10, or(ii)'if no sucKDispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as. the appealing,party may have with respect to ENGINEER's decision, unless otherwise agreed in. writing by OWNER and CONTRACTOR Such ,appeal will not be subject to the procedures of paragraph 9.11. Decisions on Disputes.• 9,11. ENGINEER will be the.initial interpreter of the requirements of the Ccxntract Documents and judge of the acceptability, of the Work thereunder. Clairns,.disputes and other matters relating to the ao c ptability of the Work or the iriterpretation 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.patty to the Agreement promptly (but in,no event later than thirty days) after the start of the occurrence or even.giving rise _thereto. and written supporting data will be :snibmitti d 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 othei matter. The opposing party shall submit any response to,ENGINEER and the claimant within thirty days after receipt of the..claimarit's last submittal (unless ENGINEER allows additional time). ENGINEER will render -a formal decision in writing within thirty days after receipt of the'oppostng party's submittal, if any, in accordance with this paragraph. ENGINEERs written decision on such claim,;dispute or other matter will be final aril 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 EXHIBIT GC:A, "Dispute Resolution Agreement", entered into between OWNER and COi`i-fRACTQR pursuant to Article_16, or (ii) if no such Dispute Resolutioin Agreement has been tantend 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 right. 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 OENERAL CONDITIONS 1910.8 (1990 Edition) 22 wl CITY OF FORT COLLINS MODIFICATIONS (REV 42000) decision, unless otherwise agreed in writing by OWNER and.CONTRACTOR 9.12. 'A 'hen functioning as interpreter- and judge under paragraplis9.10 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 to 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 Documcnts or by Laws or Regulations in respect of any such claim, dispute or other matter ptEEe 4rtrsle l fi, 9.13. Limitations on ENGMEER's Agthorit), and RespaLdhilities.' 9.13.1. Neither ENGINEERs authority or responsibility under this Article 9 or under anv other provnston.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, anv, Supplier, any other person or organi7afion, or to any surety for or employee. or agent of any of them, 9.13'2. 0,.TCrMER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, tiiethods, 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 famishing or performance of the Work ENGINEER will not be responsible for CONTRACTOR's failure to perform or fiimish 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 or ganization performing or furnishing any of the 9.13.4. ENGINEER's review of the finial Application for Payment. and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds arid. 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. 9.115. The limitations upon authority and r_1 L_J • 0 respoinsibility set forth in this paragraph 9.13 shall also apply to ENGINSER's Consultants; Resident Project Representative and assistants. ARTICLE 10-CHANGES.iN THE WORK 10.1. Without invalidating the Agreement and without notice to any, surety, OWNER may, at arty tithe or from time to time, order additions, deletionsorrevisions 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 Contract Documents.(exceptas 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 Tunes 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 caseof 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 pursuantlo paragraph 10.1, (ii) required because of acceptance of defective Work under paragraph "13`:13 or correcting defeetive Work under paragraph 13,14, or (iu) 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 ethbody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11. provided that; in lieu of executing any,such Change Order, an appeal may be taken from 'any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations; but during any such appeal, CONTRACTOR shall carry on the Work and adhere .to the progress schedule as provided in paragraph 6.29, 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents EJCDCOENEM CONm-nom81910-8 (1990 Eddon) a/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/10oa) 0 (including, but not limited to. Contract Price or Contract Times) is required by the provisions of any Bond to be given'to a.surety, thegivin*. of any such notice will be CONTRACTORs.responsibility, and the'amount of each applicable Bond will be adjusted accordingly- ARTICLE'1I=CHANGE OF CONTRACT PRICE ILL 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 CONTRACfOR shall be atCONTRACPOR's expense without change inthe Contract Price, 1.1.2. The Contract Price may only be changed by a Change Order or by`a Written Amendment. Any claim for -on 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 dw.0alm. 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 strait 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 9.1.1 if OWNER and CONTRACTOR cannot otherwisc;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. 11.1 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 Conaact Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23 paragraphs 11.9.1 through 11.9.3. inclusive); 11.3.2. where the Work involved is not covered by unit prices contained 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 pace's 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 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as pigvided in paragraph 11.6). Cost of thie 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 Woi,. 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 be the costs itemized in paragraph" 11.5: 11.4,LPayroll 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 Wo& Payroll costs shall include; but -trot be limited to; salaries and wages plus the cost of fringe ,benefits which. shall include social security contributions, unemployment, 6xcise and payroll taxes, workers' compensation, health and -retirement benefits, -bonuses; applicable thereto. The expetscs of performing Work after regular working.hours,;on Saturday. Sunday or legal holidays, shall:be, included in.the. above to the Odent authorized by OWNER. I i.43. Cost of all materials and equipment furnished and .incorporated ..in the Work, including costs of. transportation and storage thereof, and SuppliersGeld 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 madc. by CONTRACTOR to the Subcontractors for Work performed or furnished by Subcontractors. If required by OWNER, EJCDC GENERAL CONDITIONS 1910.8 (1990 Edition) 24 W1 CITY OF FORT COLLIN'S MODIFICATIONS (RL•-V 4/2000) CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to OWNER and CONTRACTOR and shall . deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted. If any subcontract provides that the:Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs 11.4, I L5, 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 Cost,_ including transportation and maintenance, of all materials, supplies, egiripmem;. 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, uutallation, 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. 11.4.5A. Sales, consumer, use or similar taxes related, to the Work and for which CONTRACTOk 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 • • • .7 performance and funvshing of the Work ,(except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5:91 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 Use written consent and approval of'OWNER. NTo' such losses, damages and ekpenses 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: • 1.13.1. Payroll costs and other compensation of CONTRACTOR' 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 CONTRACTORSs principal or a branch" office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referied to in. paragraph 11.4.1 or specifically covered by paragraph I I A.4-all of which are to lie considered administrativeoosts covered by the CONTRACTOR's fee. 11.52. Expenses of CONTRACTORSs principal and branch offices other than CONTRACTORSs office at the site. 1 f:5.3: Any part of CONTRACTORS capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against C0.NTRACTORT6r delinquent payments: 11.5.4. Cost of premiums for all Bonds and, for all insurance whether or not CONTRACTOR is: required by the Contract Documents to purchase and maintain the same (except for the Bost of premiums covered by subparagraph 11.4.5.9 above). EJCDCGENEM CONDITIONS 1910-8 (1990 Edtim) w! CITY OF FORT COLLINS MODIFICATIONS (REV,12000) is 11.5:5. Costs due to the negligence of CONTRACTOR; any Suboontmaor, or anyone directly or indirectly employed by anyy' of them or for whose acts any. of them .may be hable, 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`itern n6vVeci6cally and expressly included in paragaph.1.1:4. 11:6. The CONTRACTORSs 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 tee based on the following percentages of thevarious portions of the Cost" Work: 11.62:1. for costs incurred under paragraphs-1 1.4.1 and 11.4 2, the CONTRACTORSs fee `AalI be fifteen percent; 11.6.2.2. for costs incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be five percem 11.6:2.1 where one or more tiers of subcontracts arc 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 flvu percent-ef the ag>ottnt-paid to the-nei¢=1ow tierhicter; to . renegotiated In Pood faith with the OWNER but not to exceed five Percent -of the amount paid to the next lower tleL_Subctmtraaor. 11.6i2.4, no fee shall be payable on the basis Of costs iterniaeil under paragraphs 11-4.4, 11.4.5 and 11.5; 11.62.5. 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 CONTRACTORS 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 CONTRACTORSs 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 cast of any Work is to he 25 determined pursuant to paragraphs 11.4 and 11.5, CONTRACTOR will establish and maintain records thereof in.accordance with generally accepted accounting practices and submit in form acceptable to ENOINTER an itemized cost breakdown together.with supporting data. Cash Allowances. 1 I.S. It is understood that. CONTRACTOR has included in the Contract Price .all allowances so named in the Contract Docurn-eats andshall cause the Work so covered to be furnished and performed for such sums as may be acceptable to Olt NER and ENGINEER. CONTRACTOR agrees that: 11.5.1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment regIuired 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 4a11 be correspondingly.adjusted. 11.9. knit Price work. 11.9.1. Where the Contract Documents provide that al l .or part of.the Work is,to' be Unit Price Work, initially the Contract t 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 an estimated qutities 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 fry 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 differs materially and significantly from the estimated quantity of such item indicated in the Agreement; E1CDC GENEM CONDITIONS 1910-8 (1990 Editim) 26 w/ CITY OF FORT COLLI NS MODIFICATIONS (REV 4P000) 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 itncutred 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 TINES 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 patty 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.strttement 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 4f 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. "'here CONTRACTOR is prevented from oompleting-.any part of the Work within the Contract Times,(or'Nflestones) 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 includc, but not be limited to, acts or neglect by OWNER acts or neilmt of utility cAvners or other contractors performing other work as contemplated by Article 71. rues, floods, epidemic& abnormal weather conditions or acts of God. Delays attributable to and n • 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 Milestdnes) due to delay beyond the control of bath OWNER and CONTRACTOR; an extension. of the Contract Times (or lvfriestones) in" an amount equal to the Lime 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 Subantracwr, any; Supplier, any other person or organrzatiorL 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; fives floods, epidemics; abnormal weather conditioms, acts of God or acts. or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICI.F. 13--TESTS AND INSPECTIONS; CORRECTioN, REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK 13.1. Notice ofDefeds.- 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 reasonablz—times" for 'their observation, inspecting and tasting. CONTRACTOR shall provide them proper and safe conditions fix such access and advise them of CONTkACTOR's sitesafety procedures and programs so that they may comply therewith as applicable. Tests and InVectionS 13.3. CONTRACTOR shall give ENGINEER timely notice bf readiness of the Work for all required inspections, tests or approvals and shall cooperate with inspectibn and testing "personnel to facilitate required inspections or tests. 13.4. OWNERshall,employ and pay for the services of an independent testing" laboratory to perform all mspeelions, tests, or approvals required by the 'Contract Documents except: 13.4.1. for inspections; tests -or approvals covered by paragraph 13.5 below; 114.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 EJCDC GENERAL CONDIMNS 1910-8 (1990 Edtion) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4r1000) 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 thereol) specifically to be inspected, tested or approved by an employee or other representative"of such: public body; CONTRACTOR shallassume full responsibility for arranSing and obtaaung'siich inspections, testsor 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 ccki in connection with any ulspectlons, 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'& 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, ii must, if requestecl by ENGINEER, be uncovered for observation. 13.7. Uncovering. Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER'timely notice of CONTRACTOR's. intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. Uncovering Wort- 13.5. If any Work ,is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, lie uncovered for ENGINEER'S observation and replaced atCONTRACTOR 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, furnishingall necessary labor,. material and equipment If it is found that such Work is defective, CONTRACTOR shall pay "all claims, costs, losses and damage 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 1 I. If, however; such Work` is not found to be ci.Pctive, CONTRACTOR shall be allowed an increase in the Contract Pricc_or an extension of the Contract Times (or ivtileztones), 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 site amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Articles I I and 121. O 9Nj ER May Stop the Work: 13.1(). If the Work_ is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment or fails to furnish or perform the Work in such a way that the. completed Work will conform to the:Coniract Documents, OWNER may order; CONTRACTOR. to stop the Work, or any portion thereof, until the cause for such order has been eltminated;,however, this right of MrNF,R 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 anysurety or other party. Correction or Removal of Defective. Work: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all dejectii,e Work, whether or not fabricated installed or completed, or, if the Work has been rnjeded 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 casts of repair or replacement of work of others). 13.12. Correction Period.• 13.12.1. If within.ene, yeas 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 eft 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'an), damage to other Work or the work of others resulhing therefrom. If CONTRACTOR does not promptly comply with the terms of.such instructions, or in an.emergency where delay . would cause serious risk of loss or damage, OWNER.may have the defective Work corrected or the rejected Work removed and, replaced and all .claims, costs, losses and damages. caused b or resulting from such -removal aml replacement by .but not Iimited.to.aft 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 [or 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 Wort (arid damage to other EJCDC GENEM CONDITIONS 1910-8 (1990 Edition) 28 w/ CITY OF FORT COLLINS MODUICATIONS (REV 4200a) 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 orw yeae two vears after such correction or ,removal and replacement has been:satisfactorily completed. Acceptance of Defective, Work: 13.13. lf,. instead of roquiring correction or removal and replacement of-deffetive Work, OWNER (and, prior to EN(AMR'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`defictive Work (such costs to be.approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER:s recommendationof 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 IL If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to'OWNER. 011,7VER Azar Correct Defective Work: 13,14. 1f.CONTRACTOR fails withina reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by FNGINEER in accordance With paragraph 1111, 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 mav, 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 CONTRACTORS services. related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment athd 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, OWNERs representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGINEERS Consultants access to the site to enable OWNER to exercise the riehts;and remedies,under this paragraph All claims costs lasses and damages incurred or sustained by OWNER in exercising such,Rghts and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with reaped to the Work; and OWNER shall be entitledto 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 • 0 5� damages will include but not be limited. to all costs of repair or "replacement of work of others destroyed or damaged by,correction. removal or . replacement of CONTRACTOR's defective Work:.CONTRACTOR shall not be allowed an extension of the Contrac[ Tortes (or Milestones) because of"any"' delay in performance of the Work attrnlwtable to the exercise by OWNER of OWNERS rights and remedies hereunder. ARTICLE 14=PAYMENTS TO CONTRACTOR AND COMPLETION Sehedule'ofYaluex- 14. L The 'sohcdulc of values est.-iblished as provided in paragraph 19 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 accounrof UnirPrice Work'ivill'be based on the number of units,completed. Application for Progrm Paynrrent: 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 .oitt and :sighed by CONTRACTOR' covering the Work completed asof 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 bilIof 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 OWNEt'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., Ari funds tharare withheld by. the OWNER shall not be subject to substitution by the CONTRACTOR with securities or iia'arnmVements:imrolving an escrow or custodianship. By executing the application for payment form the: CONTRACT OR expressly waives his right to the benefits of Colorado Revised Statutes; Section 24-91-101 gum. s«t CONTRACTOR s Warmetty of Title: 14.3, CONTRACTOR warrants and guarantees that title to all Work, 'materials and egiiiprnent covered by any Application for Payment, whether incorpomied in the Project or not, will pass io-:OWNER no later than the time of.payment fine and clear of all Liens. Review ofApplicalions for Progress- Payment 14.4. ENGINEER will, within -ten days after receipt of each Application for Payment, either indicate in writing a EJCDC OENERAL CONDITIONS 1910.8 (1990 E(6tim} w/ CITY OF FORT COLLIM MODIFICATION3'(REV 412000) recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENTGINEER's reasons for refusing to recommend payment In the letter case, CONTRACTOR may make the necessary corrections` rind 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 Iasi sentence of paragraph 14. 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 ENGINEEWs 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 schedulm; -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: finaf determination of quantities and classifications for Unit Price Work under paragraph 9.10and to any'othcr qualificatibns 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) wdmustive or continuous on -site inspections have been made to check, the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might , entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEERS recoininendation of any payment, including fmal payment shall not mean that ENGINEER is responsible for CONTRAGTOR's means; methods, techniques,. sequences or procedures of construction or the. safety precautions and programs incident thereto, or fist any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance: of Work, or for any failure of CONTRACTOR to. perform or furnish Work in accordance With the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in'ENGINEERs opinion it would be incorrect to make" the representations to 29 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT SPECIAL PROVISIONS Harmony Road The Colorado Department of Transportation, 2005 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS Item Page INDEXPAGES........................................................................................................................................i NOTICETO BIDDERS.......................................................................................................................... 4 COMMENCEMENT AND COMPLETION OF WORK........................................................................... 5 CONTRACT GOAL (COMBINED)......................................................................................................... 6 SUMMARYOF WORK.......................................................................................................................... 7 REVISION OF SECTION 100 GENERAL PROVISIONS..................................................................... 9 REVISION OF SECTION 101 WATER QUALITY CONTROL............................................................ 10 REVISION OF SECTION 104 SCOPE OF WORK............................................................................. 21 REVISION OF SECTION 105 CONFORMITY TO THE CONTRACT ................................................ 25 REVISION OF SECTION 105 CONTROL OF WORK........................................................................ 26 REVISION OF SECTION 106 CONTROL OF MATERIAL................................................................. 31 REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS........................................................ 35 REVISION OF SECTION 108 PROSECUTION AND PROGRESS ................................................... 37 REVISION OF SECTION 202 REMOVAL OF ASPHALT MAT .......................................................... REVISION OF SECTION 202 REMOVAL OF PAVEMENT MARKINGS ........................................... 39 40 REVISION OF SECTION 202 REMOVAL OF PORTIONS OF PRESENT STRUCTURE ................ 41 REVISION OF SECTION 203 PROOF ROLLING.............................................................................. 43 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT...............................................43A REVISION OF SECTION 207 TOPSOIL............................................................................................ 44 REVISION OF SECTION 208 EROSION CONTROL.......................................................................44A SECTION 211 DEWATERING..............................................................................................:............. 45 REVISION OF SECTION 216 SOIL RETENTION BLANKET (STRAW/COCONUT) ........................ 47 REVISION OF SECTION 304 AGGREGATE BASE COURSE.......................................................... 48 REVISION OF SECTION 403 HOT MIX ASPHALT........................................................................... 49 REVISION OF SECTION 411 BITUMINOUS MATERIALS................................................................ 52 REVISION OF SECTION 514 PEDESTRIAN RAILING (STEEL) (SPECIAL) ................................... 53 REVISION OF SECTION 601 CUT STONE VENEER....................................................................... 54 REVISION OF SECTION 601 MISCELLANEOUS CONCRETE........................................................ 56 REVISION OF SECTION 603 CULVERT EXTENSIONS................................................................... 57 REVISION OF SECTION 606 IMPACT ATTENUATOR (SPECIAL) .................................................. 58 REVISION OF SECTION 608 DETECTABLE WARNINGS....................................................59A, B, C REVISION OF SECTION 618 PRESTRESSED CONCRETE............................................................ 60 REVISION OF SECTION 625 CONSTRUCTION SURVEYING........................................................ 61 SECTION 627 EPDXY PAVEMENT MARKING...............................'.................................................. 63 TRAFFIC CONTROL PLAN - GENERAL............................................................................................ 66 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL ................................ 68 REVISION OF SECTION 702 SUPERPAVE PG BINDERS.............................................................. 70 REVISION OF SECTION 713 EPDXY PAVEMENT MARKING MATERIAL ..................................... 71 FORCE ACCOUNT ITEMS................................................................................................................. 73 UTILITIES............................................................................................................................................ 74 0 GENERAL 404 PERMIT...................................................................................................................... 77 O111, R 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 anysuch payment previously recommended, to such extent as may be necessary in ENGINF,ER's opinion to protect .OWNER from loss because: 14.7.1. the Work is,deffcfive, or completed Work, has been damaged requiring c:orrection.or replacement. 14.72 the Contract Price has been reduced by Written Amendment or Change.Order, 14:7.3. OWNER has been required to correct defgctrve Work &'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. t 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 famishing of the Worlc, 14.7.6. Liens have been filed in connection with the �Uork kepi where GUN7'RACTOR 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 am ouint recommended, or 14.7.8. OWNER has actual knowledge of the occurrence of anv of the events enumerated in paragraphs 14.7:1 through 14.7.3 or paragraphs 15.2.1 through 151.4 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. Substankal Completion: 14.8. When CONTRACTOR considers the,entue 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 hsted 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. It ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINIEER EJCDCGENERAL CONDITIONS 19 t 0.8 (1990 E(Gtion) 30 WJ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) considers the Work substantially complete. ENGINEER will prepare and deliver to OWNER a.tentative certificate of Substantial Comoletion 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 shad have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER asto 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 list, of items to be completed or corrected) reflecting such chaiiges.from the tentative.certificate as ENGINEER believes justified after consideration of. any objections .born OWNER. At the time of delive'ry of the tentative certificate of.Subsiantial Completion ENGINEER will deliver to OWNER and CON,rRACTOR.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 issi.cing the definitive certificate of Substantial Completion, ENGRQMR!s:aforesaid recommendation will be binding on OWNER and coNTRACTOR'urrtil fiml payment 14.9. OtYNER 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.U614adon: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Wort- which: (i) has specifically be_en.i lenti6ed in the'Contract Documents, or (ii) OWNER ENGINEER and .CONTRACTOR agree constitutes a separately functioning and Iusable 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 Substamial Completion of all the Work subject to the following:' .14.,10..1.OWNER at any time may -request CONTRACTOR in writing to permit,OWNEtR to use any part. of the 1AIor1` which OWNER believes to be ready for its intended use acid 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. 0 • • E 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 theWo& Within a reasonable time nifter 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 thatPartof the Work to be 'substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasorts.tiierefor. If ENGINEER considds.that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 149 Will apply with respect to certification of Substantial Completion of that,part.of the Work and the. division of responsibility in respect 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 CONfRAACTOR 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 Applicationfor Pgvinent: 14.12. Aber 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 54, certificates of inspection, marked -up record documents (as provided in pamgmph 6.19) and other documents, CONTRACTOR may make application for feral pavment following the procedure: far'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 5Al3, (u) consent of the surety; if any, to final payment, and (iu) 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 mayfurnish: receipts or releases in full and affidavit of CONTRACTOR that: (i) the releases and receipts include all labor; services, material and equipment for Iwhich a Lien could be filed, and (ii) all payrolls, material and equipment bills, 'and other indebtedness conriected with the Work for which orOWNER's property mightinanyway be responsible have been paid or otherwise satisfied If any Subcontractor or Supplier fails EJCDCGENERAL CONDITIONS 1910-8 (1990 Edtim) w/ CITY OF. FORT COLONS MODIFICATIONS (REV 42000) to furnish such a release or receipt in hull. CONTRACTOR may Famish 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 OXkWER'S standard forms bound in the Project manual: Final Payment andAcceptanee: 14A3. If, on the basis of ENGINEER's observation of the Alork during 'construction and final inspection, and ENGiNEEWs 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 CONTRACTOWs 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 arid present the Applications to OWNER for payiivi i At the same time ENGiNEER'Will.also give wnttennotice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph MI5: Otherwise, IIGINEER will return the Application to CONTRACTOR indicating in writing the reasons for refusing to recorrimend final payment, ran 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 paagraph I T6.2 of these General.Coiditio 14.14. It; through no fault of CONTRACTOR, final completion of the:Work is significantlyy, delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Pa}I*ent anus recommendation. of ENGINEER, and without' terminating the Agreemenit 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 terns and conditions governing final payment; e..wept that it shall not constitute a waiver of claims: WdiverofClaims. - 14.15. The making and:acceptance of final payment will constitute: 14:15.1. a waiver of all claims by OWNER against CONTRACTOR; e�ept claims arising from unseWed Liens, from defecrNe 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; aril 14.15.2. A waiver of, allclaims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15--SUSPENSION OF WORK AND TERMINATION 011WNER May Suspend Work: 15.1. At any time and without cause, OWNER may suspend the Work or anportion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fi 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 Conttact.Pricc or an extension' or the Contract Times, or both directly attributable to any such suspension if. CONTRACTOR makes an approved claim therefor as provided in Articles l I and 12. OWNER May Terntinare: 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 lim ted.to, failure to supply.sufftcient 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 pubiic.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. sits 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 EXI)C GENERAL CONDITIONS I910.8 (1990 Edition) 32 W1 CITY OF FORT COLLIM MOM CATIONS UtEV 412000) 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 erceeds'all claims, costs, laws. shd-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,dilference 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.perforincd. 15.1 Where CONTRACTOR'S. services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existutgor which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release COM'RACTOR from liability. 15.4. Upon seven days written notice to CONTRACTOR and. iNG1NEER, OWNER may, without cause and without .prejudicc.to any. other right or remedy of OWNER, electto,terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any. items):_ 15A.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 ccintraets with Subcontractors; Suppliers and others;: and 15.4A. 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 resulting3rorn.such termination CONTRACTOR Aky,Stop, Rork or Terminate: 15.5. 1J through no act or fault of CONTRACTOR the Work is mspmded for a pe.riod.of more than ninety days by OWNER or ,under an order of court or other public authority, or UNG rWEER 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 0 • • • 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.A. 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 otlienvise for expenses or damage directly attributable. to CONTRACTOR's stopping Work as permitted by this paragraph. 'kRTICLF: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 OC-A, 'Dispute Resolution Agreement", to he 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—XIISCELLANEOUS Girvrg 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 isintended, or if delivered at or sent by registered or certified mail, postage prepaid; to the last business address known to the giver of the notice. 17.2. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period If the last day of any such period falls on'a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. EJCDCMNF101L COMMom 1910-s (1990 E(6tim) w/ CITY OF FORT COLL]M MODIFICATIONS (REV 4/2000) 17.2.2 A calendar day of twenty-four hours measured from midnight to thenext midnight will constitute a day. Notice ojCki- * 17.1 Should'OWNER.or CONTRACTOR suffer injury or damage to person or property because of any error, omission or._act of the other party or of any of the other party's.emploYees or agents or- others, for whose acts the other party is legally liable, claim will be made in writing to 'the other pa rty within a reasonable time of the first observance. of 1 h 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 lnnitations or re,pose.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 FeesAnd Court Cosa Included• 17.5. Whenever reference is made to "claims, costs, losses and damages", it shallinclude 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 app v 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°io) 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 Coin. all payments to CONTRACTOR sufficient funds to insure the Mymicnt of all claims for labor, materials, team hire, sustenance, provisions: provender, or other supplies used or consumed by CONTRACTOR or his 33 EJCDC UNIERAL CONDITI OM 19105 (1990 E(ition) 34 w/ QTY OF FORT ODLLI NS MODIRCA11ONS (REV 412000) 0 • 0 Ll (Thus page Icft blank intentionally.) • EJCDC GENERAL CONDITIONS 19103 (19'M Ediiim) n/ CdTY OF FORT COLLINS MODIFICATIONS (RF'V 4/2000) 0 35 EXI)C OENERAL CONDITIONS 1910$ (1990 Edition) 36 w/ QTY OF FORT COLLINS MODIFICATIONS (REV 4/1000) 0 E • • 0 EXHIBIT GGA 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 Contras 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 Documcnts 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 ENGMEER'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 riot super the arbitration proceedingsi except where the decision is acceptable to the parties concerned. No demand for arbitration of any written decision of ENTGWEER 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{1ay .or ten-day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. EJCDC GENERAL COND111ONS 1910-8 (1990 E(6tion) w/ CiTY OF FORT.COLLiM MtODiFICATIONS (REV 9199) 16A. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER, ENGINEER's Consultant and the officers, directors; agents, employees or consultants of any of them) who is, not a party to this contract unless: 16:4.1. the inclusion of such other person or entity is " necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.42. 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 &institute consent to arbitration of arry 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 theredt: 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 Indusuy Mediation Rules of the American Arbitration Association prior to either of them .initiating against the other a demand for arbitration pursuant to paragraphs 10.1 through 16.6, unless delay in initiating arbitration would irrevocably prejudice one of the parues: The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. FJCDC GENERAL CONDMONS 1910-9 (1990 Edition) wl CITY OF FORT COLLINS MODIFICATIONS (REV 9194) rwOM • 0 SE 0 SECTION 00800 SUPPLEMENTARY CONDITIONS • • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening - Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 COLORADO DEPARTMENT OF TRANSPORTATION STANDARD SPECIAL PROVISIONS Harmony Road STANDARD SPECIAL PROVISIONS Date No. of Pages Revision of Section 101 - Falsework, Formwork, and Shoring (Nov. 30, 2006) 1 Revision of Section 101 - Safety Critical Work (Nov. 30, 2006) 1 Revision of Section 104 - Value Engineering Change Proposals (Aug. 1, 2005) 5 Revision of Section 105 - Conformity to the Contract (Jan. 17, 2008) 1 Revision of Section 105 - Conformity to the Contract of Superpave Performance Graded Binders (July 3, 2008) 2 Revision of Section 105 - Disputes and Claims for Contract Adjustments (Jan. 17, 2008) 32 Revision of Sections 105, 202, 401, 406, and 601 - Hot Mix Asphalt Pavement (Nov. 5, 2009) 9 Roadway Smoothness (High Speed Profiler) Revision of Section 106 - Certificates of Compliance and Certified Test Reports (June 29, 2006) 1 Revision of Section 107 - Project Safety Planning (July 30, 2009) 3 Revision of Section 107 - Responsibility for Damage Claims, Insurance Types (Aug. 1, 2005) 2 and Coverage Limits Revision of Section 107 - Ton -Mile Taxes (April 12, 2007) 1 Revision of Section 108 - Liquidated Damages (Oct. 25, 2007) 1 Revision of Section 108 - Payment Schedule (Oct. 11, 2006) 1 Revision of Section 108 - Progress Schedule (Nov. 3, 2008) 1 Revision of Section 109 - Asphalt Cement Cost Adjustment (June 5, 2009) 2 (Asphalt Cement Included in the Work) Revision of Section 109 - Compensation of Compensable Delays (Jan. 17, 2008) 1 Revision of Section 109 - Fuel Cost Adjustment (June 5, 2009) 2 Revision of Section 109 - Measurement of Quantities (Aug. 1, 2005) 1 Revision of Section 203 - Embankment (Oc. 25, 2007) 1 Revision of Section 206 - Shoring (Nov. 30, 2006) 2 Revision of Section 208 - Storm Drain Inlet Protection (Oct. 25, 2007) 1 Revision of Section 212 - Seeding Seasons (April 12, 2007) 1 Revision of Section 401 - Compaction of Hot Mix Asphalt (Oct. 25, 2007) 1 Revision of Section 401 - Compaction Pavement Test Section (CTS) (Oct. 19, 2006) 1 Revision of Section 401 - Longitudinal Joints (Oct. 25, 2007) 1 Revision of Section 401 - Processing of Asphalt Mix Design (Jan. 17, 2008) 1 Revision of Section 401 - Reclaimed Asphalt Pavement (April 30, 2009) 2 Revision of Section 401 - Temperature Segregation (Oct. 25, 2007) 1 Revision of Section 601 - Forms and Falsework (Nov. 30, 2006) 1 Revision of Sections 601, 606, 608, 609, and 618 - Concrete Finishing (April 12, 2007) 1 Revision of Sections 601 and 701 - Structural Concrete (Nov. 5, 2009) 7 Revision of Section 614 - Tubular Steel Sign Support (April 7, 2006) 2 Revision of Sections 614 and 630 - Retroreflective Sign Sheeting (Sept. 2, 2005) 1 Revision of Section 627 - Pavement Marking (April 12, 2007) 2 Revision of Sections 627 and 708 - Pavement Marking with Waterborne Paint (April 30, 2009) 4 Revision of Section 630 - Construction Zone Traffic Control (Nov. 3, 2008) 1 Revision of Section 630 - NCHRP 350 Requirements (Aug. 2, 2007) 1 Revision of Section 630 - Payment for Construction Traffic Control Devices (June 7, 2007) 1 Revision of Section 630 - Portable Sign Storage (Aug. 1, 2005) 1 2 SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL) . 5.4.10 CDOT needs to be named as an additional insured on insurance certificates. • • • SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950Contract Change Order 00960Application for Payment 0 • 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 • gPrt-; n„ nnatin 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: I 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. I Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By. Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By. Payment of the above Amount Due This Application is approved by the OWNER. Date: By. Rev10/20/07 Section 00960 Page 1 $0.00 $0.00 $0.00 CONTRACT AMOUNTS APPLICATION FOR PAYMENT Work Work Completed Completed This Previous Bid Month Periods Item Unit Number Description Quantity Units Price Amount Qty $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 PAGE 2OF4 Work Completed Stored To Date Materials Total This Earned Percent Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Section 00960 Page 2 r 0 • 0 0 0 CHANGE ORDERS Bid Item Number Description Quantity Units Unit Price Amount APPLICATION FOR PAYMENT Work Work Work Completed Completed Completed This Previous To Month Periods Date Qty. Amount Qty. Amount Qty. Amount Stored Materials This Period PAGE 3 OF 4 Total Earned Percent To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $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 00960 Page 4 • 0 • • PROJECT SPECIAL PROVISIONS Harmony Road Bridge Over Fossil Creek Inlet and Harmony Road Widening - Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 November 2009 Prepared for: City of Fort Collins Engineering Department 281 North College Avenue Fort Collins, CO 80522-0580 (970) 221-6605 r� U Prepared by: 4601 DTC Boulevard Suite 700 Denver, CO 80237 (303)221-7275 0 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT SPECIAL PROVISIONS Harmony Road The Colorado Department of Transportation, 2005 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS Item Page INDEXPAGES............................................................................................................................... i NOTICETO BIDDERS..................................................................................................................4 COMMENCEMENT AND COMPLETION OF WORK...................................................................5 CONTRACT GOAL (COMBINED).................................................................................................6 SUMMARYOF WORK..................................................................................................................7 REVISION OF SECTION 100 GENERAL PROVISIONS..............................................................9 REVISION OF SECTION 101 WATER QUALITY CONTROL....................................................10 REVISION OF SECTION 104 SCOPE OF WORK.....................................................................21 REVISION OF SECTION 105 CONFORMITY TO THE CONTRACT.........................................25 REVISION OF SECTION 105 CONTROL OF WORK................................................................26 REVISION OF SECTION 106 CONTROL OF MATERIAL..........................................................31 REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS................................................35 REVISION OF SECTION 108 PROSECUTION AND PROGRESS............................................37 REVISION OF SECTION 202 REMOVAL OF ASPHALT MAT...................................................39 REVISION OF SECTION 202 REMOVAL OF PAVEMENT MARKINGS....................................40 REVISION OF SECTION 202 REMOVAL OF PORTIONS OF PRESENT STRUCTURE .......... 41 REVISION OF SECTION 203 PROOF ROLLING.......................................................................43 REVISION OF SECTION 207 TOPSOIL.....................................................................................44 SECTION211 DEWATERING....................................................................................................45 REVISION OF SECTION 216 SOIL RETENTION BLANKET (STRAW/COCONUT) .................47 REVISION OF SECTION 304 AGGREGATE BASE COURSE..................................................48 REVISION OF SECTION 401 HOT BITUMINOUS PAVEMENT................................................49 REVISION OF SECTION 411 BITUMINOUS'MATERIALS..:.....................................................52 REVISION OF SECTION 514 PEDESTRIAN RAILING -(STEEL) (SPECIAL) ............................53 REVISION OF SECTION 601 CUT STONE VENEER................................................................54 REVISION OF SECTION 601 MISCELLANEOUS CONCRETE................................................56 REVISION OF SECTION 603 CULVERT EXTENSIONS...........................................................57 REVISION OF SECTION 606 IMPACT ATTENUATOR (SPECIAL)...........................................58 REVISION OF SECTION 618 PRESTRESSED CONCRETE....................................................60 REVISION OF SECTION 625 CONSTRUCTION SURVEYING.................................................61 SECTION 627 EPDXY PAVEMENT MARKING.........................................................................63 TRAFFIC CONTROL PLAN - GENERAL....................................................................................66 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL .........................68 REVISION OF SECTION 702 SUPERPAVE PG BINDERS.......................................................69 REVISION OF SECTION 713 EPDXY PAVEMENT MARKING MATERIAL..............................70 FORCEACCOUNT ITEMS.........................................................................................................72 UTILITIES....................................................................................................................................73 GENERAL404 PERMIT..............................................................................................................76 0 Harmony Road Bridge Over Fossil Creek Inlet & November"2009 Harmony Road Widening - Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 COLORADO DEPARTMENT OF TRANSPORTATION STANDARD SPECIAL PROVISIONS Harmony Road STANDARD SPECIAL PROVISIONS Date No. of Pages Revision of Section 101 - Falsework, Formwork, and Shoring (Nov. 30, 2006) 1 Revision of Section 101 - Safety Critical Work (Nov. 30, 2006) 1 Revision of Section 104 - Value Engineering Change Proposals (Aug. 1, 2005) 5 Revision of Section 105 - Conformity to the Contract (Jan: 17, 2008) 1 Revision of Section 105 - Conformity to the Contract of Superpave Performance Graded Binders . (July 3, 2008) 2 Revision of Sections 105, 202, 401, 406, and 601 - Hot Mix Asphalt Pavement (Nov. 5, 2009) 9 Roadway Smoothness (High Speed Profiler) Revision of Section 106 - Certificates of Compliance and Certified Test Reports (June 29, 2006) 1 Revision of Section 107 - Project Safety Planning (July 30, 2009) 3 Revision of Section 107 - Ton -Mile Taxes (April 12, 2007) 1 Revision of Section 108 - Progress Schedule (Nov. 3, 2008) 1 Revision of Section 109 - Asphalt Cement Cost Adjustment (June 5, 2009) 2 (Asphalt Cement Included in the Work) Revision of Section 109 - Fuel Cost Adjustment (June 5, 2009) 2 Revision of Section 109 - Measurement of Quantities (Aug. 1, 2005) 1 Revision of Section 203 - Embankment (Oc. 25, 2007) 1 Revision of Section 206 - Shoring (Nov. 30, 2006) 2 Revision of Section 208 - Storm Drain Inlet Protection (Oct. 25, 2007) 1 Revision of Section 212 - Seeding Seasons (April 12, 2007) 1 Revision of Section 401 - Compaction of Hot Mix Asphalt (Oct. 25, 2007) 1 Revision of Section 401 - Compaction Pavement Test Section (CTS) (Oct. 19, 2006) 1 Revision of Section 401 - Longitudinal Joints (Oct. 25, 2007) 1 Revision of Section 401 - Processing of Asphalt Mix Design (Jan. 17, 2008) 1 Revision of Section 401 - Reclaimed Asphalt Pavement (April 30, 2009) 2 Revision of Section 401 - Temperature Segregation (Oct. 25, 2007) 1 Revision of Section 601 - Forms and Falsework (Nov. 30, 2006) 1 Revision of Sections 601, 606, 608, 609, and 618 - Concrete Finishing (April 12, 2007) 1 Revision of Sections 601 and 701 - Structural Concrete (Nov. 5, 2009) 7 Revision of Section 614 - Tubular Steel Sign Support (April 7, 2006) 2 Revision of Sections 614 and 630 - Retroreflective Sign Sheeting (Sept. 2, 2005) 1 Revision of Section 627 - Pavement Marking (April 12, 2007) 2 Revision of Sections 627 and 708 - Pavement Marking with Waterborne Paint (April 30, 2009) 4 Revision of Section 630 - Construction Zone Traffic Control (Nov. 3, 2008) 1 Revision of Section 630 - NCHRP 350 Requirements (Aug. 2, 2007) 1 Revision of Section 630 - Payment for Construction Traffic Control Devices (June 7, 2007) 1 Revision of Section 630 - Portable Sign Storage (Aug. 1, 2005) 1 • 2 Harmony Road Bridge Over Fossil Creek Inlet & Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 • -2- STANDARD SPECIAL PROVISIONS Revision of Section 630 — Stackable Channelizers Revision of Section 702 — Bituminous Materials Revision of Section 711 — Curing Materials Revision of Section 712 — Hydrated Lime Revision of Section 713 — Glass Beads for Traffic Marking Affirmative Action Requirements — Equal Employment Opportunity Disadvantaged Business Enterprise — Definitions and Requirements U.S. Department of Labor General Decision Numbers CO20080014 and CO20080015, MOD 10, Highway Construction, Statewide On the Job Training Partnering Program Required Contract Provisions — Federal -Aid Construction Contracts 3 November 2009 (April 7, 2006) 2 (Jan. 17, 2008) 10 (July 30, 2009) 1 (Jan. 17, 2008) 1 (July 30, 2009) 1 (August 1, 2005) 10 (Aug. 14, 2009) 14 (Revised Nov. 27, 2009) 9 (Jan. 17, 2008) 6 (April 7, 2006) 1 (Jan. 9, 2009) 10 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -2- STANDARD SPECIAL PROVISIONS Revision of Section 630 — Stackable Channelizers (April 7, 2006) 2 Revision of Section 702 — Bituminous Materials (Jan. 17, 2008) 10 Revision of Section 711 — Curing Materials (July 30, 2009) 1 Revision of Section 712 — Hydrated Lime (Jan. 17, 2008) 1 Revision of Section 713 — Glass Beads for Traffic Marking (July 30, 2009) 1 Affirmative Action Requirements — Equal Employment Opportunity (August 1, 2005) 10 Disadvantaged Business Enterprise — Definitions and Requirements (Aug. 14, 2009) 14 On the Job Training (Jan. 17, 2008) 6 Partnering Program (April 7, 2006) 1 Required Contract Provisions — Federal -Aid Construction Contracts (Jan. 9, 2009) 10 0 • 3 • • • Harmony Road Bridge Over Fossil Creek Inlet & Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 NOTICE TO BIDDERS November 2009 It is recommended that bidders on this project review the work site and plan details with an authorized City -representative. Prospective -bidders shall contact -one of -the -following -,listed -authorized -City - representatives at least 12 hours in advance of the time they wish to review the project. Project Manager: Jin Wang, P.E. Engineering Department City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 Senior Buyer: John Stephen Purchasing Department City of Fort Collins Phone: (970) 416-2292 Fax: (970) 221-6378 email: jwang@fcgov.com Phone: (970) 221-6777 Fax: (970) 221-6707 email: jstephen@fcgov.com The above referenced individuals are the only representatives of the City with authority to provide any information, clarification or interpretation regarding the plans, specifications, and any other contract documents or requirements. 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, representative. 4 Harmony Road Bridge Over Fossil Creek Inlet & November.2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 • COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract on or before the 14th 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 within 150 calendar days in accordance with the "Notice to Proceed" Salient features to be shown on the Contractor's Progress Schedule are: • Mobilization • Construction Surveying • Construction Traffic Control • Topsoil (Stockpile & Redistribute) • Removals and Adjustments • Roadway Earthwork • Erosion Control • Bridge Foundation, Substructure, and Superstructure • Drainage and Storm Sewer System • Curb, Gutter and Sidewalk • Asphalt Pavement • Asphalt Milling and Overlay • Seeding & Landscaping • Signing and Striping • 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. Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 CONTRACT GOAL (COMBINED) The Department has determined that Underutilized Disadvantaged Business Enterprises (UDBEs) will participate by contracting for apart 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 14.0% Percent Refer to Standard Special Provision,DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS or call CDOT EEO office for any additional information required and for clarification regarding DBE Requirements. i. Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 SUMMARY OF WORK PART 1 GENERAL 1.25 Modifications to Time of Completion in the Approved Schedule A. 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. 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 excepted) 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. 0 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 -2- SUMMARY OF WORK 0 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, 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. 1. To any preference, priority, or allocation order duly issued by the Owner. 2. 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; and 3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above. 8 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 100 GENERAL PROVISIONS Section, 1.00_of the_S.tandard._Specifications. is -hereby revised for this _project..as_follows: Subsections 102 and 103 of the Standard Specifications are hereby deleted. • • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 101 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, prevent 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) shall identify and describe all potential pollutant sources, including materials and activities, and evaluate them for the potential to contribute pollutants to stormwater discharge. The ECS shall assess the potential of these sources 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 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. The ECS shall record the location of potential pollutants on the site map. Descriptions may be added to the site map or may be added as an addendum to the SWMP notebook. Subsection 107.25(b) shall include the following: 21. The Contractor shall certify 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 is containers. Containers shall be� emptied as needed. 10 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -2- REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Subsection 208.02(k) shall include the following: When approved by the Engineer an "urban" concrete mashout structure maybe used. Urban concrete washout examples are pre -manufactured containers designed to contain liquid and solid waste from concrete washout, wooden boxes lined with heavy duty plastic or waterproof 55. gallon drums. After use structure must be removed from the project site and disposed of at the Contractor's expense. 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 Contractor's ECS, and City of Fort Collins personnel. CDOT Region Environmental personnel, the CDOT Landscape Architect, and a.CDOT Hydraulics Engineer may also attend as necessary. At this conference, the attendees shall discuss the stormwater management plan, 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 construction the Contractor shall evaluate the project site for water draining into or through it. • If such drainage is identified, BMPs shall be used to prevent off -site water (stormwater) from running on -site and becoming contaminated with sediment or other pollutants via a temporary pipe or other conveyance, to prevent water contamination. Run-on water that cannot be diverted shall be treated as construction runoff and adequate BMPs shall be employed. The ECS shall evaluate any non-stormwater coming onto the site, such as springs, seeps, and landscape irrigation return flow. If such flow is identified, BMPs shall be used to protect off -site water from running on -site and becoming contaminated with sediment or other pollutants. The ECS shall review existing inlets and culverts to determine if inlet protection is needed due to water flow patterns. Prior to construction commencing, inlets and culverts needing protection shall be protected and the location of the implemented BMP added to the SWMP site map. When additional BMPs are required the Contractor shall implement the additional BMPs and the ECS shall record andAescribe 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 Is 11 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -3- REVISION OF SECTIONS 101, 107, AND' 208 WATER QUALITY CONTROL the information provided in CDOT's Erosion Control and Stormwater Quality Guide and the CDPS- SCP. Delete subsection 208.03(c), item (4) and replace with the following: (4) Inspect and record with the Engineer or designated representative the stormwater management system at least every 14 calendar days. Post storm event inspections must be conducted within 24 hours after 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; a time span greater than 14 calendar days is a violation of the CDPS-SCP. CDOT Form 1176 shall be used for all inspections. The project is subject to inspections by CDPHE, COE, EPA, City of Fort Collins, and CDOT at any time. 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: is (8) During construction the ECS shall update and record the following items on the site map daily: (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 (9) The ECS shall amend the SWMP whenever there are: additions, deletions, changing locations of BMPs. SWMP revisions shall be recorded immediately. Items shall be dated and signed at time of occurrence. Specifically, amendments shall include the following: (i) A change in design, construction, operation or maintenance of the site, which would require the implementation of new or revised BMPs; or (ii) Changes when the SWMP proves to be ineffective in achieving the general objectives of controlling pollutants in stormwater discharges associated with construction activity. (iii) Changes when BMPs are no longer necessary and are removed. (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 7095 East Harmony Road Bridge Replacement Bid Schedule Addendum 2 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT COST TOTAL 202-00000 CLEARING AND GRUBBING LS 1 202-00010 REMOVAL OF TREE EA 1 202-00035 REMOVAL OF PIPE 18 INCH CSP LF 250 202-00037 REMOVAL OF END SECTION 18" CSP EA 2 202-00210 REMOVAL OF CONCRETE PAVEMENT SY 23 202-00220 REMOVAL OF ASPHALT MAT SY 5,633 202-00220 REMOVAL OF ASPHALT MAT DETOUR PAVEMENT SY 560 202-00240 REMOVAL OF ASPHALT MAT PLANING SY 4,095 202-00250 REMOVAL OF PAVEMENT MARKINGS LANE LINES AND SYMBOLS LS 1 202-00400 REMOVAL OF BRIDGE LS 1 202-00495 REMOVAL OF PORTIONS OF PRESENT STRUCTURE BOX CULVERT LS 1 203-00000 UNCLASSIFIED EXCAVATION COMPLETE IN PLACE CY 8,037 203-00040 UNCLASSIFIED EXCAVATION SPECIAL WASTE CY 4,217 203-01500 BLADING HR 44 203-01510 BACKHOE HR 40 206-00000 STRUCTURE EXCAVATION CY 1,528 206-00100 STRUCTURAL BACKFILL LASS1) CY 947 206-00200 STRUCTURAL BACKFILL CLASS 2 CY 227 206-01781 SHORING AREA 1 LS 1 206-01782 SHORING AREA 2 LS 1 207-00205 TOPSOIL STOCKPILE AND REDISTRIBUTE CY 1,600 208-00002 EROSION LOG 12 INCH LF 200 208-00010 EROSION BALES WEED FREE EA 200 208-00020 SILT FENCE LF 1,300 208-00045 CONCRETE WASHOUT STRUCTURE EA 1 208-00050 STORM DRAIN INLET PROTECTION EA 4 208-00070 STABILIZED CONSTRUCTION ENTRANCE EA 2 208-00100 SEDIMENT REMOVAL AND DISPOSAL LS 1 208-00206 EROSION CONTROL SUPERVISOR HR 120 210-00010 RESET MAILBOX STRUCTURE EA 1 210-00015 RESET END SECTION 18 INCH RCP EA 1 210-04015 MODIFY MANHOLE CONVERT TYPE C INLET TO MANHOLE EA 1 211-03005 DEWATERING LS 1 212-00032 SOIL CONDITIONING ACRE 3 213-00002 MULCHING WEED FREE HAY ACRE 3 216-00006 SEEDING NATIVE ACRE 3 216-00042 SOIL RETENTION BLANKET BIODEGRADABLE STRAW/COCONUT SY 2,235 304-06000 AGGREGATE BASE COURSE Class 6 TN 4,304 403-33721 HOT MIX ASPHALT GRADING S 100 PG 64-28 MODIFIED BINDER TN 1,525 403-34721 HOT MIX ASPHALT GRADING SG 100 PG 64-22 TN 3,093 403-34821 HOT MIX ASPHALT GRADING SX 100 PG 58-28 WEDGE & LEVEL TN 90 503-00030 DRILLED CAISSON 30 INCH LF 1 220 Harmony Road Bridge Over Fossil Creek Inlet & December 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 • REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.05 shall include the following: (g) Waste. Dispose of excess excavated material off the project site. Obtain disposal site and obtain all required permitting and environmental clearances necessary for disposal of excess excavated material. Subsection 203.13 shall include the following: (g) Waste. Waste will be measured in its original position by cross -sectioning the area excavated. When the excavation conforms to the staked lines and grades, use the original cross -sections and staked sections for the determination of quantities placed on -site and disposed of off -site as waste. Volumes will be computed from cross -sections by the average end area or other acceptable method. There will be no adjustment for swell of material to be hauled off the project as waste. Subsection 203.14 shall include the following: Payment will be made under. - Pay Item Pay Unit Unclassified Excavation (Special)(Waste) Cubic Yard • Subsection 203.14 delete the sixth paragraph and replace with the following: Payment for Unclassified Excavation (Complete in Place), Embankment Material (Complete in Place), Unclassified Excavation (Special)(Waste), and Borrow (Complete in Place) shall be full compensation for all work necessary to complete the item including construction of embankments, unclassified excavation, borrow, waste, compaction, compaction of bases of cuts and fills, all work in available material pits, and disposall of excess excavated material as waste. The quantity of excavation and embankment will not be measured but will be the quantity designated in the Contract Documents unless field changes are ordered. If field changes are ordered, the quantity will be adjusted using the revised dimensions. The Engineer, prior to Contractor beginning the work, shall approve the additional or reduced volume of material in writing. • 43A Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -4- REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL (12) When adding new BMPs to the SWMP the ECS shall add a narrative explaining where and why 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 details and notes on the Department's Standard Plans and SWMP that do not 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; this is a requirement of the Stormwater Construction Permit; enforcement action, including fines could result if records are not adequate. Completed 1176 reports shall be kept in the. SWMP notebook. 0 All 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) Any noncompliance, which may endanger health or the environment; (2) Any spills or discharge of hazardous substance or oil, which may cause pollution of the waters of . the state; (3) Any 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. is 13 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -5- REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL After measures have been taken to correct any problems 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 Contractor will prepare a SWMP Notebook, which is and shall remain the property of the City, in which the following Contract documents and reports shall be kept: (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 all of 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 (7) maps Calendar for marking when the regular 14 day inspections take place and when the storm event inspections take place (8) All project permits, including, CDPS-SCP, SB 40, Dewatering, and all other permits applicable to the project. (9) List of potential pollutions 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 (13) Description of inspection and maintenance methods implemented at the site to maintain all erosion and sediment control practices identified in the SWMP 0 The City will provide documents and reports available at the time of award. The Contractor shall provide and insert these and 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 14 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 Ah -6- REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Subsection 208.04 shall include the following: The ECS shall modify the SWMP to clearly describe and locate all practices implemented at the site to control potential sediment discharges from vehicle tracking. Stabilized construction entrances..shall be used at all vehicle 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 BMPs 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. 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. 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 will not be paid for the convenience of the Contractor. 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: 0 15 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -7- REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Completed areas shall be permanently stabilized immediately, but in no case more than 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: All 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. 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 Contractor 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. Subsection 208.04(f) shall include the following: Whenever sediment is transported onto the highway, the road shall be cleaned as needed. 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 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. 16 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 -8- REVISION OF SECTIONS 101; 107, AND.208 WATER QUALITY CONTROL Subsection 208.05 Q) 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 authorized by CDPS-SCP. 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 the concrete washout site 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 Add subsections 208.051 through 208.055 immediately following subsection 208.05 which shall include the following: 0 17 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 0 -9- REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL 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 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 and certify equipment and vehicles daily 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 material or their run-off 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 by silt fence, berms, or other sediment control devices at the toe (or just beyond toe) throughout construction. Control shall be approved by the Engineer. The ECS shall describe, detail, and record the sediment control devices on the SWMP. 18 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -10- REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL 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 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. Subsection 208.06 shall include the following: Failure to implement the Stormwater Management Plan puts the project in automatic violation of the CDPHE — 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 items (7) and (8) and replace with the following: (7) Failure. to immediately stabilize disturbed areas where work is temporarily halted as required by subsection 208.04(d). (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 item (11) whicli shall include the following: (11) Failure to perform permanent stabilization as required by. subsection 208.04 (d). In subsection 208.06, second paragraph, delete the first three sentences and replace with the following: 0 19 • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -11- REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL The Engineer will immediately notify the Contractor in writing of each incident of failure to perform erosion control items (1) through (11) 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 $500 for each calendar day after the 48 hour period has expired, that one or more of the incidents of failure, items (1) through (11) above, remains uncorrected. 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 all concrete operations are complete, all washout areas shall be reclaimed in accordance with subsection 208.05(n) by the Contractor at no additional cost to the project Prior to final acceptance, a final walk through of the project shall occur with City of Fort Collins personnel, the Engineer, and CDOT personnel (if necessary) in attendance. At this time the BMPs shall be inspected for cleaning, maintenance or removal. Areas will be inspected for any additional BMPs that may be required. BMPs shall be removed when 70% of preexisting vegetative cover has been 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 paragraph and replace with the following: Erosion Control Supervisor will be measured by the total number of hours utilized for erosion control services 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. In subsection 208.08 delete the pay item for Erosion Control Supervisor and replace with the following: Pay Item Pay Unit Erosion Control Supervisor Hour 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. 20 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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. 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. utiIity 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. 21 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -2- REVISION OF SECTION 104 SCOPE OF WORK C. Execution Where the CONTRACTOR's operations could cause damage or inconvenience to railway, telegraph, telephone, television, oil, gas, electricity, water, sewer, or irrigation systems; the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the CONTRACTOR. 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 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. 22 Harmony Road Bridge Over Fossil Creek Inlet & December 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised for this project as follows: • 0 Subsection 208.01 shall include the following: This work includes grading and sediment removal required within the Fossil Creek Reservoir Inlet channel. Subsection 208.05 shall include the following: (p) Fossil Creek Reservoir Inlet Channel. Perform both temporary and permanent grading within the ditch channel for the construction and for restoration of the channel to the satisfaction of the ditch company and the engineer following completion of the work. Subsection 208.07 shall include the following: Payment for excavation and grading required within the Fossil Creek Reservoir Inlet channel will not be measured but will be paid for on a lump sum basis. The lump sum bid price is full compensation for all work required to complete the item. Riprap, seeding, mulching, and mulch tackifier are not included in the channel work and are considered separate items that will be measured and paid separately. 44A Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -3- REVISION OF SECTION 104 SCOPE OF WORK 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. 2. It is anticipated that the required easements and permits will be obtained before construction is started. However, should the procurement of any easement or permit be delayed, the CONTRACTOR shall schedule and perform the work around these areas until such a time as the easement or permit has been secured. 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. 0 23 0 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -4- REVISION OF SECTION 104 SCOPE OF WORK Subsection 104.05 shall include: Contractors Use of Premises 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. 24 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 105 CONFORMITY TO THE CONTRACT Section 105 of the Standard Specifications is hereby revised for this project as follows: In subsection 105.03 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 00 s . ;, 12.5 mm (1/2") sieve and larger 1.00 150"µin (No �100) siege to 9 5 min (3/8')`siev_e inclusive ` d s t 4 j $(except 100 size sieve) 1,00 X 'x .percent _ 75 µm (No. 200) sieve 6.00 75-µin (No„-200) sieve (cover coat matenal)' �f 25 QO 1 Compaction, bituminous mixtures (Sections 301 and 403) 7.00 Liq►attl Limit }# :°. s..Y> .. r,a t _ , r 3 00 .' ... Plasticity Index 10.00 s x € Asphalt content (all asphalt aggregate mixtures) 'z 20 00 d _., .. _w _ . _ ._ ... . Asphalt penetration 1.00 Asplalt�resitlue ` �' � � 3 00 Portland Cement Concrete Pavement Fine Aggregate Sand Equivalent 0 30 HytlratLG ed irne radation 0 30 Toughness, inch -pounds, minimum 0.80 Tenacity, inch pounds :minimum 0 80. Elastic Recovery, 25°C, percent minimum 1.25 Ductility, 4°C (5cna/min)`cm xminimum Emulsified Asphalt Viscosity 0.50 Emulsified Asphalt FIoat,",0 05 Emulsified Asphalt % Residue 3.00 Emulsified Asphalt Ductility 2 OQ _ v Emulsified Asphalt Penetration 1.00 Emulsifietl Asphalt Elastic Recovery ; 1.00 C] 25 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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, six (6) copies of each submittal and sample are required, four (4) of which will be retained by the ENGINEER. The CONTRACTOR shall receive two (2) copies in return. Faxed submittals will not be accepted. 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. 92 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -2- REVISION OF SECTION 105 CONTROL OF WORK 4. The right is reserved for the ENGINEER to require submittals in addition to those called for in individual sections. 5. Submittals regarding material and equipment shall be submitted directly to the ENGINEER and will be accompanied by a transmittal form. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections for which the submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. 6. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers 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: 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. • 27 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -3- REVISION OF SECTION 105 CONTROL OF WORK b. If the review indicates limited corrections are required, copies will be marked "Furnish as noted". The CONTRACTOR may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in Operation and Maintenance data, a corrected copy shall be provided. c. If the review indicates that the submittal is insufficient or contains incorrect data, copies will be marked "REVISE AND RESUBMIT". Except at its own risk, the CONTRACTOR shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "FURNISH AS NOTED": d. If the review indicates that the material, equipment, or work method do not comply with the Specifications, copies of the submittal will be marked "REJECTED". Submittals with deviations that have not been identified clearly may be rejected. Except at its own risk, the CONTRACTOR shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "FURNISH AS NOTED". D. Drawing: • 1. The term "shop drawings" includes drawings, diagrams, layouts, schematic, descriptive literature, illustrations schedules performance and test data, and similar materials furnished by CONTRACTOR to explain in detail specific portions of the work required by the Contract. • 2. CONTRACTOR shall coordinate all such drawings, and review them for legibility, accuracy, completeness and compliance with contract requirements and shall indicate this approval thereon as evidence of such coordination and review. Shop drawing submitted to the ENGINEER without evidence of CONTRACTOR's approval will be returned for resubmission. 3. Shop drawing shall be clearly identified with the name and project number of this contract, and references to applicable specification paragraphs and contract drawings. When catalog pages are submitted, applicable items shall be clearly identified. 4. CONTRACTOR shall stamp his approval on shop drawings prior to submission to the ENGINEER as indication of his checking and verification of dimensions and coordination with interrelated items. Stamp shall read: 28 .Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -4- REVISION OF SECTION 105 CONTROL OF WORK "(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 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 "FURNISH AS NOTED" shall mean that the OWNER has no objection to the CONTRACTOR, upon its own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. Subsection 105.08 shall be revised as follows: Delete the second paragraph and replace with the following: • 29 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -5- REVISION OF SECTION 105 CONTROL OF WORK In case of discrepancy the order of precedence is as follows: A. General Conditions of the Construction Contract B. Special Provisions 1. Project Specifications 2. Standard Special Provisions C. Plans (Calculated dimensions will govern over scaled dimensions.) 1. Detailed Plans 2. Standard Plans D. Supplemental Specifications E. Standard Specifications • Subsection 105.08 shall include: Coordination with Property Owners and Tenants A. 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 identify his method of maintaining these accesses on the Construction Traffic Control plans (see Traffic Control — General). Subsection 105.08 shall include: Subsection 105.09 shall include: Coordination with Traffic Engineer A. The CONTRACTOR shall coordinate with the Owner's Traffic Engineer for all traffic control activities. This shall include, but not be limited to, installation and timing of temporary traffic detours, and closure of any partial intersection movements, and lane reductions. B. The CONTRACTOR shall coordinate with the Owner's Traffic Engineer for removal and installation of all traffic signal equipment. C. The CONTRACTOR shall coordinate with the Owner's Traffic Engineer for installation of all signing and striping including removal of existing signing. The CONTRACTOR shall remove and stockpile all existing signs. The CONTRACTOR is responsible for removal of striping required for traffic control phasing. 30 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01 shall include: Substitutions and Product Options A. Description: 1. This section describes the procedure required by the CONTRACTOR for product substitutions. 2. Requests for Substitution: a. Base all bids on materials, equipment and procedures specified. b. Certain types of equipment and kinds of material are described in specifications by means of trade names and catalog numbers, and/or manufacturer's names. Where this occurs, it is not intended to exclude from consideration such types of equipment and kinds of material bearing other trade names, catalog numbers and/or manufacturer's names, capable of accomplishing purpose of types of equipment or kinds of material specifically indicated. c. Other types of equipment and kinds of material may be acceptable to the OWNER and ENGINEER. 0 d. Types of equipment, kinds of material and methods of construction, if not specifically indicated must be approved in writing by ENGINEER and the OWNER. 3. Submission of Requests for Substitution: a. After Notice to Proceed, the OWNER/ENGINEER will consider written requests for substitutions of products, materials, systems or other items. b. The ENGINEER reserves the right to require substitute items to comply color and pattern - wise with base specified items, if necessary to secure "design intent". c. Submit six (6) copies of request for substitution. Include in request: 1) Complete data substantiating compliance of proposed substitute with Contract Documents. 2) For products: i. Product identification, including manufacturer's name. • 31 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -2- REVISION OF SECTION 106 CONTROL OF MATERIAL 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. iii. Name and address of similar projects on which product was used, date of installation, and field performance data. 3) For construction methods: i. Detailed description of proposed method. ii. Drawings illustrating methods. 4) Itemized comparison of proposed substitution with product or method specified. 5) Data relating to changes in construction schedule. 6) Relation to separate contracts. 7) Accurate cost data on proposed substitution in comparison with product or method • specified. • d. In making request for substitution, or in using an approved substitute item, Supplier/Manufacturer represents: 1) He has personally investigated proposed product or method, and has determined that it is equal or superior in all respects to that specified and that it will perform function for which it is intended. 2) He will provide same guarantee for substitute item as for product or method specified. 3) He will coordinate installation of accepted substitution into work, to include building modifications if necessary, making such changes as may be required for work to be complete in all aspects. 4) He waives all claims for additional costs related to substitution which subsequently become apparent. 4. Substitutions: Request sufficiently in advance to avoid delay in construction. 32 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Revised December 2009 Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 . 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 Test Value For Grading Property Method SG(100) S (100) SX (100) Air Voids, percent at: CPL 5115 N (design) 3.5 — 4.5 3.5 — 4.5 3.5 — 4.5 Lab Compaction (Revolutions): CPL 5115 8 8 8 N (design) 100 100 100 Stability, minimum CPL 5106 Aggregate Retained on the 4.75 mm (No. 4) Sieve with at CP 45 90 70 70 least 2 Mechanically Induced fractured faces, % minimum Accelerated Moisture Sus- CPL 5109 ceptibility Tensile Strength Method B 80 80 80 Ratio Lottman , minimum Minimum Dry Split Tensile CPL 5109 205 (30) 205 (30) 205 (30) Strength, kPa(psi) Method B Grade of Asphalt Cement, Top PG64-28 Laver Grade of Asphalt Cement, PG64-22 PG58-28 Layers below To Voids in the Mineral Aggregate CP 48 See Table See Table See Table VMA % minimum 403-2 403-2 403-2 Voids Filled with Asphalt Al MS-2 65-75 65-75 65-75 VFA,% Dust to Asphalt Ratio 0.6 — 1.2 0.6 — 1.2 0.6 — 1.2 Fine Gradation CP 50 0.8 — 1.6 0.8 — 1.6 0.8 — 1.6 Coarse Gradation 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. 49 • • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -3- REVISION OF SECTION 106 CONTROL OF MATERIAL 5. CONTRACTOR's Option: a. For products specified only by reference standards, select any product meeting standards by any manufacturer and 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. 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, samplesizes, 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 Responsibilities 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. 33 I] Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 106 CONTROL OF MATERIAL 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: a. Testing of concrete manholes. b. Concrete materials and mix designs. c. Design of asphalt mixtures. d. Gradation tests for embedment, fill and backfill materials. e. All performance and field-testing specifically called for by the Specifications. f. 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 (`I) copy to the CONTRACTOR within seven (7) days after each test is completed. 34 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095. Construction Subaccount No. 17306 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. 0 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. • 35 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 -2- REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS 3. Excess excavation shall become the property of the CONTRACTOR and shall be legally disposed of by him outside the limits of construction to an approved disposal site. Excess excavated material suitable for backfill shall not be disposed of until all backfill operations are complete. 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. Permits 1. All work must be performed in accordance with all applicable regulatory permits. It shall be the responsibility of the CONTRACTOR to obtain a Construction Dewatering Permit from the Colorado State Health Department for any dewatering operations that will be discharged into any drainageways, open channels, or irrigation ditches. The CONTRACTOR shall be responsible for any testing required under the Construction Dewatering Permit. The CONTRACTOR will obtain the following permits: City of Fort Collins Excavation on Public Property Permit It shall be the responsibility of the CONTRACTOR to prepare and obtain an approved Erosion and Sediment Control Plan from the OWNER. The CONTRACTOR must obtain all other applicable permits. 36 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 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: CONTRACTOR and CONTRACTOR's Superintendent CONTRACTOR's Subcontractors ENGINEER OWNER Utility Companies 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. 1 • 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: 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. • 37 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 -2- 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, 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. Subsection 108.04 shall include the following: Substantial Completion will be attained when the following conditions are met • Pavement and bike lanes constructed and open in their final designed locations • All lanes and turn lanes complete • All signing and striping complete • Landscaping is excepted • All bridge and structure work is completed • Temporary erosion features are in place if seeding and mulching are not finished Final Completion consists of the completion of all remaining construction work items within the project limits. Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. Saturday work will be allowed based on approval from the Engineer and a minimum of 48 hours notice. 38 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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 which is anticipated to vary in thickness from 5.0 inches to 12 inches.shall be removed in a manner that minimizes contamination of the removed mat with underlying material. The removed mat shall become the property of the Contractor and shall be disposed of outside the project site. 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. 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 7 39 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 202 REMOVAL OF PAVEMENT MARKINGS • • 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 of existing and temporary pavement markings to the satisfaction of the Engineer. In subsection 202.05 shall include the following: Grinding is not allowed. The method of pavement removal shall be hydrovac using water to minimize the damage to existing pavement surfaces. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Pavement Markings (Lane Lines and Symbols) Lump Sum 40 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 As REVISION OF SECTION 202 REMOVAL OF PORTIONS OF PRESENT STRUCTURE Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work shall include the removal of bridge (Structure No. FCHRMYE-0.7-125) and removal of portions of present structure (Structure No. FCHRMYW-0.7-125). Limits of removal shall be as defined on the plans. Removal operations shall be conducted so that there will be the least interference with public traffic using the structure. Subsection 202.02 shall include the following: At least 10 days before beginning bridge removal the Contractor shall submit to the Engineer details of the removal operations showing the methods and sequence of removal and equipment to be used. The existing concrete shall be removed as shown on the plans or as directed by the Engineer. If additional removal of unsound concrete is required, it shall be included in the work. The steel elements on the existing structure may contain lead -based paint (coating). All removal and material handling operations shall be performed in accordance with Section 250. All salvageable material will become the property of the Contractor. Steel piles supporting the existing bridge abutment, which doesn't interfere with the new bridge foundation, shall be cut off 2 feet below the finished grade. Any existing steel pile that does interfere with the construction of the new bridge foundation shall be completely removed, unless directed otherwise by the Engineer. The Engineer shall approve all methods and equipment used to accomplish this item. Within 24 hours before new concrete is placed, the entire surface upon which new concrete bonds shall be sandblasted to roughen the surface and remove all fractured or loose particles in order to promote good bond with the new concrete. In subsection 202.02 delete the sixth paragraph and replace with the following: Before beginning concrete removal operations on the existing bridge decks, a saw cut approximately one inch deep into the concrete shall be made to a true line along the limits of removal. A one -inch deep saw cut, also be made along the limits of removal on all faces of monolithic concrete elements that may be visible in the completed work. Subsection 202.12 shall include the following: Removal of portions of present structure will not be measured, but will be paid for on a lump sum basis. • 41 • • Harmony Road Bridge Over Fossil Creek Inlet & Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -2- REVISION OF SECTION 202 REMOVAL OF PORTIONS OF PRESENT STRUCTURE Subsection 202.13 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Bridge Lump Sum Removal of Portions of Present Structure Lump Sum November 2009 Payment for removal of portions of present structure is full compensation for all labor, materials, and equipment required to perform the work. 42 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 -2- 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 Maximum Size*, ***Design Air Voids ** mm (inches) 3.5% 4.0% 4.5% 37.5 (1'/2) 11.6 11.7 11.8 25.0(1) 12.6 12.7 12.8 19.0 (3/4) 13.6 13.7 13.8 12.5 ('/2) 14.6 14.7 14.8 9.5 (%) 15.6 15.7 15.8 * 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. *** Extrapolate specified VMA values for production air voids beyond those listed. 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. Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading SG). A minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot mix asphalt. Acceptance samples shall be taken. • 50 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 203 PROOF ROLLING Section 203 of the Standard Specifications is hereby revised for this project as follows: 'Subsection 203.13 shall include 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 paid for separately, but shall be included in the work. Pneumatic tire equipment and load required to achieve the desired weight will not be measured and paid for separately, but shall be included in the work. • • 43 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 REVISION OF SECTION 207 TOPSOIL 0 Section 207 of the Standard Specifications is hereby revised for this project as follows: 207.01 DESCRIPTION Subsection 207.01 is hereby revised to include the following: This work consists of removing existing on -site topsoil material, stockpiling the existing topsoil material and redistributing the existing topsoil material onto the re -graded slopes at a depth of 4 inches (minimum). The topsoil material shall be generally evenly distributed throughout the project limits. Any excess topsoil generated from this project shall be disposed of off -site and shall not be measured and paid for separately, but should be included in the cost of work. 207.04 METHOD OF MEASUREMENT Subsection 207.04 is hereby revised to include the following: Topsoil will not be remeasured, but payment shall be based on the quantity identified in the bid tabulation, unless the quantity of Topsoil is significantly changed during construction by an approved Change Order. Bid tabulation quantity is based on final in -place topsoil required to complete the construction. Haul required to redistribute stockpiled topsoil uniformly throughout the project limits shall not be measured and paid for separately, but shall be included in the work. 207.05 BASIS OF PAYMENT Subsection 207.05 is hereby revised to include the following: The contract unit price for topsoil shall be full compensation for all work necessary to complete the item including removing existing on -site topsoil material, stockpiling the existing topsoil material, haul, redistributing the existing topsoil material onto the re -graded slopes. Payment will be made under: Pay Item Pay Unit Topsoil (Stockpile and Redistribute) Cubic Yard 44 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 SECTION 211 DEWATERING Section 211 of the Standard Specifications is hereby added to the Standard Specifications as follows: DESCRIPTION The contractor is advised that the Fossil Creek Inlet channel will have periodic water flows from the water treatment plant and stormwater runoff. The primary irrigation stream flow will be shut off between the dates of October 1 and April 1. The work to construct the Harmony Road Bridge over the Fossil Creek Inlet channel will be required to include methods for dewatering to complete the work. It is the contractor's responsibility to develop a Dewatering Plan and complete all the work necessary to construct and maintain a dewatering system for the duration of the project. For this project, dewatering shall be used as the term that refers to both the removal of water from specific zones of construction activities, as well as maintaining channel conveyance of the stream flow through the construction site. V,1-,%11=1:U_\I&,] The Contractor shall submit a minimum of five complete copies of a Dewatering Plan to the Engineer for approval a minimum of two weeks prior to. the start of dewatering work. The Dewatering Plan shall include working drawings that show the dewatering configuration, dimensions, materials, phasing, construction techniques, and any other information necessary to illustrate the process. The dewatering plan shall also include hydraulic analysis calculations for the determination of assumed stormwater runoff flow rates along with design of conveyance system, if applicable. The calculations shall be sealed and signed by a Professional Engineer registered in the State of Colorado. CONSTRUCTION REQUIREMENTS The Fossil Creek Inlet Channel anticipated approximate stormwater peak flow rates during the 2-hour design storm for each return interval is as follows: Q2 = 47.5 cfs Q5 = 79.6 cfs Q 10 = 113.3 cfs Q50 = 240.5 cfs Q100 = 333.5 cfs Additionally there is flow generated from the treatment plant that is to be added to the above stormwater flow rates that will determine the overall channel anticipated flow rate. The approximate effluent flows from the Drake treatment plant are as follows: Average flow = 14 MGD = 21.7 cfs Peak flow, January to March = 19 MGD = 29.4 cfs The Contractor may construct a spillway structure/cofferdam within the channel immediately north of westbound Harmony Road at a location to be approved by the Engineer. There is an existing spillway structure further north of Harmony Road that has an approximate spillway elevation of 4876.00. The Contractor's spillway/cofferdam is not allowed to exceed this elevation. The maximum elevation that water will be allowed to pond under any circumstance is elevation 4876.00. • 45 • 0 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -2- SECTION 211 DEWATERING The Contractor shall provide any means necessary to convey the stream flow (treatment plant effluent and stormwater runoff) through the construction zone without impedance. Techniques that result in a "damming" effect, whereby stream flow backs -up upstream of the construction zone, will not be permitted above an elevation of 4876.00. Any construction activity occurring in open flow is also strictly prohibited. It is the Contractor's responsibility to determine what stream flows must be carried during construction based on their own risk assessment. Any damage that occurs as a result of inadequate conveyance shall be repaired at the Contractor's expense at no cost to the project. Any work in or around the channel shall be performed in accordance with Section 107. If flow diversion is necessary beyond the irrigation closure dates, the Contractor shall coordinate with all stakeholders to the ditch. Work shall not begin until written approval of the dewatering plan has been received from the Engineer. The Contractor is responsible for maintaining the dewatering system and ensuring it is fully operational for the duration of the construction. METHOD OF MEASUREMENT Dewatering will be measured by the lump sum for all work necessary to complete the construction. Payment will be made by: PAY ITEM Dewatering BASIS OF PAYMENT PAY UNIT Lump Sum 46 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 216 SOIL RETENTION BLANKET (STRAW/COCONUT) Section 216 of the Standard Specifications is hereby revised for this project as follows: Delete the first paragraph of 216.02(a) 4 and replace with the following: Soil Retention Blanket (straw/coconut) shall be a machine produced mat consisting of 70 percent agricultural straw and 30 percent coconut,fiber. The blanket shall be of consistent thickness with the straw and coconut fiber evenly distributed over the entire area of the mat. The blanket shall be covered on the top and bottom with 100%;biodegradable natural organic fiber netting. In subsection 216.02(a) 4, delete the second paragraph and replace with the following: Material requirements: Straw content: 70% 0.35 pounds per square yard Coconut fiber content: 30% 0.15 pounds per square yard Netting: top and bottom 100% biodegradable organic jute fiber Thread: Biodegradable Roll width: 6.5 to 8.0 feet Roll length: 108.0 to 112.5 feet (+/- 5%) Roll weight: 50.0 to 52.22 pounds (+/- 5%) 47 • • • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 304 AGGREGATE BASE COURSE 0 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 p.s.i. (R>_78) when tested by the Hveem Stabilometer method. 48 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 REVISION OF SECTION 401 HOT BITUMINOUS PAVEMENT 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 Test Value For Grading Property Method SG(100) S (100) Air Voids, percent at: CPL 5115 N (design) 3.5 — 4.5 3.5 — 4.5 Lab Compaction (Revolutions): CPL 5115 8 8 N (design) 100 100 Stability, minimum CPL 5106 Aggregate Retained on the 4.75 mm (No. 4) Sieve with at CP 45 90 70 least 2 Mechanically Induced fractured faces, % minimum Accelerated Moisture Sus- CPL 5109 ceptibility Tensile Strength Method B 80 80 Ratio Lottman , minimum Minimum Dry Split Tensile CPL 5109 205 (30) 205 (30) Strength, kPa(psi) Method B Grade of Asphalt Cement, Top PG64-28 Layer Grade of Asphalt Cement, PG64-22 Layers below To Voids in the Mineral Aggregate CP 48 See Table See Table VMA % minimum 403-2 403-2 Voids Filled with Asphalt Al MS-2 65-75 65-75 VFA,% Dust to Asphalt Ratio 0 — 1.2 0-- Fine Gradation CP 50 08 —1.6 0.8 16 Coarse Gradation . . 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 % inch or smaller are considered a coarse gradation if they pass below the maximum density line at the #8 screen. 49 0 0 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 .7 • -2- 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 Maximum Size*, ***Design Air Voids ** mm (inches) 3.6% 4.0% 4.5% 37.5 (1'/z) 11.6 11.7 11.8 25.0(1) 12.6 12.7 12.8 19.0 (%) 13.6 13.7 13.8 12.5 (%) 14.6 14.7 14.8 9.5 (%) 15.6 15.7 15.8 * 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. *** Extrapolate specified VMA values for production air voids beyond those listed. 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. Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading SG). A minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot mix asphalt. Acceptance samples shall be taken. 50 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 -3- REVISION OF SECTION 403 HOT MIX ASPHALT Subsection 403.03 shall include the following: The Contractor shall use an approved anti -stripping additive. The amount of additive used shall be a minimum of 0.5 percent by weight of the asphalt cement. The additive shall be added at the refinery or at the hot plant. If liquid anti -stripping additive is added at the plant, an approved in -line blender must be used. The blender shall be in the line from the storage tank to the drier drum or pugmill. The blender shall apply sufficient mixing action to thoroughly mix the asphalt cement and anti -stripping additive. 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 (Grading S)(100)(PG 64-28) (Modified Binder) Ton Hot Mix Asphalt (Grading SG)(100) (PG 64-22) 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. 0 51 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 REVISION OF SECTION 411 BITUMINOUS MATERIALS E Section 411 of the Standard Specifications is hereby revised for this project as follows: Subsection 411.01 shall include the following: This work consists of preparation and tack coat of existing asphalt pavement surfaces to be overlayed after completion of milling and prior to overlaying with hot asphalt paving. Also, the work consists of fog sealing the final pavement surface where temporary striping is to be removed. Subsection 411.03 shall include the following: Diluted emulsified asphalt for tack coat shall consist of 1 part emulsified asphalt and 1 part water. Actual rates of application shall be determined by the engineer at the time of application. For plan quantities of bituminous materials, the following rate of application was used: Diluted emulsified asphalt (slow -setting) at 0.10 gallons per square yard (diluted) A tack coat is required prior to the placement of subsequent lifts of HMA. Before placement of the tack coat, the contractor shall clean the roadway to the satisfaction of the engineer. Subsection 411.05 shall include the following: Emulsified Asphalt (tack coat) will not be measured and paid for separately, but shall be included in the work. 52 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Revised December 2009 Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -3- REVISION OF SECTION 403 HOT MIX ASPHALT Subsection 403.03 shall include the following: The Contractor shall use an approved anti -stripping additive. The amount of additive used shall be a minimum of 0.5 percent by weight of the asphalt cement. The additive shall be added at the refinery or at the hot plant. If liquid anti -stripping additive is added at the plant, an approved in -line blender must be used. The blender shall be in the line from the storage tank to the drier drum or pugmill. The blender shall apply sufficient mixing action to thoroughly mix the asphalt cement and anti -stripping additive. 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 (Grading S)(100)(PG 64-28) (Modified Binder) Ton Hot Mix Asphalt (Grading SG)(100) (PG 64-22) Ton Hot Mix Asphalt (Grading SX)(100) (PG 58-28) (Wedge and Leveling) 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. €xGavation,IpPreparation, and tack coat of areas to be patched will not be measured and paid for separately, but shall be included in the work. 51 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 514 PEDESTRIAN RAILING (STEEL) (SPECIAL) Section 514 of the Standard Specifications is hereby revised for this project as follows: Subsection 514.01 shall include the following: This work shall consist of designing, furnishing and constructing a. pedestrian railing in accordance with these specifications and in conformity with the. details shown on the plans. Subsection 514.03 shall include the following: Cast -in -place concrete, cut stone veneer, and dovetail slots shall conform to the requirements of Section 601. Reinforcing steel, unless otherwise noted, shall conform to the requirements of Section 602. All steel surfaces that are exposed to view in the completed work shall be smooth and flat without blemishes. Materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness will not be accepted. Delete the second paragraph of Subsection 514.06 and replace with the following: Posts shall be aligned and perpendicular to the longitudinal deck grade within a tolerance of % inch. The finished rail shall be rigidly braced and secured to surrounding construction and shall be tight, and free. of rattle, vibration, or noticeable deflection. Subsection 514.06 shall include the following: Shop Drawings. The Contractor shall submit six sets of shop drawings and certified material test reports for review and approval prior to construction of the pedestrian railing. Shop drawings shall be submitted in accordance with subsection 105.02. The shop drawings shall provide the details necessary to demonstrate compliance with the requirements in the plans and these specifications. Design. The Contractor shall prepare design calculations for the steel posts, rails, and anchor bolts in accordance with the AASHTO LRFD Bridge Design Manual, Fourth Edition with current interims. The contractor shall submit six sets of calculations for review and approval prior to construction of the pedestrian railing. The calculations shall be sealed by a Professional Engineer registered in the State of Colorado and submitted in accordance with subsection 105.02. Subsection 514.06 shall include the following: Railing will be measured by the linear foot from end to end of the railing, and include the concrete parapet and steel railing. Subsection 514.06 shall include the following: Pay Item Pedestrian Railing (Steel) (Special) 53 Pay Unit Linear Foot • • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 601 CUT STONE VENEER Section 601 of the Standard Specifications is hereby revised for this project to include the following: DESCRIPTION This work consists of furnishing and installing all stone, labor, equipment and materials to construct stone veneer on the concrete parapet for the Pedestrian Railing (Steel) (Special). MATERIALS The cut stone veneer shall be Colorado Buff Flagstone. All stones shall be irregular in shape, approximately eight inches square and two inches thick. The dovetail slots and wire ties shall be commercial quality and shall be galvanized. The Contractor shall submit dovetail slot and wire tie material and installation specifications as recommended by the manufacturer to the Engineer, for approval. Other materials shall meet the requirements specified in the following subsections: Mortar shall comply with Section 704.04. Support clips for stone shall be galvanized steel in accordance with Section 509. The Contractor shall submit support clip design and material and installation specifications as recommended by the manufacturer to the Engineer, for approval. CONSTRUCTION REQUIREMENTS Contractor Submittals. The Contractor shall submit the followings items to the Engineer, for approval, prior to ordering of materials. Materials ordered before Engineer approval shall be at the Contractor's risk. (1) 4'x4' test panel of stone veneer at a location on the structure as selected by the engineer. Show full range of colors and sizes of stone in test panel. Approved panel may be incorporated into completed work. (2) Full range of mortar colors. (3) Design of support clips and material and installation specifications as recommended by the manufacturer to the Engineer (4) Dovetail slot and wire tie material and installation specifications as recommended by the manufacturer to the Engineer Delivery, Storage, and Handling. All materials shall be delivered to an area approved by the engineer at the project site. No stone or other materials shall be stored overnight in an unsecured location at the site. Cracked, chipped, stained, or damaged cut stone panels will be rejected. 54 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -2- REVISION OF SECTION 601 CUT STONE VENEER Installation Procedures. Lay out work in advance and distribute size, shape, and color range of cut stone veneer uniformly over total work area. Lay cut stone veneer with the face exposed. Take care to avoid a concentration of monochromatic colors to any one wall surface area. Maintain an approximate joint size between cut stone veneer as shown on the plans. Do not use stacked vertical joints. Prepare surface of concrete for installation of cut stone veneer. Clean or sandblast existing or new concrete to assure proper mortar bond. Verify no bituminous, water repellant, or form release agents exist on concrete surface that are detrimental to mortar bond. Mix mortar and spread setting bed according to details. Do not spread more than a workable area of five to ten square feet so that mortar will not set before cut stone veneer is applied. Install cut stone veneer from bottom up, starting with the corners. Installation and use of the dovetail slots and wire tie reinforcing shall be as recommended by the manufacturer. Apply '/z" mortar joint betweencut stone veneer and rake mortar joint to 3/" deep. Remove excess mortar as work progresses. Do not shift or tap cut stone veneer after mortar has achieved initial set. Once grout is dry and firm, but not solid, strike the grout to give the joints an even, clean look. Where adjustment is required, remove mortar and replace. Sweep the dust off the cut stone veneer to clean the surface. Warranty. All stone veneer shall have a two-year warranty against failure, cracking, or stones falling off. METHOD OF MEASUREMENT Cut stone veneer will not be measured but will be the quantity shown on the plans, except when changes are ordered in the field or when it is determined that there is an error in the plans in the amount of plus or minus five (5) percent of the plan quantity. Payment will be made under: PAY ITEM Cut Stone Veneer BASIS OF PAYMENT PAY UNIT Square Foot Payment will be full compensation for all materials, labor, and equipment required to place cut stone veneer. Design of the support clips is included in the cost. 55 • • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 . Construction Subaccount No. 17306 REVISION OF SECTION 601 MISCELLANEOUS CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.02 shall change to include the following: All concrete Class B (curb, gutter, sidewalk, medians, miscellaneous paving) shall meet the following requirements: Required Field Compressive Strength Water Cement Ratio Air Content 0 • 4500 psi at 28 days 0.45 maximum 5-8% 56 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 • REVISION OF SECTION 603 CULVERT EXTENSIONS Section 603 of the Standard Specifications is hereby revised for this project as follows: Subsection 603.12 shall include the following: Removal of damaged ends of culverts to extend the culverts will not be paid for separately but shall be included in the work. 9 • 57 0 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 606 IMPACT ATTENUATOR (SPECIAL) Section 614 of the Standard Specifications is hereby revised for this project to include the following: DESCRIPTION This work consists of the construction of impact attenuators of the type shown on the plans. This work shall be done in accordance with these specifications and in conformity with the lines and details shown on the plans or established. MATERIALS Furnish new impact attenuators meeting or exceeding NCHRP 350, TL-3 requirements. Provide the maximum number of bays and/ or maximum energy attenuation over and above TL-3 requirements for which the attenuator has been successfully crash tested or theoretically derived. Ensure the impact Attenuator are manufactured by one of the following companies: QUADGUARD, as manufactured by Energy Absorption Systems, Inc., TRACC, as manufactured by Trinty Industries, Inc., TAU II, as manufactured by Barrier Systems, Inc., or approved equivalent. Ensure replacement parts meet the Manufacturer's requirements to return Impact Attenuator to operational status. The system shall meet the following design parameters: Design Speed: 55 (mph) Width: 2_0 (feet) Bi-directional: No Location: Roadside Object to be shielded: Bridge Rail CONSTRUCTION REQUIREMENTS The site shall be prepared to receive the impact attenuator by filling, excavating, smoothing, constructing the paved foundation pad, installing approved transition and anchoring, and all other work necessary for the proper installation of the attenuator. The impact attenuator shall be fabricated and installed in accordance with the manufacturer's recommendations. The Contractor shall provide a copy of the manufacturer's installation instructions and parts lists to the Engineer prior to installation of the device. 58 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -2- REVISION OF SECTION 614 IMPACT ATTENUATOR (SPECIAL) Each installation shall be supervised and certified as correct upon completion by a representative of the device manufacturer or by an employee of the Contractor who is a certified installer. The certified installer shall have completed device training and shall be registered with the manufacturer as a certified installer METHOD OF MEASUREMENT Impact attenuators will be measured by the number of attenuators shown on plans, installed, and accepted. BASIS OF PAYMENT The accepted quantities will be paid for at the contract unit price for the pay item listed below. Payment will be made under: Pay Item Pay Unit Impact Attenuator (SPECIAL) Each Payment will be full compensation for all work and materials required to furnish, install, and certify the impact attenuator. Site preparation, pavement pad and all necessary hardware including anchors and transitions will not be paid for separately, but shall be included in the work. • 59 • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 618 PRESTRESSEDCONCRETE Section 618 of the Standard Specifications is hereby revised for this project as follows: In subsection 618.02 second paragraph delete the first sentence. In subsection 618.04(c)(7) delete the last sentence. In subsection 618.04(c)(14) delete the first two paragraphs. In subsection 618.07(c)2 delete item (1). Delete Subsection 618.08. .o Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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: 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. 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. City of Fort Collins will provide the surveying and staking anticipated to include the followin: 1. Control Location of horizontal and vertical control points will be provided at approximately 1000- foot intervals. Monuments will be set outside the limits of construction. 2. Easements and Right of Way 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. 4. Storm Drainage One set of offset stakes for each storm drain pipe and inlets. 5. Utility Crossinq One set of offset stakes for the utility conduit crossings. 61 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -2- REVISION OF SECTION 625 CONSTRUCTION SURVEYING 6. Subgrade and Paving 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 a 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, t paving operations. 7. Si ns One set of stakes to locate each sign. 8. Delineators No survey will be provided. The Contractor shall install delineators as specified in the plans. 9. Striping City of Fort Collins will provide layout of all temporary pavement striping for the Contractor. 10. Mailboxes, Newspaper Boxes and Address Posts 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. 11. Property Corners and Section Corners Reset property corners located along the right of way and section corners within the project grading limits. 62 Harmony Road Bridge Over Fossil Creek Inlet & December 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 608 DETECTABLE WARNINGS 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 standard 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 standard 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 CAST in TACT Warning TMA Construction Supply 303-295-6050 Panels r ° � _s: n East Jordan Iron Works,lnc> Truncated Dome Plates 800 626 4653 '. ;. k@ a x e R-4984 Detectable Neenah Foundry Company 800-558-5075 Warning Plate 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 = Bi — B2 x 100 Bi Where B, = Light Reflectance Value (LRV) of the lighter area B2 = LRV of the darker area Absolute black and white will not be permitted. 59A Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 . SECTION 627 EPDXY PAVEMENT MARKING Section 627 of the Standard Specifications is hereby revised as follows: CONSTRUCTION REQUIREMENTS In subsection 627.05 Epoxy Pavement Marking. Delete the section and replace with the following: General. (1) Equipment. Use equipment designed for the preparation and application of the appropriate type of pavement marking material. (2) Contractor's Personnel. Provide a minimum of 1 employee on the project holding an American Traffic Safety Services Association (ATSSA) pavement marking certification and experienced in the application of the appropriate type of pavement marking material.. (3) Pavement Marking Contractors. Provide a letter of certification from the pavement marking manufacturer indicating the Contractor's qualifications to install their product. (4) Surface Preparation. On existing pavements, remove the existing pavement markings according to SECTION 202 and according to the recommendations of the manufacturer of the new pavement markings. Remove temporary pavement markings, if any, the same day the durable pavement markings are applied. Remove loose particles, dirt, tar, grease, 'residue of prior pavement markings and other deleterious material from the pavement surfaces. • (5) Alignment. Lay out the pavement marking as detailed in the Contract Documents. If the Contract Documents do not provide details, submit to the Engineer for approval, a layout plan for the pavement markings that complies to the MUTCD. Locate longitudinal pavement marking stripes a minimum of 2 inches and a maximum of 8 inches from longitudinal joints. Provide adequate guide marks (approximately 2 inches by 12 inches at approximately 30 to 50 foot intervals) for the application of the pavement markings. (6) Pavement Marking Application. Provide the Engineer with a copy of the manufacturer's application instructions. Apply the pavement markings according to the manufacturer's recommendations. Follow the manufacturer's recommendations regarding pavement and ambient temperature at the time of application. The Engineer will verify the pavement and ambient temperatures before beginning work and when deemed necessary. Apply pavement markings straight and close to the intended alignment without abrupt changes that result in an unacceptable appearance. (7) Replacement of Unsatisfactory Pavement Marking. Lines that deviate laterally from the intended alignment more than 2 inches in 200 feet may be rejected. Remove and replace pavement markings that: • have drag marks, gashes, gouges, foreign covering, discolored areas or areas that have failed to solidify. • have improper adhesion, width, length or thickness. • have areas that present a ragged appearance, areas that do not present sharply defined edges, or areas with abrupt unintended changes in alignment. Remove and replace all unsatisfactory pavement markings that do not comply with TABLE 627-1. -2- 63 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 SECTION 627 EPDXY PAVEMENT MARKING TABLE 627-1 MINIMUM RETROREFLECTIVITY REQUIREMENTS TYPE OF MATERIAL COLOR millicandelas/s q m/lux* (minimum) Initial Epoxy White 325 Yellow 250 NOTE. Provide an acceptable 100 foot retroreflectometer to use on the project which will remain the property of the Contractor. In the presence of the Engineer, measure the retroreflectivity between 12 hours and 14 days after the application. Take a minimum of 10 readings per color line evenly spaced on a 2,000 foot roadway section every 1 mile. The Engineer will average all of the readings for each color line within the 2, 000 foot section to determine the retroreflectivity. (8) Acceptance of Pavement Marking. The Engineer will not examine pavement marking for final acceptance until the pavement markings complete a 180 calendar day observation period. The Contractor is responsible for the pavement marking during this period. The 180 calendar day observation period begins the day following the completion of the pavement marking. Providing all other work on the contract is complete, the Engineer will not assess working day charges during the 180 calendar day observation period. At the end of the 180 calendar day period,, the Engineer will examine the pavement marking and inform the Contractor of all pavement marking required to be replaced. Before the project is accepted, replace all failed pavement markings, at own expense. The pavement marking is failed, when more than 10% of the substrate is exposed in a 2,000 foot section of longitudinal pavement marking line. The transverse lines and symbols will be evaluated separately for the exposure of 10% substrate. Abrasion of pavement marking at private entrances or intersections may be excluded from examination. If the Contractor fails to complete the required replacement of pavement markings within 14 calendar days of the examination, during which the application of pavement markings is not precluded by adverse weather or road surface conditions, the Engineer, after giving the Contractor written notice, will reinstate the assessment of working day charges or Liquidated Damages. Working day charges or Liquidated Damages will continue until the work is accepted. If more than 30% of pavement marking is required to be replaced, the replacement pavement markings will not be accepted until the completion of an additional 180 day observation period. The Engineer will, upon satisfactory inspection of the pavement marking, accept the work and terminate the Contractor's responsibilities. Epoxy Liquid Pavement Marking. When pavement markings are applied to PCCP (including concrete bridge decks) less than 1 year old, remove all curing compounds and laitance by shot or sand blasting. Use a slower curing epoxy material (40 minutes) for pavement markings applied to PCCP. For other surfaces, fast setting (10 minutes) epoxy material may be used with approval of the Engineer. 0 -3- 64 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 SECTION 627 EPDXY PAVEMENT MARKING Apply the epoxy liquid material closely behind the surface cleaning procedures. Before mixing the components of the pavement marking material, heat the individual components to the temperature ranges recommended by the manufacturer of the material. Do not exceed the maximum recommended temperature at any time. Apply the epoxy liquid pavement marking material at a thickness of 20 mil ± 5 mil on asphalt and PCCP. Immediately apply all glass beads (double drop system) to the epoxy liquid pavement marking at the rate of 25 pounds per gallon of epoxy liquid, equally divided between the large and regular bead gradations. Do not mix large and regular gradation beads. Keep and apply large and regular beads separately. Apply the large beads on the first drop and the regular beads on the second. METHOD OF MEASUREMENT The Engineer will measure the various colors of pavement markings by the gallon. The Engineer will measure each symbol by the square foot. The. Engineer will pay for 90% of the completed quantity for each of the colors of pavement marking and symbols. Upon acceptance of the pavement markings following the 180 day observation period, the Engineer will pay for the remaining 10% of the completed quantity_ for each of the various colors of pavement marking and symbols. Payment for "Pavement Marking", and "Pavement Marking Symbol' at the contract unit prices is full compensation for the specified work. BASIS OF PAYMENT PAY ITEMS UNITS Pavement Marking (Epoxy) (White) Gallon Pavement Marking (Epoxy) (Yellow) Gallon Pavement Marking Symbol (Epoxy) (White) Square Foot • 65 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road . Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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-630-1, Traffic Controls for Highway Construction, Case and Standard Plan S-630-2 • Schedule of Construction Traffic Control Devices • Temporary and Permanent Traffic Signal Plans • Signing and Striping Plans • Construction phasing plans • Detour plans Special Traffic Control Plan requirements for this project are as follows: A. The Recommended Phasing Plan provided in the Contract Documents is to be used as a . guideline for the CONTRACTOR. The CONTRACTOR shall submit his own detailed Traffic Control Plan for approval by the OWNER. The submittal shall be made at least two 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. Short -duration closures of City streets are allowed as shown in the Recommended Phasing Plans. C. During all phases of construction a minimum of one eleven -foot lane in each direction shall remain open on Harmony Road, except as shown in the recommended phasing plan or as approved by the City. D. The CONTRACTOR shall maintain pedestrian and bicycle movements through the project site. The Traffic Control plan shall address the method of handling these movements. E. During all phases of construction, a minimum of one lane in each direction plus existing auxiliary turn lanes shall remain open through all intersections, except as shown in the recommended phasing plan or as approved by the City. F. The CONTRACTOR shall, at all times, provide for emergency vehicle access into and through the construction site. G. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. H. Keep fire hydrants and water control valves free from obstruction and available for use at all times. 10 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 -2- TRAFFIC CONTROL PLAN - GENERAL I. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. J. Provide and maintain continual temporary access for businesses and residences. K. Roadway Usage Between Operations - At all times when work is not actually in progress, CONTRACTOR shall make passable and shall open to traffic such portions of the project and temporary roadways or portions thereof as may be agreed upon between CONTRACTOR and OWNER and all authorities having jurisdiction over any properties involved. L. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless allowed by the Engineer. M. During the resurfacing work, only one lane may be closed to traffic at any time. Traffic shall not be delayed for more than 15 minutes or as directed by the Engineer. N. 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 CONTRACTORS activities. At the least 48 hours notice is required. Staging of Construction Signing/Striping with Permanent Signing/Striping shall be established with the City's Traffic Department and reflected in the Traffic Control Plan and Schedule, O. Night construction activities are not allowed. 0 P. The CONTRACTOR shall maintain 11' (minimum), 12' (desirable) lanes throughout the project unless otherwise noted in the Construction Phasing plans. Q. The CONTRACTOR shall maintain the condition of all pavements including temporary widening and driveways, as directed by the Engineer. Any improvements necessary will be the responsibility of the CONTRACTOR and included in the price bid for Traffic Control. R. The CONTRACTOR shall be responsible for any temporary striping. The work shall be to the satisfaction of the Engineer and included in the price bid for Traffic Control. • 67 r� • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: DESCRIPTION Subsection 630.01 shall include the following: The Contractor shall submit detailed traffic control plans (TCP) with the proposed method for handling traffic (MHT). A traffic control phasing overview is provided in the plans for guidelines in the preparation of the MHT's. Upon approval, a copy of the approved MHT shall be available at the project site at all times. CONSTRUCTION REQUIREMENTS Subsection 630.09 shall include the following: Detour pavement cross-overs have been constructed in advance of this project. The Contractor shall use the existing pavement and complete the signing and striping to implement the proposed traffic detour and road closure. The Contractor is responsible for removal of the detour pavement, grading of median ditches, and temporary culvert upon completion of the work. METHOD OF MEASUREMENT Subsection 630.14 shall include the following: Payment for traffic control shall be lump sum including all items necessary to complete the work. BASIS OF PAYMENT Subsection 630.15 shall include the following: Two portable message signs will be required for the project for the proposed closure of Harmony Road described previously. Provide message boards a minimum of two weeks prior to initating any work. Pay Item Construction Zone'Traffic Control Pay Unit Lump Sum Temporary pavement markings and removal of temporary pavement markings is not paid for separately and is included in the items for construction zone traffic control and removal of pavement markings. Removal of existing detour pavement is paid for under item removal of pavement markings. All work required for project traffic control for all activities of work is included in the item bid for construction zone traffic control. M. Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 Ak REVISION OF SECTION 702 SUPERPAVE PG BINDERS Section 702 of the Standard Specifications is hereby revised for this project as follows: Subsection 702.01(a) shall include the following: Asphalt cement shall not be acid modified or alkaline modified. Asphalt cement shall not contain any used oils that have not been re -refined for resale. In addition, no modifiers shall be added that do not comply with environmental rules and regulations including 40 CFR Part 261.6(a) (3) (v), and part 266/Subpart C. Modifiers shall not be carcinogenic. The supplier of the PG binder shall be certified in accordance with CP 11. • 29 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 REVISION OF SECTION 713 EPDXY PAVEMENT MARKING MATERIAL Section 713.17 of the Standard Specifications is hereby deleted and replaced as follows: DESCRIPTION This specification covers epoxy resin and glass beads suitable for use as reflective pavement markings on portland cement concrete or asphalt pavement. REQUIREMENTS a. Epoxy Pavement Marking Material. (1) General. Provide an epoxy resin material that is toxic heavy metal free, 2-component, 100% solids, and is formulated and tested to perform as a pavement marking material with glass beads applied to the surface. The 2 components are an epoxy resin and an amine curing agent. Provide complete manufacturer's specifications and material safety data sheets to the Engineer for all material provided. Provide a material that does not exude toxic fumes when heated to application temperature Provide a material that, when mixed in the proper ratio and applied at 0.02 inch wet film thickness at 75OF with the proper saturation of glass beads, has a no tracking time of less than 40 minutes for slow curing material and less than 10 minutes for rapid curing material. Provide a material that is capable of fully curing under a constant surface temperature of 320F or above. • (2) Properties of Cured Material. (a) Color. Provide white and yellow material that complies with the following Daylight Reflectance values: • DAYLIGHT REFLECTANCE Color 45 Degrees-0 Degrees, % Min. White 75 Yellow 45 Provide yellow that complies with the following minimum chromaticity coordinates: CHROMATICITY COORDINATES Color 1 2 3 4 X Y X Y X Y X Y Yellow 0.4611 0.445 0.4761 0.424 0.5201 0.450 0.4951 0.475 (b) Retroreflectivity. Provide epoxy pavement marking material that meets the following minimum retroreflectivity requirements using an acceptable 30-meter retroreflectometer: 70 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -2- REVISION OF SECTION 713 EPDXY PAVEMENT MARKING MATERIAL EPDXY RETROREFLECTIVITY . ..REQUIREMENTS Color millicandelas/sq m/lux min. White 325 Yellow . 250 (c) Hardness. Provide material with Shore D hardness of 75 minimum. (d) Bond Strength.to Concrete. Provide material that when catalyzed, has such a high degree of adhesion to the specified concrete surface that there is a 100% concrete failure. Apply the material at a film thickness of 0.01 ± 0.001 inch to concrete with a minimum compressive strength of 4000 psi. Allow the material to cure for 72 hours at 770F before the test is performed. (e) Yellowness Index. White only. Value after 72 hours in QUV — 30 maximum when tested at 0.01 ± 0.001 inch and a 72-hour cure. (f) Field Evaluation. Field test materials.at AASHTO NTPEP regional test facilities, which include both hot and cold weather conditions and are a minimum of 6 months in duration. b. Glass Beads For Drop -On Application. (double drop system). (1) For the first drop, provide large beads that are compatible with --the epoxy system, and comply with AASHTO M 247 except with the following gradation: . GLASS BEADS Sieve Size Percent Passing No. 10 No. 12 95 - 100 No. 14 80 — 95 No. 16 10 — 40 No. 18 0-5 No. 20 0-2 (2). For the second drop, provide regular beads that are specifically manufactured to be compatible with the epoxy system, and comply with AASHTO M 247, Type I. (3) Both types of beads are to be coated with a moisture resistant coating and an adhesion promoting coating that is compatible with the epoxy system. TEST METHODS a. Bond Strength to Concrete. AASHTO T 237 b. Hardness. ASTM D 2240 c. Yellowness Index. ASTM E 313 d. Glass Beads. AASHTO M 247, KTMR-8, "Moisture Resistance of Glass Beads for Traffic Markings," and KTMR-17, "Adhesion Coating of Glass Beads for Traffic Markings." • 71 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the Division's 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 Unit Amount F/A Minor Contract Revisions F.A. $ 180,000* F/A Partnering F.A. $ 5,000 F/A Fuel Cost Adjustment F.A. $ 15,000 F/A Roadway Smoothness Incentive F.A. $ 10,000 F/A Asphalt Cement Cost Adjustment F.A. $ 50,000 F/A On -The -Job Trainee F.A. $ 200 F/A OJT Colorado Training Program F.A. $525 F/A Erosion Control F.A. $ 25,000 Force Account Descriptions F/A Minor Contract Revisions — This work consists of minor work authorized and approved by the Engineer, which is not included in the contract drawings or specifications, and is necessary to accomplish the scope of work of this contract. F/A Partnering — This work is described in Standard Special Provision - Partnering. F/A Fuel Cost Adjustment — This work is described in Standard Special Provision — Fuel Cost Adjustment. F/A Roadway Smoothness Incentive — Pavement Incentive will be made in accordance with Standard Special Provision, Revision of Sections 105, 202, 401, 406, & 601 — Hot Mix Asphalt Roadway Smoothness (High Speed Profiler). Harmony Road HMA construction shall be in accordance with HRI Category II. Contractor is required to provide all traffic control for the completion of this work. The cost is included in the bid item for construction zone traffic control, lump sum. F/A Asphalt Cement Cost Adjustment — This work is described in Standard Special Provision — Asphalt Cement Cost Adjustment. F/A On -The -Job Trainee — This work is described in Standard Special Provision — On the Job Training. F/A OJT Colorado Training Program — This work is described in Standard Special Provision — On the Job Training. F/A Erosion Control — This work consists of minor erosion control work authorized and approved by the Engineer which is not included in the contract drawings or specifications, and is necessary to accomplish the scope of work for this Contract. 72 Harmony Road Bridge Over Fossil Creek Inlet & December 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 • -2- REVISION OF SECTION 608 DETECTABLE WARNINGS 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. 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. 0 59 B Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 In UTILITIES The following Utilities are known to be within the project limits: Utility/Agency Contact Phone Fiber Optic —"Level 3 Aaron Whyrick (303) 326-7534 1850 Pearl Street Denver, CO 80203 Fossil Creek Inlet Irrigation Ditch - Steve Smith (970) 568-3612 North Poudre Irrigation Company PO Box 100 Wellington, CO 80549 Water— Fort Collins Loveland Water Jay East (970) 221-6814 District 5150 Snead Road Fort Collins, CO 80525 Storm Water — City of Fort Collins Glen Schlueter (970) 224-6065 700 Wood Street P.O. Box 580 Fort Collins, CO 80522 Electric — City of Fort Collins Doug Martine (970) 224-6153 Utilities Department P.O. Box 580 Fort Collins, CO 80522 Gas — Excel Energy Steve Roth (970) 225-7840 1901 E. Horsetooth Road Fort Collins, CO 80525 Telephone — Qwest Bill Johnson (970) 377-6401 3702 Automation Way Suite 106 Fort Collins, CO 80525 The work described in these plans and specifications will require coordination between the Contractor and the utility companies in accordance with subsection 105.10 in conducting their respective operations, so the utility work can be completed with minimum delay to all parties concerned. The Contractor will be required to provide traffic control for any utility work expected to be coordinated with construction, as directed by the Project Engineer. The Contractor shall coordinate expected relocation completion schedules with each utility after notice to proceed. The Contractor shall complete a project schedule and updates to that schedule so, that the project.will be completed in the time frame allowed in this contract considering utility relocations and utility coordination at the time of construction. The work listed below shall be performed by the Contractor in accordance with the plans and 0 specifications, and as directed by the Engineer. The Contractor shall keep the utility companies advised of any work being done to their facilities, so that the utility companies can coordinate their inspections for final acceptance of the work 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. w 73 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 -2- UTILITIES For the Level 3 Fiberoptic - The Contractor shall coordinate the relocation of existing facilities and appurtenances as shown on the plans and as necessary. For the North Poudre Irrigation Company facilities - The Contractor shall coordinate the work within the requirements described in revision of Section 211 Dewatering. Also, construct new ditch accesses and provide access during construction to meet the requirements of the ditch company. For the Fort Collins Loveland Water District water facilities - The Contractor shall coordinate the relocation and/or abandonment of the existing watermain. For the City of Fort Collins Electric - The Contractor shall coordinate the adjustment of existing overhead electric poles, pullboxes, meters, and pedestals as shown on the plans and as necessary. For the Xce/ Energy Gas - The Contractor shall coordinate the relocation of the existing gas line. For the Qwest Fiberoptic and Telephone - The Contractor shall coordinate the relocation, adjustment, and resetting of existing facilities and appurtenances (manhole and pedestal adjustments) as shown on the plans and as necessary. The following utility work is anticipated and shall be performed by the Utility Company or their agents. Additional work may be necessary and all improvement shall be coordinated by the • CONTRACTOR as required for completion of the project. Level 3 Fiberoptic — Relocate fiberoptic line between approximate STA 57+00 and 67+50 right for roadway reconstruction and widening. Reset appurtenances as required. North Poudre Irrigation Company facilities — None. Fort Collins Loveland Water District water facilities — Abandon or relocate existing watermain to facilitate the proposed construction. City of Fort Collins Electric — Adjust and/or reset poles, pullboxes, meters, and pedestals as necessary and as shown on the plans. Xce/ Energy —Relocate existing gas line between STA 57+00 and 67+50 right for roadway reconstruction and widening. Qwest Telephone — Relocate telephone line between approximate STA 57+00 and 67+50 right for roadway reconstruction and widening. Reset telephone pedestals as shown on plans and as required. 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 the contacting the respective company. Utility service laterals shall also be located prior to beginning excavation or grading. 74 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 • All costs incidental to the foregoing requirements will not be paid for separately, but shall be included in the work. • 75 . Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 GENERAL 404 PERMIT • • The proposed work as shown in the plans has been permitted by the U.S. Army Corps of Engineers under a Nationwide 404 Permit No. 3 (Corps File No. 2009-2801-DEN). The Contractor must comply with all special and general conditions attached to the permit. All costs for permit compliance will be included in the costs of the work. Any deviation from the plans which involves additional excavating or placing fill in the channel may result in a violation of the 404 Permit and the Clean Water Act. Any other work performed for local landowners, lessees, etc., in the project area has not been permitted under this project and would also require a separate 404 permit. A copy of this permit is available from the City of Fort Collins, and the Contractor is advised to read and comply with all the terms and conditions. 76 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. 0 • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 November 30, 2006 REVISION OF SECTION 101 SAFETY CRITICAL WORK Section 101 of the Standard Specifications is hereby revised for this project as follows: Add subsection 101.88 which shall include the following: 101.88 Safety Critical Work. Elements of the work that, if performed improperly, could encroach upon and endanger traffic that is following all traffic regulations. Safety critical work may include work elements performed under one or more of the following situations: (1) Work that is constructed on, over, or near a traffic route and could become unstable over time if installed improperly. (2) Work that requires the use of lifting devices in the vicinity of traffic. Elements of work considered safety critical for the project will be identified in a project special provision titled Revision of Section 107 — Performance of Safety Critical Work. "Traffic", as used above, is defined as the vehicles, railroad, pedestrians, aircraft, and watercraft moving along a route. The route may be permanent or temporary, such as a detour. 78 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 10 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 79 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 �. Construction Subaccount No. 17306 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 VECR The following information shall be submitted for each Conceptual Proposal: • :E Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 August 1, 2005 2 REVISION OF SECTION 104 VALUE ENGINEERING CHANGE PROPOSALS (1) Statement that the proposal is submitted as a Conceptual VECP (2) General description of the difference between the existing Contract and the proposed change, and the advantages and disadvantages of each, including effects on service life, requirements for planned future development, prior commitments to governmental agencies or the public, corridor requirements, economy of operation, ease of maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction. The Contractor shall request in writing the necessary information from the Engineer. (3) One set of conceptual plans and a description of proposed changes to the Contract specifications (4) Estimate of the anticipated cost savings or increase (5) Statement specifying the following: (I) when a response to the conceptual proposal from the CDOT is required to avoid delays to the existing contract prosecution (II) the amount of time necessary to develop the full Proposal (iil) the date by which a Contract Modification Order must be executed to obtain maximum benefit from • the Proposal (iv) the Proposal's impact on time for completing the Contract (b) Submittal of Full Value Engineering Change Proposal. The following materials and information shall be submitted for both a Category A and VECP (Category 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, economyof 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, 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. • 81 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 (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. 82 Harmony Road Bridge Over Fossil Creek Inlet & December 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 -3- REVISION OF SECTION 608 DETECTABLE WARNINGS 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: 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 work for concrete curb ramp. 59C Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 August 1, 2005 REVISION OF SECTION 104 VALUE; ENGINEERING CHANGE PROPOSALS . (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. 1. The Engineer will determine if a Proposal qualifies for consideration and evaluation. The Engineer may reject any Proposal that requires excessive time or costs for review, evaluation, or investigation. The Engineer may reject proposals that are not consistent with the CDOT's design and criteria for the project. 2. VECP, whether or not approved by the CDOT, apply only to the ongoing Contracts referenced in the Proposal and become the property of the CDOT Proposals shall contain no restrictions imposed by the Contractor on their use or disclosure. The CDOT has the right to use, duplicate and disclose in whole or in part any data necessary for the utilization of the Proposal. The CDOT retains the right to utilize any accepted Proposal or part thereof on other projects without obligation to the Contractor. This provision is subject to rights provided by law with respect to patented materials or processes. 3. If the CDOT is already considering revisions to the Contract or has approved changes in the Contract that are subsequently proposed in a VECP, the Engineer will reject the Proposal and may proceed to implement these changes without obligation to the Contractor. 4. The Contractor shall have no claim against the CDOT for additional costs or delays resulting from the rejection or untimely acceptance of a VECP. These costs include but are not limited to: development costs, loss of anticipated profits, increased material or labor costs, or untimely response. 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. 83 0 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 9. No VECP proposal can be used to alter incentive and disincentive rates and maximums on A+B projects. 84 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 1i August 1, 2005 4 REVISION OF SECTION 104 VALUE ENGINEERING CHANGE PROPOSALS 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 maybe 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. 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: 85 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 August 1, 2005 REVISION OF SECTION 104 VALUE ENGINEERING CHANGE PROPOSALS 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. 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 CDOT's portion of the cost. 3. At the completion of the VECP design work, the Contractor shall furnish the CDOT any additional documentation such as surveys, geotechnical reports, documentation or calculations and shop drawings required to complete the work. At the completion of -the 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. 0 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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'- p' a cent size sieye4h-�_=_•• `� 12 5 mm ('/2 sieve and larger 1 „150 rnN N&.. 00)1r9ieve toT9 5xmrn5(3/8s) sieve mclus e nd i� � p 5S�.A Y .c {�+i`�" 3� Yy'f. £ ;'t3'_ c� �-� � � E '4' "(except 100.perceritsize;sieve z. �_� v�2 "" .N ✓C^d[ 3�9�� bS•,z 75 pm (No 200) sieve 6 V Liquid Limit :'�� �' � d - �•�£ L' �. .L.��- ;��=Y aa)•y.• l,_y4v� 3 'fig •�0"g_ Asphalt penetration MAsPhaltsresicJue 1 Portland Cement Concrete Pavement Fine Aggregate Sand Equivalent 0.3 ou p minimum 0.8 enac`ity,s�mch=pounds Elastic Recovery, 25 °C, percent minimum 1.25 s�_Ductilit „ 4 C? 5cm/Mi-n ,cm; ffiJimiam ss u . �' :x` _ . �S xha . _° ? , Rs 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 304 Aggregate Base Course Gradation 0.60 403 Hot IVIiX,As halt* r -t fH drateii Lime tion� Q:60 � W, r .� . .Gradi " 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. E E 0 is Harmony Road Bridge Over Fossil Creek Inlet & Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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: November 2009 July 3, 2008 105.04 Conformity to the Contract of Superpave Performance Graded Binders. Asphalt binders will be price reduced according to the following if the requirements of subsection 702.01 are not met: TABLE OF PERFORMANCE GRADED BINDER LIMITS Property Specification Compliance Limit for Rejection Limit, Price Price Reduction of 0% Reduction = 25% G"sin (delta) of RTFO Residue 2.20 Min 1.87 Min < 1.53 Slope (m-value) of the Creep Curve at Low Grade Temperature + 0.300 Min 0.295 Min < 0.266 10, C. Stiffness of the PAV Residue at Low Grade 300 Max 311 Max >355 Temperature + 10* C, 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 — test value CL — RL Where: PR = Price Reduction CL = Compliance Limit RL = Rejection Limit (1) 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)] • [(1/100) o (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)] . [(1/100) • (Contract Unit Price for PG Binder)] (2) 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 :: Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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 July 3, 2008 2 REVISION OF SECTION 105 CONFORMITY TO THE CONTRACT OF SUPERPAVE PERFORMANCE GRADED BINDERS 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. LJ • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to'Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 November 5, 2009 1 REVISION OF SECTIONS 105, 202, 401, 406 and 601 HOT MIX ASPHALT PAVEMENT ROADWAY SMOOTHNESS (HIGH SPEED PROFILER) Sections 105, 202, 401, 406, and 601 of the Standard Specifications are hereby revised for this project as follows: Delete subsection 105.07 and replace with the following: 106.07 Conformity to Roadway Smoothness Criteria. Roadway smoothness testing and corrective work shall be performed as described below. The pavement smoothness category shall be HRI Category II unless shown on the plans. (a) Smoothness Quality Control Testing- (1) The Contractor shall perform Smoothness Quality Control (SQC) testing. The test results shall be submitted to the Engineer within 48 hours of completion. SQC test results shall show the Half Car Roughness Index (HRI) or Percent Improvement (%I) for each 0.10 mile or 0.05 mile section respectively. When the Contract specifies HRI, the test results shall show the results for localized roughness. All traffic control costs associated with SQC testing will be paid for in accordance with Section 630. When the Contract specifies HRI Category I, SQC results shall be in the form of HRI, SQC shall be performed on the first 2,000 tons for the final layer. When the Contract specifies HRI Category II, SQC results shall be in the form of HRI. SQC shall be performed on the first 2,000 tons for both the final layer and the next lower pavement layer and at the completion of the next lower pavement layer. When the Contract specifies HRI Percent Improvement, SQC results shall be in the form of HRI and HRI Percent Improvement. SQC shall be performed on the first 2,000 tons for the final layer. SQC testing shall be performed using the Contractor's inertial profiler, pursuant to the methods described in subsection 105:07(b) and in accordance with the manufacturer's recommendations. The Contractor's Profiler shall be certified according to CP 78. A list of certified profilers is located at hftp://www.dot.state.co.us/DesignSupport/. Production shall be suspended if SQC testing indicates that corrective work is required in accordance with subsection 105.01(c). Production will remain suspended until the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor. When production resumes, the Contractor shall profile the first 2,000 tons of HMA. The conditions above for suspension of work will apply. The Contractor may elect to perform corrective work prior to the Smoothness Acceptance Testing. When the Contractor elects to perform corrective work, cores shall be taken to verify that minimum pavement thicknesses have been maintained. Coring shall be performed in diamond ground areas longer than 100 linear feet. A core shall be randomly taken at the contractors expense at a minimum frequency of 1 per 100 linear feet as directed by the Engineer. (2). The finished transverse and longitudinal surface elevation of the pavement shall be measured using a 10 foot straightedge. Areas to be measured will be directed by the Engineer. The Contractor shall furnish an approved 10 foot straightedge, depth gauge and operator to aid the Engineer in testing the pavement .e Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 I� surface. Areas showing high spots of more than 3/16 inch in 10 feet shall be marked and diamond ground until the high spot does not exceed 3/16 inch in 10 feet. (b) Smoothness Acceptance Testing. The Contractor shall perform Smoothness Acceptance Testing (SA) which will be used for acceptance and calculation of incentive and disincentive payments. November 5, 2009 2 REVISION OF SECTIONS 105, 202, 401, 406 and 601 HOT MIX ASPHALT PAVEMENT ROADWAY SMOOTHNESS (HIGH SPEED PROFILER) All traffic control costs associated with SA testing will be paid for in accordance with Section 630. Longitudinal Pavement Surface Smoothness Acceptance. Pavement surfaces shall be tested and accepted for longitudinal smoothness as described herein. A. Testing Procedure (General). The longitudinal surface smoothness of the final pavement surface shall be tested by the Contractor in accordance with CP 74 and using the Contractor's high-speed profiler (HSP). The Contractor's Profiler shall be certified according to CP 78. A list of certified profilers is located at http://www.dot.state.co.us/DesignSupport/ The HSP instrumentation shall be verified in accordance with CP 74 prior to measurements. The Contractor shall lay out a distance calibration site. The distance calibration site shall be located no more than ten miles from the Project limits. The distance calibration site shall be 1056 feet long and shall be on a relatively flat, straight section of pavement as approved by the Engineer. The site shall have a speed limit equal to the Project's highest speed limit that allows for the HSP to operate • uninterrupted. The limits of the site shall be clearly marked and the distance shall be measured to an accuracy of +/- 3 inches. The Contractor shall provide in writing the site location to the Engineer. The cost of the distance calibration site will not be measured and paid for separately, but shall be included in the work. The entire length of each through lane, climbing lane and passing lane including bridge approaches, bridge decks and intersections from the beginning to the end of the project shall be profiled. Shoulders less than 12 foot in width and medians will not be profiled and will not be subject to incentive/disincentive adjustments. Shoulders with a width of 12 feet or greater, ramps, tapers, turn slots, acceleration lanes and deceleration lanes will be profiled, but will not be subject to incentive/disincentive adjustments. Shoulders with a width of 12 feet or more, ramps, tapers, turn slots, acceleration lanes and deceleration lanes will be evaluated for localized roughness corrective work. The profile of the entire length of a lane shall be taken at one time. However, the Engineer may break a project into sections to accommodate Project phasing. A sufficient distance shall be deleted from the profile to allow the profiler to obtain the testing speed plus a 300 foot distance to stop and start when required.. Incentive/disincentive payments will not be made for this area. The final surface of these areas shall be tested in accordance with subsection 105.07(a) 2. Shoulders less than 12 foot in width and medians constructed as part of this project shall be measured in accordance with subsection 105.07(a) 2. When the Contract Specifies HRI, the following applies: (1) The profile shall include transverse joints when pavement is placed by the project on both sides of the joint. When pavement is placed on only one side of the joint, the profile shall start • 5 feet outside the project paving limits. The profile of the section of pavement 5 feet outside 91 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 the paving limits to 25 feet inside paving limits will not be subjected to incentive or disincentive payments, but will be evaluated for localized roughness. (2) The profile of the area 25 feet each side of every railroad crossing, cattle guard, bus pad, manhole, gutter pan and intersection (where there is a planned breakpoint in the profile grade line in the direction of testing) shall be deleted from the profile before the HRI is determined. November 5, 2009 3 REVISION OF SECTIONS 105, 202, 401, 406 and 601 HOT MIX ASPHALT PAVEMENT ROADWAY SMOOTHNESS (HIGH SPEED PROFILER) Incentive/disincentive payments will not be made for these areas. Areas deleted from the profile shall be tested in accordance with subsection 105.07(a) 2. (3) When both new pavement and a new bridge or new bridge pavement are being constructed in a project, the profile of the area 25 feet each side of every bridge expansion device (joint) shall be deleted from the profile before the HRI is determined. Incentive/disincentive payments will not be made for this area. Areas deleted from the profile shall be tested in accordance with subsection 105.07(a) 2. Diamond grinding will not be measured and paid for separately, but shall be included in the work. For all other projects, the profile of the area 25 feet each side of every bridge expansion device (joint) shall be deleted from the profile before the HRI is determined. Incentive/disincentive payments will not be made for this area. If the Engineer determines that corrective work is required in this area, payment will be made in accordance with subsection 109.04. i(4) The Contractor shall notify the Engineer in writing at least five working days in advance of his intention to perform SA testing. The Contractor shall profile the Project within 14 days after the completion of paving operations. The Engineer will witness the SA profiling and take immediate possession of the SA data. (5) The Contractor shall not perform any corrective work that will effect the pavement smoothness for ten working days after completion of the SA testing or as approved by the Engineer. This time is to allow for the Department to analyze the data and perform smoothness verification testing. 0 When the Contract specifies HRI Percent Improvement, the Contractor shall comply with the following: (1) The Contractor shall notify the Engineer in writing of his intention to perform initial SA testing. This notification shall be at least five working days in advance of any work that will affect the smoothness of the lanes. This includes but is not limited to the following work; manhole adjustment, valve box adjustments, curb and gutter repair, milling, planing or patching. (2) The Contractor shall perform the initial SA testing prior to any work that will affect the smoothness of the lanes. The Engineer will witness the SA profiling and take immediate possession of the SA data. (3) The Contractor shall not perform any work that will effect the initial smoothness of the lanes for ten working days after completion of the initial SA testing or as approved by the Engineer. This time is to allow for the Department to analyze the data and perform smoothness verification testing. 92 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Revised December 2009 Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 . SECTION 627 EPDXY PAVEMENT MARKING Section 627 of the Standard Specifications is hereby revised as follows: CONSTRUCTION REQUIREMENTS In subsection 627.05 Epoxy Pavement Marking. Delete the section and replace with the following: General. (1) Equipment. Use equipment designed for the preparation and application of the appropriate type of pavement marking material. (2) Contractor's Personnel. Provide a minimum of 1 employee with a minimum of 5 years experience in the application of the appropriate type of pavement marking material. (3) Pavement Marking Contractors. Provide a letter of certification from the pavement marking manufacturer indicating the Contractor's qualifications to install their product. (4) Surface Preparation. On existing pavements, remove the existing pavement markings according to SECTION 202 and according to the recommendations of the manufacturer of the new pavement markings. Remove temporary pavement markings, if any, the same day the durable pavement markings are applied. Remove loose particles, dirt, tar, grease, residue of prior pavement markings and other deleterious material from the pavement surfaces. (5) Alignment. Lay out the pavement marking as detailed in the Contract Documents. If the Contract • Documents do not provide details, submit to the Engineer for approval, a layout plan for the pavement markings that complies to the MUTCD. Locate longitudinal pavement marking stripes a minimum of 2 inches and a maximum of 8 inches from longitudinal joints. Provide adequate guide marks (approximately 2 inches by 12 inches at approximately'30 to 50 foot intervals) for the application of the pavement markings. (6) Pavement Marking Application. Provide the Engineer with a copy of the manufacturer's application instructions. Apply the pavement markings according to the manufacturer's recommendations. Follow the manufacturer's recommendations regarding pavement and ambient temperature at the time of application. The Engineer will verify the pavement and ambient temperatures before beginning work and when deemed necessary. Apply pavement markings straight and close to the intended alignment without abrupt changes that result in an unacceptable appearance. (7) Replacement of Unsatisfactory Pavement Marking. Lines that deviate laterally from the intended alignment more than 2 inches in 200 feet may be rejected. Remove and replace pavement markings that: • have drag marks, gashes, gouges, foreign covering, discolored areas or areas that have failed to solidify. • have improper adhesion, width, length or thickness. • have areas that present a ragged appearance, areas that do not present sharply defined edges, or areas with abrupt unintended changes in alignment. Remove and replace all unsatisfactory pavement markings that do not comply with TABLE 627-1. • 63 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 • (4) When the Contractor performs work on the existing pavement priorJo the initial SA testing, the affected sections will not be subject to incentive payments, but will be subject to disincentive payments and corrective work. (5) The Contractor shall notify the Engineer in writing at least five working days in advance of his intention to perform final SA testing. The Contractor shall profile the Project within 14 days after the completion of paving operations. Manholes and valve boxes shall be raised prior to final SA testing. The Engineer will witness the SA profiling and take immediate possession of the SA data. (6) The Contractor shall not perform any corrective work that will effect the final pavement smoothness for ten working days after completion of the final SA testing or as approved by the Engineer. This time is to allow for the Department to analyze the data and perform smoothness verification testing. November 5, 2009 4 REVISION OF SECTIONS 105, 202, 401, 406 and 601 HOT MIX ASPHALT PAVEMENT ROADWAY SMOOTHNESS (HIGH SPEED PROFILER) (7) The profile shall include an additional 25 feet of pavement outside the project paving limits B. Smoothness Testing Procedures. The Contractor shall mark the profiling limits and excluded areas. When the Contract specifies HRI Percent Improvement, the markings shall be located in a location that will not be disturbed, so that the section start and stop locations will be identical for the initial and final pavement surface. The Engineer will verify that the Contractor'smarks are located properly. The Contractor shall use traffic cones with reflective tape or reflective tape on the pavement at the beginning and end of each lane for triggering the start and stop locations on the profiler and at any other location, where portions of the profile are being deleted. These locations shall be marked with temporary paint so that the Department's profiler uses the same locations for smoothness verification testing. The Contractor shall clear the lanes to be tested of all debris before profiling. The Contractor shall submit a Method for Handling Traffic (MHT) to the Engineer for approval at least five days in advance of SA testing. The MHT shall detail the methods for traffic control that will allow for continuous non-stop profiling of each lane to be profiled at a minimum speed of 15 mph. The Contractor shall provide the traffic control in accordance with the approved MHT. Each lane shall be profiled three times at a constant speed (+/- 5 mph) with a minimum speed of 15 mph and a maximum speed of 70 mph. Shoulders with a width of 12 feet or more, ramps, tapers, turn slots, acceleration lanes and deceleration lanes shall be profiled once. The profile shall be taken in the intended direction of travel. The left and right wheel paths shall be profiled simultaneously. The collected profiles shall be turned over immediately to the Engineer and will be analyzed using CP 74. When the Contract specifies HRI, the Department will determine a HRI for each 0.1 mile section or fraction thereof of completed pavement. The HRI consists of the average of the Left and right wheel path's profile passed through the International Roughness Index (IRI) filter. (1) The Contractor's SA test results will be available within ten working days of the completion of SA testing. The Engineer will give the Contractor a report that will include the lane profiled, the • 93 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 HRI in 0.10 mile increments and a summary of areas requiring corrective work. The Engineer may determine that it is necessary for the Contractor to re -profile a lane. Areas requiring corrective work will be determined according to subsection 105.07(c) 1. The third run of each lane will be used for the determination of Localized Roughness. Sections less than 0.01 miles in length shall not be subject to corrective work as specified by Table 105-6. Sections less than 0.01 miles in length shall be included in the Localized Roughness determination. (2) When the Contract specifies HRI Percent Improvement, the Department will determine an HRI for each 0.05 mile section or fraction thereof of pavement. The HRI consists of the average of the left and right wheel path's profile passed -through the IRI filter. The Contractor's SA test results will be available within ten working days of the completion of SA testing. The Engineer will give the Contractor a report that will include the lane profiled, the HRI in 0.05 mile increments, percent improvement in 0.05 mile increments and areas requiring corrective work. The Engineer may determine that it is necessary for the Contractor to re -profile a lane. November 5, 2009 5 REVISION OF SECTIONS 105, 202, 401, 406 and 601 HOT MIX ASPHALT PAVEMENT ROADWAY SMOOTHNESS (HIGH SPEED PROFILER) Areas requiring corrective work will be determined in accordance with subsection 105.07(c) 2. is C. When the Contract specifies HRI, incentive/disincentive payments for pavement smoothness will be made on a square yard basis in accordance with the following: Incentive and Disincentive payments will be based on the HRI for each 0.1 mile section or fraction thereof. Incentive/Disincentive.payments for Pavement Smoothness will be made in accordance with Table' 10576. Sections less than 0.01 miles in length will not be subject to disincentive payments. Table 105-6 HMA PAVEMENT SMOOTHNESS (INCHES/MILE) HALF -CAR ROUGHNESS INDEX Pavement Smoothness Incentive Payment No Incentive or Disincentive Payment Corrective Category ($/sqyd) Disincentive ($/sgyd) Work Required UVhen HRI > 63 O and. �Wtien HRl3>_ 7r2 0 and '�'` "When'HRI > When HRI >_ 40.0 and s 63.0 When HRI > 90.0 = 1.753 — 0.02783 x HRI 1 = -$0.64 II�"�� 'w.0 { wWhentiHRl 0 ands n•: t a rs n a f;: 'y'..I Cb+ When HRI ?�67a05andt� t.'tad y�', I N,qr When HRI �ii. -' �.When„HRI;�t350 �-�� �u� , When HRI >_ 35.0 and <_ 58.0 When HRI > 85.0 94 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 1 =1.614 — 0.02783 x HRI I = -$0.64 D. When the Contract specifies HRI Percent Improvement (%I), incentive/disincentive payments for pavement smoothness will be made on a square yard basis in accordance with the following: The Engineer will produce a report of the original surface that will include the lane profiled and the HRI in 0.05 mile increments. Incentive and disincentive payments will be based on the %I of the HRI for each 0.05 mile section or fraction thereof on -the final paved surface compared to the HRI for each 0.05 mile section or fraction thereof on the original surface. Sections less than 0.01 miles in length will not be subject to disincentive payments. The %I will be calculated as follows: %I = (HRI OF ORIGINAL SURFACE- HRI OF FINAL SURFACE) X 100 HRI OF ORIGINAL SURFACE Incentive/disincentive payments for Pavement Smoothness will be made in accordance with Table 105-7 or 105-8. November 5, 2009 6 REVISION OF SECTIONS 105, 202, 401, 406 and 601 HOT MIX ASPHALT, PAVEMENT ROADWAY SMOOTHNESS (HIGH SPEED PROFILER) When the Contract specifies Rural Construction Percent Improvement, the Contractor may request in writing to the Engineer that the pavement smoothness category is changed to HRI Category I. The request shall be made prior to the Smoothness Acceptance testing.of final paving surface. If approved by the Engineer all requirements for HRI Category I shall apply and the smoothness category shall not be changed back to Rural Construction Percent Improvement. .. Table 105-7 HMA PAVEMENT SMOOTHNESS RURAL CONSTRUCTION PERCENT IMPROVEMENT (%I) HALF -CAR ROUGHNESS INDEX Incentive Payment No Incentive or Disincentive Payment Corrective $/s d Disincentive $ls d ' Work Required' 5ffx� 4`>�J ��LB�� €�`�*� . i ,Whenu%I$>°,60 � u 2�� 3k'.'y. ,fT' '�.� When%ol > 40Nv`0`and < a r,Pc.W� ^:i. �Y Y4' 'Y� t`4' ,� �L "_ �1' kc.""��i.1,•�+� �lxj�'�,tRS( When %Iv>N25 Oand�s�� q^ ✓�� �` Yui � if � f �Ox'?� a'�` `�• " F' � Yy K ���4� . w ,�r�� y�". � •'»& .� yYw pf4L *k�u`}� ,,." y�^-.�ti"! �S` �W� �w"'i �Y..!'.s � � '�( �"v � �.ry� nt^�a �,.�l�i I _$.OQO.i �1280 /1;5Q0��_ When %1 >_ 45.0 and <_ 60.0 When %I < 25.0 1=(32x%I- 1440)/1500 1 = -$0.32 1 Disincentives will not be assessed and corrective work will not be required for a 0.05 mile section if the HRI is equal to or less than 80.0 in/mi Table 106-8 HMA PAVEMENT SMOOTHNESS 95 E Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 URBAN CONSTRUCTION PERCENT IMPROVEMENT (%I) Half Car Rouqhness Index Incentive Payment No Incentive or Disincentive Payment Corrective $/s d Disincentive $/s d Work Required' � Nr. When %I -T:' O and;< �Wfiene%I xj'� A tWo �< htenay./ol �25 0 When %I >_ 5.0 ands 50.0 When o < -20.0 1=(32x%I- 160)/4500 1 .I = -$0.32 1 Disincentives will not be assessed and corrective work will not be required for a 0.05 mile section if the HRI is equal to or less than 80.0 in/mi (c) Corrective Work. Corrective work shall be proposed in writing by the Contractor. Corrective work shall not be performed until approved in writing by the Engineer. The Contractor may elect to perform optional corrective work prior to the Smoothness Acceptance Testing. Once Smoothness Acceptance testing has been completed, the Contractor shall not perform additional corrective work until after the Engineer returns the results of the Smoothness Acceptance (SA) testing and after the Department's smoothness verification testing, if performed. Corrective work on lower layers shall be at the Contractor's discretion. The Department will analyze the SA testing for acceptance and indicate areas requiring corrective work in ® accordance with subsection 105.07(b). Incentive/disincentive payments will be based on the Contractor's SA testing. The Contractor shall perform corrective work in the areas indicated by the SA November 5, 2009 7 REVISION OF SECTIONS 105, 202, 401, 406 and 601 HOT MIX ASPHALT PAVEMENT ROADWAY SMOOTHNESS (HIGH SPEED PROFILER) testing. The Contractor shall profile the roadway to verify that the required corrective work has been completed. Half -Car Roughness Index Corrective Work: A. The criteria for determining if a 0.1 mile section or fraction thereof requires corrective work is specified in Table 105-6. In addition to determining if a 0.1 mile section or fraction thereof requires corrective work, the profiles shall be analyzed for areas of Localized Roughness. B. Localized Roughness. The profiles shall be analyzed to determine where areas of localized roughness occur. The profile shall be summarized using the continuous HRI reporting system using an averaging length of 25 feet. The FHWA's ProVal (Version 2.7 or later) software will be used to generate the continuous HRI report. ProVal can be downloaded at http://www.roadprofile.com. Areas shall be considered deficient, and require corrective work where the continuous HRI report exceed the values in Table 105-9. Areas of localized roughness less than 25 feet in distance that contain a valve box shall be tested in accordance with subsection 105.07 (a) 2. for corrective work. Table 105-9 .CONTINUOUS HRI USING 25 FOOT AVERAGING FOR LOCALIZED • ROUGHNESS CORRECTIVE WORK ON HMA PAVEMENTS M. Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 - HRI SMOOTHNESS HRlln/mile CATEGORY 1 135.0 ' II. "RUM F125 t) 2. Half Car Roughness Index Percent Improvement Corrective Work. The criteria for determining if corrective work is required for a 0.05 mile section or fraction thereof is specified in Table 105-7 or 105-8. When the corrective work is complete, the Contractor shall re -profile the corrective work area and determine a HRI Percent Improvement for each 0.05 mile section or fraction thereof. Additional corrective work in accordance with this specification will be required if the HRI Percent Improvement for a 0.05 mile section or fraction thereof doesn't meet the specified range shown in Table 105-7 or 105-8. If corrective work is required, the Contractor shall submit a written corrective work proposal to the Engineer, which shall include the methods and procedures that will be used. The Contractor shall not commence corrective work until the methods and procedures have been approved in writing by the Engineer. The Engineer's approval shall not relieve the Contractor of the responsibility of producing work in conformity with the Contract. C. Corrective Methods. Corrective work shall consist of diamond grinding, an approved overlay, or removal and replacement. Corrective work shall conform to of one of the following conditions: (1) Removal and Replacement. The pavement requiring corrective work shall be removed, full width of the lane and the full thickness of the layer in accordance with subsection 202.09. November 5, 2009 8 REVISION OF SECTIONS 105, 202, 401, 406 and 601 HOT MIX ASPHALT PAVEMENT ROADWAY SMOOTHNESS (HIGH SPEED PROFILER) The removal area shall begin and end with a transverse butt joint, which shall be constructed with a transverse saw cut perpendicular to centerline. Replacement material shall be placed in sufficient quantity so the finished surface conforms to grade and smoothness requirements. Sections removed and replaced shall be at least 0.20 miles in length. (2) Overlay. The overlay shall cover the full width of the pavement including shoulders. The area overlaid shall begin and end with a transverse butt joint, which shall be constructed with a transverse saw cut and asphalt removal. All material shall be approved hot bituminous mixtures that meet all contract requirements. The overlay shall be placed so that the finished surface conforms to grade and smoothness requirements. The overlay area shall be compacted to the'specified density. The overlay thickness shall be equivalent to that of the final layer in accordance with the Contract. Sections overlaid shall be at least 0.20 miles in length. - (3) Diamond Grinding.- Grinding shall not reduce planned pavement thickness by more than 0.3 inches. The entire ground area of the final pavement surface shall be covered with a Tack Coat conforming to Section 407 (CSS-1 h at 0.1 gallons per square yard of diluted emulsion; the emulsion shall be 97 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 diluted with water at the rate of 50 percent water and 50 percent emulsion) when grinding is complete. (d) Department Smoothness Verification Testing (SV). The Department may elect to perform smoothness verification (SV) testing using the Department's inertial profiler, with the methods described in subsection 105.07(b). The Engineer will notify the Contractor of the Department's intention to perform SV testing. All traffic control costs associated with Department SV testing will be paid for by the Department in accordance with Section 630. The Contractor's SA test results will be compared to the Department's SV test results. The Contractor's SA test results will be considered acceptable and will be used for incentive/disincentive payment if the following criteria are met: (1) The difference in HRI for a 1/10 or 1/20 mile section is less than 6.1 inches/mile for a minimum of 90 percent of the 1/10 or 1/20 mile sections for each lane. (2) The difference in average HRI for each lane is less than 6.1 inches/mile. (3) The difference in the length of each lane is less than 0.2 percent When the Contractor's SA test results are not considered acceptable, the Department's SV test results will be used for incentive/disincentive payment and the Contractor's profiler certification shall be evaluated pursuant to CP 78. The Department will have 30 days to complete this evaluation. The Contractor will be assessed a charge of $1,000 for SV testing when the Contractor's SA test results are not considered acceptable. (e) HMA Recycling Treatments and Thin Lift smoothness Criteria. When HMA recycling treatments or when . only one layer less than 1.5 inches of HMA Pavement is placed without an intermediate treatment are constructed as the final riding surface, the following shall be used for acceptance: An HRI for each 0.1 mile section shall be determined on the original pavement surface prior to beginning the work. An HRI for each 0.1 mile section shall be determined on the pavement surface after the work is complete. November 5, 2009 9 REVISION OF SECTIONS 105, 202, 401, 406 and 601 HOT MIX ASPHALT PAVEMENT ROADWAY SMOOTHNESS (HIGH SPEED PROFILER) When a 0.1 mile section has a final HRI greater than 80.0 in/mile and the final HRI is greater than the HRI prior to performing the work, that 0.1 mile section shall be corrected by a method approved in writing by the Engineer. Corrective work shall be such that the resulting final HRI is equal to or less than the initial HRI or 80.0 in/mile, whichever is greater. All costs associated with corrective work shall be at the Contractor's expense, including but not limited to traffic control, additional hot mix asphalt, grinding and milling. These criteria do not apply for intermediate treatments that will be overlaid with the final riding surface. In subsection 202.09 delete the last paragraph Delete subsection 401.20 and replace with the following: i 98 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 401.20 Surface Smoothness,. The roadway surface smoothness shall be tested in accordance with subsection 105.07. Delete Subsection 406.11 and replace with the following: 406.11 Smoothness. The longitudinal surface smoothness of the roadway prior to and after cold recycling shall be tested in accordance -with subsection 105.07 by the Contractor. Delete subsection 601.15 (f) 2. and Table 601-2. • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 June 29, 2006 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. 100 Harmony Road Bridge Over Fossil Creek Inlet & Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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. November 2009 July 30, 2009 (a) Project Safety Management Plan. Prior to the start of construction, the Contractor's Project Safety Manager shall prepare a written Project Safety Management Plan (Plan) which shall be specific to the project. The Plan shall include: (1) Designation of a Project Safety Manager and an alternate, including names and contact information, and competent persons for each construction activity as described below. (2) A list of all significant and/or high -risk construction activities and safety considerations as described below, 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 (also known as Toolbox or Tailgate meetings) at the frequency specified in the Plan, which shall be 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. In the event of a safety stand -down, the Contractor shall conduct a project safety meeting to discuss the circumstances leading to the stand -down, and the measures that shall be taken to prevent a recurrence. The Contractor shall notify the Engineer of the time, date, and location of these meetings, shall require participation by all persons (including Department personnel and consultants) working at the project site, and shall track attendance through sign-up lists. (6) At the Contractor's option, portions of the. Plan may be prepared by the subcontractor(s) that will be performing that subcontracted work. The Contractor shall remain responsible for the overall project Plan, and for incorporating portions prepared by subcontractors. Portions of the plan prepared by subcontractors shall be as stringent as the Contractor's overall Plan. (7) 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. (8) Procedures to be followed in cases where workers are suspected of drug or alcohol impairment. (9) Provisions for project safety inspections. The Project Safety Manager shall conduct regular project safety inspections at the frequency specified in the Plan, once per month at a minimum. The Contractor shall notify the Engineer in advance of these inspections. Documentation of the inspections shall include the date of the inspection, the participants, the findings, and the corrective measures taken to address the findings. Within one week after these inspections, the Contractor shall provide a copy of the documentation to the Engineer and shall maintain a copy on the project site. (10) Procedures to be followed to correct violations of the Plan by any personnel. (11) The notification, investigation, and implementation procedures that the Contractor shall follow in the case of a safety stand down. (12) The Contractor's certification shall be as follows: 101 • • • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 July 30, 2009 2 REVISION OF SECTION 107 PROJECT SAFETY PLANNING 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, 23 CFR 634, Mine Safety and Health Administration (MSHA), Title 30 CFR, the "Colorado Work Zone Best Practices Safety Guide", CFR 49, national consensus standards, and the Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.), and the Revision of Section 107 — Project Safety Planning standard special provision. All operations and work practices of the Contractor shall comply with this Plan. The Contractor requires that all subcontractors, suppliers and Department personnel and consultants comply with this Plan. (Signature of Contractor's Project Safety Manager or alternate) Title Date Prior to the start of construction, the Contractor shall submit the Plan to the Engineer for the project records, and shall provide updates to the Plan as necessary, and as work conditions or personnel change. The Contractor shall review the Plan for sufficiency and accuracy at least once per twelve months of contract time. The Engineer will review the Plan for general compliance with subsection 107.06 and notify the Contractor in writing that the plan has been received and addresses items 1 thru 12 above. An up-to-date copy of the Plan shall be on the project site in the Contractor's possession at all times. (b) 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 Plan, the Occupational Safety and Health Act, 29 CFR 1910, 29 CFR 1926, 23 CFR 634, Mine Safety and Health Administration (MSHA), Title 30 CFR, the "Colorado Work Zone Best Practices Safety Guide", CFR 49, 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, subcontractor, supplier, and Department personnel and consultants comply with the provisions of the Plan. The Contractor shall respond in writing to all safety issues raised by the Engineer. (c) Project Safety Manager. Prior to the start of construction, the Contractor shall designate a Project Safety Manager and an alternate, who shall be responsible for the coordination of safety activities, and preparation, certification, and implementation of the Plan. 102 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 -2- SECTION 627 EPDXY PAVEMENT MARKING TABLE 627-1 MINIMUM RETROREFLECTIVITY REQUIREMENTS TYPE OF MATERIAL COLOR millicandelas/s q m/lux` (minimum) Initial Epoxy White 325 Yellow 250 NOTE: Provide an acceptable 100 foot retroreflectometer to use on the project which will remain the property of the Contractor. In the presence of the Engineer, measure the retroreflectivity between 12 hours and 14 days after the application. Take a minimum of 10 readings per color line evenly spaced on a 2, 000 foot roadway section every 1 mile. The Engineer will average all of the readings for each color line within the 2, 000 foot section to determine the retroreflectivity. (8) Acceptance of Pavement Marking. The Engineer will not examine pavement marking for final acceptance until the pavement markings complete a 180 calendar day observation period. The Contractor is responsible for the pavement marking during this period. The 180 calendar day • observation period begins the day following the completion.of the pavement marking. Providing all other work on the contract is complete, the Engineer will not assess working day charges during the 180 calendar day observation period. At the end of the 180 calendar day period, the Engineer will examine the pavement marking and inform the Contractor of all pavement marking required to. be replaced. Before the project is accepted, replace all failed pavement markings, at own expense. The pavement marking is failed, when more than 10% of the substrate is exposed in a 2,000 foot section of longitudinal pavement marking line. The transverse lines and symbols will be evaluated separately for the exposure of 10% substrate. Abrasion of pavement marking at private entrances or intersections may be excluded from examination. If the Contractor fails to complete the required replacement of pavement markings within 14 calendar days of the examination, during which the application of pavement markings is not precluded by adverse weather or road surface conditions, the Engineer, after giving the Contractor written notice, will reinstate the assessment of working day charges or Liquidated Damages. Working day charges or Liquidated Damages will continue until the work is accepted. If more than 30% of pavement marking is required to be replaced, the replacement pavement markings will not be accepted until the completion of an additional 180 day observation period. The Engineer will, upon satisfactory inspection of the pavement marking, accept the work and terminate the Contractor's responsibilities. . Epoxy Liquid Pavement Marking. When pavement markings are applied to PCCP (including concrete bridge decks) less than 1 year old, remove all curing compounds and laitance by shot or sand blasting. Use a slower curing epoxy material (40 minutes) for pavement markings applied to PCCP. For other surfaces, fast setting (10 minutes) epoxy material may be used with approval of the Engineer. 64 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 (d) 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. 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 prompt, appropriate actions. Construction activities and safety • 0 103 L.] Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 July 30, 2009 3 REVISION OF SECTION 107 PROJECT SAFETY PLANNING considerations that must be addressed by the Plan and by designation of a competent person shall include, but are not limited to (if applicable to the project): rotomilling and paving operations, concrete paving, concrete placement, 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 the specific construction activities that require those competent persons. (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 Highway Right of Way, except when in their vehicles: (1) Head protection and high visibility apparel, reflectorized for night use conforming to ANSUISEA 107 — 2004, and appropriate, sturdy 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. (f) 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 situation presenting an imminent danger to life or health, such as a near miss, violation of the Plan, 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 immediately necessary by the Engineer to make the project safe. The Contractor will be allowed to resume operations only after providing written documentation, certified by the Project Safety Manager or alternate, regarding the corrective actions taken to prevent recurrence. (g) Regulatory Enforcement Actions. The Contractor shall provide written notifications of all Regulatory agency actions relating to safety to the Engineer. Failure to comply with the requirements of subsection 107.06 shall be grounds for withholding of progress payments, project suspension, or both. 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. 104 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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. 105 17J Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 November 3, 2008 REVISION OF SECTION 108 PROGRESS SCHEDULE il 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 called for in the Contract. The Contractor shall prepare a Project Schedule that shall be used for coordination, for evaluation of progress, and for 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, expected job 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. 0 0 106 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss.Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 June 5, 2009 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 monthly average price of asphalt cement from the average price for the month preceding 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 and calculated as shown in subsection 109.06(i)2.D below: The index will be the average for the month of the daily postings of the spot price per barrel of Western Canadian Select (WCS) as published on http://www.encana.com/doingbusiness/crudeoilpricing/index.htm. The index from this source will be converted to US Dollars using the currency converter at http://fiinance.yahoo.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 daily prices and the average index number for the month will be posted on the CDOT website as soon as they are available at: http://www.dot. state.co.us/DesignSupport/Construction/Fuel%20Cost%2OAd*ustments/EnCana%2OAspha It%20Cement%2OCost%2OAdiustments/Asphalt%2OCement%20Cost%2OAdmustment%201ndex' htm 2. Price adjustments will be made on a monthly basis with the following conditions: A Adjustment 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 Mix Asphalt 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 = Average Asphalt Cement price index for the calendar month prior to the calendar month in which bids are opened EP = Average Asphalt Cement price index for the calendar month prior to the calendar month in which the partial estimate pay period ends ACCA = Asphalt Cement Cost Adjustment 0 107 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 June 5, 2009 2 REVISION OF SECTION 109 ASPHALT CEMENT COST ADJUSTMENT (ASPHALT CEMENT INCLUDED IN THE WORK) 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 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. Example: Bids are opened on July 16. The BP will be the average of the daily postings for June 1 through June 30. For an estimate cut-off date selected by the Contractor at the Pre - Construction Conference of the 201h of the month a February estimate will include HMA quantities measured from the 21s` of January through the 20t of February, and the EP index used. to calculate ACCA will be the average of the daily postings for January 1 through January 31 as established by CDOT) 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. 108 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 June 5, 2009 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 monthly average prices of gasoline, diesel and other fuels from the average prices for the month preceding 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 and calculated as shown in subsection 109.06(h)2.D below. The index will be the.monthly average of the rates posted by the Oil Price Information Service (OPIS) 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 made on a monthly basis with the following conditions: A. Adjustment 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: 11 Item I Fuel Factor (FF) 11 203-Excavation Embankment, Borrow, 0.29 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)] 307 Lime Treated Subgrade 310 Full Depth Reclamation" x ` ; 403 Hot Mix Asphalt (HMA) 405 Heating and Scarifying Treatment 406 Cold BitummoustPavement Recycle ` 412-Portland Cement Concrete Pavement 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. 109 • • • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 June 5, 2009 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 = Average fuel price index for the calendar month prior to the calendar month in which bids are opened EP = Average fuel price index for the calendar month prior to the calendar 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 the pay item is based on area, and the rate of fuel use varies with thickness, Q should be determined by multiplying the area by the thickness. For example: for 1000 square yards of 6-inch concrete pavement Q should be 8000. Example: Bids are opened on July 16. The BP will be the average of the daily postings for June 1 • through June 30. For an estimate cut-off date selected by the Contractor at the Pre - Construction Conference of the 201h of the month a February estimate will include HMA quantities measured from the 21 s' of January through the 20th of February, and the EP index used to calculate ACCA will be the average of the daily postings for January 1 through January 31 as established by CDOT) 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. 110 . Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 Ah 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. • 111 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 October 25, 2007 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. • 112 i • � 7095 East Harmony Road Bridge Replacement Bid Schedule Addendum 2 506-00209 RIPRAP 9INCH CY 4 506-00218 RIPRAP (18 INCH) CY 67 514-00200 PEDESTRIAN RAILING SPECIAL LF 78 515-00120 WATERPROOFING MEMBRANE SY 515 518-01001 BRIDGE EXPANSION JOINT ASPHALTIC PLUG LF 128 601-03040 CONCRETE CLASS D BRIDGE CY 502 601-40005 CUT STONE VENEER SF 132 601-40300 STRUCTURAL CONCRETE COATING SY 215 602-00020 REINFORCING STEEL EPDXY COATED LB 81,668 603-01185 18 INCH REINFORCED CONCRETE PIPE CL III COMPLETE IN PLACE LF 20 603-10180 18 INCH CORRUGATED STEEL PIPE LF 475 603-30180 18 INCH STEEL END SECTION EA 2 604-30005 MANHOLE SLAB BASE 5 FOOT EA 1 604-00305 INLET TYPE C 5 FOOT EA 1 606-01370 TRANSITION TYPE 3G EA 2 606-02005 END ANCHORAGE FLARED EA 2 606-10200 IMPACT ATTENUATOR SPECIAL EA 1 606-10805 BRIDGE RAIL TYPE 8 SPECIAL LF 152 607-11525 FENCE PLASTIC LF 500 608-00010 CONCRETE CURB RAMP SY 22 609-21020 CURB AND GUTTER TYPE 2 SECTION II-B LF 80 609-60011 CURB TYPE 6 SECTION M LF 480 613-00300 3 INCH ELECTRICAL CONDUIT LF 385 614-00011 SIGN PANEL CLASS I SF 14 614-00012 SIGN PANEL CLASS II SF 55 614-00216 STEEL SIGN POST 2X2 INCH TUBING LF 224 618-01992 PRESTRESSED CONCRETE BOX DEPTH LESS THAN 32 INCHES SF 890 620-00020 SANITARY FACILITY EA 2 626-00000 MOBILIZATION L S 1 627-00004 EPDXY PAVEMENT MARKING GAL 1 185 627-30105 PAVEMENT MARKING SYMBOL EPDXY WHITE SF 376 630-00000 CONSTRUCTION ZONE TRAFFIC CONTROL LS 1 TOTAL BID COST $ TOTAL BID COST IN WORDS: Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 • -3- SECTION 627 EPDXY PAVEMENT MARKING Apply the epoxy liquid material closely behind the surface cleaning procedures. Before mixing the components of the pavement marking material, heat the individual components to the temperature ranges recommended by the manufacturer of the material. Do not exceed the maximum recommended temperature at any time. Apply the epoxy liquid pavement marking material at a thickness of 20 mil ± 5 mil on asphalt and PCCP. Immediately apply all glass beads (double drop system) to the epoxy liquid pavement marking at the rate of 25 pounds per gallon of epoxy liquid, equally divided between the large and regular bead gradations. Do not mix large and regular gradation beads. Keep and apply large and regular beads separately. Apply the large beads on the first drop and the regular beads on the second. METHOD OF MEASUREMENT The Engineer will measure the various colors of pavement markings by the gallon. The Engineer will measure each symbol by the square foot. The Engineer will pay for 90% of the completed quantity for each of the colors of pavement marking and symbols. Upon acceptance of the pavement markings following the 180 day observation period, the Engineer will pay for the remaining 10% of the completed quantity for each of the various colors of pavement marking and symbols. Payment for "Pavement Marking", and "Pavement Marking Symbol" at the contract unit prices is full compensation for the specified work. BASIS OF PAYMENT PAY ITEMS UNITS Pavement Marking (Epoxy) (White) Gallon Pavement Marking (Epoxy) (Yellow) Gallon Pavement Marking Symbol (Epoxy) (White) Square Foot • 65 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 Ah November 30, 2006 1 REVISION OF SECTION 206 SHORING Section 206 of the Standard Specifications is hereby revised for this project as follows In Subsection 206.01, delete the third paragraph and replace with the following: Unless otherwise specified, structure excavation shall include all pumping, bailing, draining, and incidentals required for proper execution of the work. Subsection 206.01 shall include the following: This work consists of shoring. Subsection 206.03 shall include the following: The Contractor shall locate, size, design, and construct shoring which provides all necessary rigidity, and supports the loads imposed to facilitate construction as shown on the plans. When the height of shoring exceeds 5 feet above the base of the excavation, shoring drawings shall be provided by the Contractor to the Engineer for information only. The drawings shall be prepared, signed, and sealed by the Contractor's Engineer. These drawings shall be approved and signed by the Contractor and provided to the Engineer at least ten days prior to start of work. Shoring shall be constructed in conformity with the shoring drawings provided to the Engineer. Prior to placing • construction or traffic loads on the supported earth, the Contractor's Engineer shall certify in writing that shoring materials and construction have been inspected and that all shoring, materials, and construction are in conformity with the shoring drawings. A copy of this certification shall be submitted in an appropriate form for the Engineer's records. If the embankment, construction, traffic, or any other surcharge is in excess of what the original shoring was designed for and is to be placed adjacent to any shoring, the Contractor shall provide a signed letter from the Contractor's Engineer prior to the load placement stating that the shoring will support the additional load. Shoring drawings shall include the following information: (1) The size and grade of all structural materials (2) Design notes, including design assumptions, and construction details (3) Where applicable, restrictions on heavy equipment placement at specific locations adjacent to the shoring (4) Areas determined by the Contractor's Engineer where de -watering of the shored excavation will be required, and a description of the requirements (i.e., head added by the pump, flow rate, minimum pump size, etc.) and methods to be used for de -watering. (5) All other information determined by the Contractor's Engineer to be pertinent to the design and successful construction of the shoring. 11 113 0 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 November 30, 2006 2 REVISION OF SECTION 206 SHORING Subsection 206.06 shall include the following: Shoring will not be measured, but will be paid for as a single lump sum for each Area. described on the plans. Subsection 206.07 shall include the following: Pay Item Shoring (Area Pay Unit Lump Sum Payment for shoring will be full compensation for all labor, materials, and equipment required to design, construct, and remove the shoring. Other incidental shoring that is not included as a pay item will not be measured and paid for separately, but shall be included in the work. 114 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 October 25, 2007 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: r� ,..#.. z 4 x�. �uT' e_Ir * tip- -, � e llr= Diameter 4 in. 4 in. Apron Insert --- 30 in. or sized to. rate The inlet protection device shall consist of a woven geotextile fabric with the following properties: Grabtensilestrength � r � �iJt3 i• S-�i �..% hcyE��.. _. ASTMiDp4632��� r ��"� � :.{v'4 _'d4:{;a3 ���ii;S'�.r e`i.'11 1 ,Ibs� at i� .i.�n'. iL Trapezoid Tear Strength ASTM D 4533 lbs. 25 minimum erPcentlOpen(Area 'C'+ , COE 22125-86t ' r%, ; °i��.....•ss;..:.�+ s.. ,.:r.. r r;�1°0� :.r_..,. w. ern.-..�..,K x RFC ,. �.s'�-t°`.._ cT,�,> Water Flow Rate ASTM D 4491 gal./min./ft. 145 JltravioletResistance E`F �� l x.yz ASTM D 4355r' �` - �� k 4%.{ .�.cPy , 704�� Mqq x �1 02� i'_:tL' i.- ?FiF.'SS=:r?x,"fJ1 _fl.. p:•f". �-3�. a. iz.. ,..E.Ri-.. ..�` f .a. .tL.+4 x"'.xvt-Ctw - ..+.. .�£„ 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 • 115 0 • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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. 116 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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 Below 6000�f�ppt'g Spnng fhawrto June�1; ;September15 until:consistent ground+fre ,VAI; ze z. 6000' to 7000' Spring thaw to June 1 Septemberl until consistent ground freeze y7000 08to 00 s �� Spnng thaw to: Iy 1'5' August yi1: until cons st t at {3• •d freeze,- "�L::`. Above 8000' Sering thaw to consistent ground freeze Western Slope Below 6000; #�-'A a 1" until'consistent`.S; ` ,�,,} �z� ;°•� J :�,' round freeze v� a 6000' to 7000' Spring thaw to June 1 September 1 until consistent ground freeze A ove77000 ' S rin thaw to roun ifr ee ze,.,5rM; c • 117 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 October 25, 2007 0 0 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. 118 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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. • 0 119 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subac count No. 17306 October 25, 2007 L • 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 t 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 QA joint 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. 120 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 is January 17, 2008 REVISION OF SECTION 401 PROCESSING OF ASPHALT MIX DESIGN Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.02 (a); delete the third paragraph 121 • • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 April 30, 2009 1 REVISION OF SECTION 401 RECLAIMED ASPHALT PAVEMENT Section 401 of the Standard Specifications is hereby revised for this project as follows: Subsection 401.02(b) shall include the following: Reclaimed Asphalt Pavement (RAP) is allowed in hot mix asphalt (HMA) up to a maximum of 25 percent for all lifts other than the top lift, provided all specifications for HMA are met. Fine Aggregate Angularity requirements shall apply only to the virgin fraction of the fine aggregate. The RAP shall not contain clay balls, vegetable matter, or other deleterious substances. Mixtures with more than 20 percent RAP shall not be used in the top lift of any asphalt pavement. HMA Project Verification Testing for asphalt content and gradation will be performed at the frequencies listed in the Field Materials Manual in accordance with CP-L 5120. The Contractor shall have an approved mix design for the amount of RAP to be used. The AC content of the RAP utilized in the Contractor RAP mix design shall be the average AC content determined in accordance with 1 B or 1 C, below, or alternatively, a minimum of five samples of the Contractors RAP stockpile may be sampled and the average AC content of the RAP be determined using AASHTO T-164, Method A or B, or in accordance with 1 C below. The use of RAP shall be controlled in accordance with subsections 105.05 and 106.05. If the Contractor elects to use RAP, the following additional conditions shall apply: 1. The Contractor shall have an approved Quality Control (QC) Plan that details how the RAP will be processed and controlled. The QC plan shall address the following: A. RAP Processing Techniques. This requires a schematic diagram and narrative that explains the processing (crushing, screening, and rejecting) and stockpile operation for this specific project. B. Control of RAP Asphalt Binder Content (AASHTO T-164, Method A or B). RAP Asphalt Binder Content may also be determined in accordance with CP-L 5120, provided an RAP AC content correction factor is determined through correlation testing with AASHTO T-164, Method A or B. The correction factor shall be determined by performing correlation testing on the first five samples of the RAP AC content, then at a frequency of one for every five AC content tests thereafter. The correction factor shall be determined by calculating the average difference in AC content between CP-L 5120 and AASHTO T-164, Method A or B, and applying the correction to the AC content determined in accordance with CP-L 5120 Frequency: 1/1000 tons of processed RAP material (minimum five tests) C. (Alternate) The Contractor may propose a RAP asphalt content correction factor to be used in conjunction with CP-L 5120. The proposed CP-L 5120 RAP asphalt content correction factor shall be used with all RAP asphalt contents tested for the mixture design and quality control sampling and testing. The methodology of the proposed CP-L 5120 RAP asphalt content correction factor shall be outlined in detail in the approved RAP QC Plan. At a minimum, the proposed CP-L 5120 correction factor shall identify the principal source locations of the RAP aggregate, gradation of the material tested, and specific ignition oven serial number used in all the RAP asphalt content testing. The RAP source locations, material gradation, and specific equipment used shall substantiate the CP-L 5120 asphalt content correction factor used for the testing. The substantiation must be from data gathered from 122 • 0 0 U.S: DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 11-27-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION Decision Nos. CO20080014 and CO20080015 dated February 08, Modifications m 2008 supersedes Decision Nos. C0020070014 and C0020070015 MOD Number Date Pages dated February 09, 2007. 1 2 02-15-08 05-02-08 1,5 1, 2, 6 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 shall apply throughout the project. 5 10-03-08 1,5 5 6 03-20-09 1,5 6 7 05-01-09 1, 2, 5, 6 7 8 06-05-09 1,5 8 9 08-07-09 1,3 9 10 11-27-09 1,5 10 General Decision No. CO20080014 applies to the following counties: Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo, and Weld counties. 4 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) 22.85 10.79 8 1201 Electrical work over $150,000 (Pueblo county) 27.00 10.91 8 1202 Electricians (Adams, Arapahoe, Boulder, Broomfield, Denver, 31.00 11.40 8 Douglas, Jefferson, Larimer, and Weld counties) 1203 Electricians (El Paso county) 28.80 13.10 + 3% 8 1204 Electricians (Mesa county) 20.31 8.92 10 1205 Traffic Signal Installer (Zone 1) 23.83 4.75 + 13.75% 1206 Traffic Signal Installer (Zone 2) 26.83 4.75 + 13.75% Traffic Installer Zone Definitions Zone 1 — Within a 35 mile radius measured from the addresses 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. POWER EQUIPMENT OPERATORS: 1300 Asphalt Screed 23.67 9.22 7 1301 Bituminous or Asphalt Spreader/Laydown Machine 23.67 9.22 7 1302 Bulldozer 23.67 9.22 7 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 historical information or specific asphalt content correction data obtained from tests performed on similar virgin aggregate sources, virgin material gradations, and the specific equipment used. E 123 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 April 30, 2009 • 2 REVISION OF SECTION 401 RECLAIMED ASPHALT PAVEMENT D. Control of RAP Gradation (CP31 or AASHTO T-30): Frequency: 1/1000 tons of processed RAP material (minimum three tests) E. Process Control Charts shall be maintained for binder content and each screen listed in subsection 401.02(b), during addition of any RAP material to the stockpile. The Contractor shall maintain separate control charts for each RAP stockpile. The control charts shall be displayed and shall be made available to the Engineer upon request 2. The processed RAP must be 100 percent, passing the 31.5 mm (1'/ inch) sieve. The aggregate obtained from the processed RAP shall be 100 percent passing the 25.0 mm (1 inch) sieve. The aggregate and binder obtained from the processed RAP shall be uniform in all the measured parameters in accordance with the following: UNIFORMITY* Parameter Standard Deviation Percent Passing 19 min ('/<�") 4.0 Percent Passing 9.5 mm ('/") 4.0' Percent Passing 4 75mm(#4) Percent Passing 2.36 min (#8) 4.0 ;Percent°Passing 600 µmy(#30) r Percent Passing 75 pm #200 1.5 L0test niformity is the Maximum allowable Standard Deviation results of erocessed RAP. 3. The Contractor shall supply a Performance Graded Binder which meets the AASHTO MP-1 specifications for one temperature grade lower for both the high and low end than that specified in the Contract if RAP content is greater than 20 percent. For example, if the Contract originally specified a PG 76-28, the Contractor shall supply a binder meeting the AASHTO MP-1 specifications for a PG 70-34. 4. If RAP millings generated are incorporated in the same project, in accordance with CPL 5145 the Contractor shall pave with a virgin mix design until sufficient amount of processed RAP has been stockpiled and tested to allow full production of a RAP HMA mix. 124 Harmony Road Bridge Over Fossil Creek Inlet & . November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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 °F 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 °F 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. • 125 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 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 deckconcrete 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. E 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). 126 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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 the (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 thesupervision 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 618.11(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). • 127 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening - Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 • Construction Subaccount No. 17306 0 November 5, 2009 1 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE 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 lbs/ d3 Air Content: % Range Total Water Cementitious Ratio: Maximum or Range BZ Dye 45001at10 Days INS =J�N ATM E 5 8-VPX�'' N/A , W4 'M 0 '4,101 0.45 4000 at 28 days 4500 at°28 a y'S 610 DT 4500 at 28 days a0 t28 tlay —YM 700 660 5-8 0.44 E420 4 80 44 0.38 - 0.42 H 4500 at 56 days 580 to 640 5-8 SHT4500 ._ af56 ay580 to 64Q ���"38 P 4200 at 28 days „5000"at28`s"�-"---- 5800 at 28 days 27 506at 28 ad s , 660 4-8 0.44 `S3u5. S40 - 615 to 760 58�042 5 8 �._ 0.40 S50 6r15 to 800 �� FIE w,' %�- 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/ inches or smaller. Class BZ concrete is concrete for drilled piers. Additional requirements are: Entrained air is not required unless specified in the Contract. When entrained air is specified in the Contract, the air content shall be 5-8 percent. 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. Class D concrete is a dense medium strength structural concrete. Class H may be substituted for Class D concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6 or No. 67 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. 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. 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 128 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 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 shall produce a minimum average 28 day flexural strength of 650 psi. Class E concrete shall contain a minimum of 10 percent pozzolan by weight of total cementitious material. • 0 129 9 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction. Subaccount No. 17306 November 5, 2009 2 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE 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 bj 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 T334). 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 Il 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 T334). 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 shall produce a minimum average 28 day flexural strength of 650 psi. Class P concrete shall contain a minimum of 10 percent pozzolan by weight of total cementitious. 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. 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. Class S50 concrete is a dense high strength structural concrete. Additional requirements are: An approved water reducing admixture'shall be incorporated it 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. The laboratory trial mix must not exhibit a crack at or before 14 days in the cracking tendency test ,(AASHTO T334). 130 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 . November 5, 2009 3 REVISION OF. SECTIONS 601 AND 701 STRUCTURAL CONCRETE Subsection 601.04 shall include the following: 601.04 Sulfate Resistance. The Contractor shall provide protection against sulfate attack on concrete structures and pavements by providing concrete manufactured with requirements according to Table 601-4. The sulfate exposure for all concrete shall be Class 2 unless' otherwise stated on the plans. A higher level of requirements may be used for a lower level of.exposure. If the Contractor can provide a test report that shows another class of exposure exists at a structure. location, then the Engineer may accept a concrete mix for that location that meets the corresponding sulfate protection requirements in addition to other requirements shown in this section. Table 601=4 REQUIREMENTS TO PROTECT AGAINST DAMAGE TO CONCRETE BY SULFATE ATTACK FROM EXTERNAL SOURCES OF SULFATE Severity of Water-soluble Sulfate (SO4) in Water cementitious. Cementitious sulfate sulfate (SO4) in water, ppm ratio, maximum material exposure dry soil, percent, requirements CIasO 0 OOctowO 10°^,O,to 150 xt�t0 4� 5`Ir Class 1 0.11 to 0.20 151 to 1500 0.45 Class 1 CI 0'21NtoT2001:. �1;_501to1,0;000 ;J0 45z` �r=Class'42F Class 3 2.01 or greater 10,001 or reater 0.40 Class 3 Cementitious material requirements are as follows: Class 0 requirements for sulfate resistance shall be one of the following: (1) ASTM C 150 Type I, II'or V (2) ASTM C 595 Type IP, IP(MS) or IP(HS) (3) ASTM C 1157 Type GU, MS or HS (4) ASTM.0 150 Type III cement if it is allowed, as.in Class E concrete Class 1 requirements for sulfate resistance shall be one of the following: (1) ASTM C 150 Type II or V; Class C fly ash shall not be substituted for cement (2) ASTM C 595 Type IP(MS) or IP(HS); Class C fly ash shall not be substituted for cement. (3) ASTM C 1157 Type MS or HS; Class C fly ash shall not be substituted for cement. (4) 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 substituted for cement 0 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 a minimum of a 20 percent substitution of Class F fly ash by weight. The Type II or III cement shall have no more than 0.040 percent expansion at 14 days when tested according ASTM C 452 (3) ASTM C 1157 Type HS; Class C fly ash 'shall not be substituted for cement. (4) ASTM CA 157 Type MS plus Class F fly ash 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 (5) A blend of portland cement meeting ASTM C 1'50 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. • (6) ASTM C 595 Type IP(HS); Class C fly ash shall not be substituted for cement. 131 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 10 Construction Subaccount No. 17306 November 5, 2009 4 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE Class 3 requirements for sulfate resistance shall be one of the following: 1. 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 to ASTM C 1012. 2. ASTM C 1157 Type HS having less than 0.10 percent, expansion at 18 months when tested according to ASTM C 1012. Class C fly ash shall not be substituted for cement 3. ASTM C 1157 Type MS or HS plus Class F fly ash where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C 1012. 4. ASTM C 595 Type IP(HS) having less than 0.10 percent expansion at 18 months when tested according to ASTM C 1012. Class C fly ash shall not be substituted for cement. 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, shall be the same source 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: 601.06 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/cm). When determining the w/cm, cementitious (cm) 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 T334 Standard Practice for Estimating the Cracking Tendency of concrete. The sample shall be cured at a temperature of 65 to 75 OF and relative humidity not exceeding 40 percent. (7) Class. E and P concrete shall include AASHTO T 97 (ASTM C 78) Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) performed with at least two specimens at seven days and four specimens at 28 days. i 132 -2- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 11-27-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015. HIGHWAY CONSTRUCTION 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 and under 23.82 9.22 7 1306 51 to 90 tons 23.97 9.22 7 1307 91 to 140 tons 24.12 9.22 7 1308 141 tons and over 24.88 9.22 7 Drill Operator: 1309 William MF/Watson 2500 only 23.97 9.22 7 Grader/Blade: 1310 Rough 23.67 9.22 7 1311 Finish 23.97 9.22 7 Loader: 1312 Barber Green, etc., 6 cubic yards and under 23.67 9.22 7 1313 Over 6 cubic yards 23.82 9.22 7 Mechanic and/or Welder (Includes heavy duty and combination mechanic and welder): 1314 Mechanic and/or Welder 23.82 9.22 7 1315 Mechanic/Welder (Heavy duty) 23.97 9.22 7 1316 Oiler 22.97 9.22 7 Power Broom: 1317 Under 70 HP 22.97 9.22 7 1318 70 HP and over 23.67 9.22 7 Roller (excluding dirt and soil compaction): 1319 Self-propelled, rubber tires under 5 tons 23.32 9.22 7 1320 Self-propelled, all types over 5 tons 23.67 9.22 7 Scraper: 1321 Single bowl under 40 cubic yards 23.82 9.22 7 1322 Single bowl including pups 40 cubic yards and tandem bowls 23.97 9.22 7 and over 1323 1 Trackhoe 23.82 9.22 -Lil 0 E Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 40 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. November 5, 2009 5 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE Except for class BZ concrete, the maximum slump of the delivered concrete shall be the slump of the approved concrete mix design plus 1'/2 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. When entrained air is specified in the Contract for Class BZ concrete, an air entraining admixture may be added to an approved Class BZ mix design. A new,trial mix will not be required. 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 produced concrete does not have a relative yield of 0.99 to 1.02 for two consecutive yield determinations, concrete production shall cease and the Contractor shall present a plan to correct the relative yield to the Engineer. 0 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) CP 37 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 (11) ASTM C1260 Determining the Potential Alkali Reactivity of Aggregates (Accelerated Mortar -Bar Method). When an aggregate source is known to be reactive, ASTM C1567 results may be submitted in lieu of ASTM C1260 results. Any aggregate tested by ASTM C1260 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. Test results from ASTM C1293 Standard .Test Method for Determination of Length Change of Concrete Due to Alkali -Silica Reaction maybe substituted for ASTM C1260 test results. The ASTM C1293 test shall be run on an individual source of aggregate. The ASTM C1293 test shall not use fly ash or slag as part of the cementitious content. Any aggregate source tested by ASTM C1293 with an expansion greater than or equal to 0.04 percent at one year shall not be used unless mitigative measures are included in the mix design. 133 • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 Mitigative measures shall be tested using ASTM C1567 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. November 5, 2009 6 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE 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 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. Approved fly ash may be substituted for ASTM C150 cement up to a maximum of 20 percent Class C or 30 percent Class F by weight of total cementitious. For all concrete mix designs with ASTM C595 or C1157 cements, the total pozzolan content shall not exceed 30 percent by weight of the cementitious content. 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. 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 hydraulic 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: 134 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 S 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 70.1.01_ 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 November 5, 2009 7 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE All concrete, including precast, prestressed and pipe shall be constructed with one of the following hydraulic cements unless permitted otherwise. ASTM C 150 Type 1 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 595 Type IP(HS) consisting of no less than 70 percent portland cement, ASTM C 1157 Type GU, consisting of no more than 10 percent limestone, ASTM C 1157 Type MS, consisting of no more than 10 percent limestone, ASTM C 1157 Type HS, consisting of no more than 10 percent limestone, 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. Certified Test Reports shall indicate the percentage of pozzolan and/or limestone incorporated into the cement. 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. Delete subsection 701.02 and replace with the following: 701.02 Fly Ash. Fly ash for concrete shall conform to the requirements of ASTM C 618, Class C or Class F with the following exceptions: (1) The loss on ignition shall not exceed 3.0 percent. (2) The CaO in Class F fly ash shall not exceed 18 percent. Fly ash shall be from a preapproved source listed on the Department's Approved Products List. The fly ash intended for use on the project shall have been tested and accepted prior to its use. Certified Test Reports 135 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road 10 Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 showing that the fly ash meets the specification requirements and supporting this statement with actual test results shall be submitted to the Engineer. • • Preapproval shall include submission of a report from the supplier documenting the results of testing the fly ash from that source in accordance with the Toxicity Characteristic Leaching Procedure (TCLP) described in 40 CFR 261, Appendix Il. The report shall include the results of TCLP testing for heavy metals and other contaminants found in the fly ash. The report shall list the contaminants tested, and the allowable levels for each contaminant tested. A new report shall be submitted for each preapproved source annually. Additional TCLP testing may be required when the Department suspects that the fly ash source may have been contaminated. The fly ash 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 fly ash until the corrections necessary have been taken to insure that the material meets the specifications. 136 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 April 7, 2006 REVISION OF SECTION 614 TUBULAR STEEL SIGN SUPPORT Section 614 of the Standard Specifications is hereby revised for this project as follows: Subsection 614.01 shall include the following: This work includes the installation of single or double tubular steel sign posts, supporting tubular sockets, and concrete footings at locations as shown on the plans. Subsection 614.02 shall include the following: Tubular sockets shall be round 12 gauge galvanized steel that meet the requirements of ASTM 787. Concrete footing shall be made of Class B Concrete. The Contractor may use an alternate material that meets the requirements for Class B concrete in Section 601, as approved by the Engineer. Subsection 614.09, last paragraph, shall include the following: (4) Tubular Steel Sign Supports. Tubular steel sign post, slipbase or socket and wedge, footing, and mounting clamps shall be installed in accordance with Standard Plan S-614-8 and manufacturer's recommendations. The Contractor shall make all arrangements to have a manufacturer -trained installer of the manufacturer's products on -site during the construction of the entire assembly and associated signs to ensure proper installation. Prior to the placement of the posts, the Contractor shall submit to the Engineer, written documentation of the installer's qualifications and training in the construction of tubular . steel sign supports. Upon completion of installation, the Contractor shall obtain and submit documentation from the trained installer that the installation of the sign posts was in accordance with manufacturer's recommendations. Subsection 614.13 shall include the following: Steel Sign Support (Post) will be measured by the actual number of linear feet of posts (not to include length of T- brackets or U-brackets) that are installed and accepted. T-brackets, U-brackets, wedges and mounting clamps that are required to complete the assembly as shown on the plans will not be measured and paid for separately, but shall be included in the work. Steel Sign Support (Socket) will be measured by the actual number of sockets that are installed and accepted Concrete footing will not be measured and paid for separately, but shall be included in the work. When called for on the plans, sign posts, sockets and footings, wedges and mounting clamps will be regarded as a single assembly, and will be measured by the actual number of Steel Sign Support (Post and Socket) that are installed and accepted. Steel Sign Support (Slipbase) will be measured by the actual number that are installed and accepted. Concrete footing will not be measured and paid for separately, but shall be included in the work. When called for in the plans, sign posts, slipbases and footing will be regarded as a single assembly, and will be measured by the actual number of Steel Sign Supports (Post and Slipbase) that are installed and accepted. 0 137 9 • • Harmony Road Bridge Over Fossil Creek Inlet & Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 2 REVISION OF SECTION 614 TUBULAR STEEL SIGN SUPPORT Subsection 614.14 shall include the following: Payment will be made under: Pay Item Pay Unit Steel Sign Support (2-Inch Round) (Post) Linear Foot Steel Sign Support (2-Inch Round) (Socket) Each Steel Sign Support (2-Inch Round) (Post and Socket) Each Steel Sign Support (2-1/2 Inch Round NP-40) (Post) Linear Foot Steel Sign Support (2-1/2 Inch Round NP-40) (Slipbase) Each Steel Sign Support (2-1/2 Inch Round NP-40) (Post and Slipbase) Each Steel Sign Support (2-1/2 Inch Round Sch 80) (Post) Linear Foot Steel Sign Support (2-1/2 Inch Round Sch 80) (Slipbase) Each Steel Sign Support (2-1/2 Inch Round Sch 80) (Post and Slipbase) Each November 2009 April 7, 2006 All costs associated the manufacturer's representative and obtaining the required documentation will not be measured and paid for separately but shall be included in the work. 138 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 All September 2, 2005 REVISION OF SECTIONS 614 AND 630 RETROREFLECTIVE SIGN SHEETING Sections 614 and 630 of the Standard Specifications are hereby revised for this project as follows: In subsection 614.04, first paragraph, delete the second sentence and replace with the following: Retroreflective sheeting shall be Type III as defined in the CDOT Retroreflective Sheeting Materials Guide, and shall conform to subsections 71104 and 713.06 when applicable. In subsection 614.04, delete the second paragraph and replace with the following: Retroreflective sheeting for all signs requiring a yellow background shall be Type Fluorescent. In subsection 630.02, delete the third and fourth paragraphs, including Table 630-1, and replace with the following: Retroreflective sign sheeting types shall be as defined in the CDOT Retroreflective Sheeting Materials Guide. Retroreflective sheeting shall be one of the types specified for the particular application in Table 630-1. Retroreflective sheeting for all signs requiring an orange or yellow background shall be Type Fluorescent. Table 630-1 RETROREFLECTIVE SHEETING TYPES Type III Type Fluorescent Application Work Zone Work Zone rSheeting y�+ %S`,`,k�.��'�t �F e+ w t q�S�s' ,�rricades ram. , R �.�. Z (Temporary) X 5__VerticalPanels'g ..._ �rm+.F'..St�: J. �y �-X: 4,(y__;u',, e7i'T� Fla gers Stop/Slow Paddle X X -1 s gAR.J �3�,.,g �$ y(-�t kDrum.Sl:'.t'I All �IM ��?ti�"(E`.7..w'`3� .��'1 w ry �jA����u;;Y�����^ �S z.a...''L "W"I3Sts:'�iX � l�a"•L:'IY�N�'S4h'° �t q.�EyS. �y -'et} dti -v; .�tzM �h 7'y�c�-�[ '^wJwl�Y Non -orange Fixed Support signs with prefix "W" X nSpeaal�lNamm BSI ns'�.,,i•� 1x �. ��`<<?,�`a � _,,�. �..,y, ,�, . OR', STOP sign (R1-1) STOP YIELD sign (R1-2) WRONG WAY sign (R5-1a) X DO NOT ENTER sign (R5-1) EXIT sign (E5-1a) &&�DETOIiR�`slgn (M4 9} Of,:-�?�3 ,�"�'' b1ic �S Rr„ `�j,{�-' C "C X h L �2i` SF"b ,�'Q 3"Y-.,` All fixed support signs X X v�other T' "Ai•.tt .�[5v't'S �' .q � �^".{ a'�'�s+`�S'�#,�+.TY��h3'Y L� q ��.i 5���$�� �$/� :' S✓; t, y�,MF."Y. du ing,working mA R� �"4 1 Fluorescent Sheeting shall be of a brand that is on the CDOT Approved Products List. 2 Drum Sheeting shall be manufactured for flexible devices. 3 Fixed support signs are defined as all signs that must remain in use outside of working hours. They shall be mounted in accordance with Standard Plan S-630-1. 139 40 0 0 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 April 12, 2007 REVISION OF SECTION 627 PAVEMENT MARKING Section 627 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 627.03(b) and replace with the following: (b) Roadways Closed to Traffic During Construction. Full -compliance final markings shall be in place prior to opening the roadway to traffic. Pavement markings on detour routes shall be full -compliance markings. Delete subsections 627.03(d) and 627.03(e) and replace with the following: (d) Temporary Pavement Markings. Temporary pavement markings and control points for the installation of those pavement markings for roadways that are being constructed under traffic shall be installed as follows: 1. When one roadway of a normally physically divided highway is closed, and a crossover is constructed, full -compliance pavement markings shall be placed along the tapers and through the median crossovers to the two-way traffic section. Pavement markings through the two-way traffic section shall be as shown on the plans. All temporary paved roadways shall have full -compliance center line, lane line, and edge line markings before they are open for traffic. Markings applied to a final surface shall not leave a scar that conflicts with permanent markings. 2. The following criteria apply to all construction on roadways open to traffic other than (d)1. above: Full -compliance center line, lane line, and edge line temporary markings shall be in place at the end of each work day. No -passing zone restrictions shall be identified by full -compliance no -passing zone markings. No - passing zone markings shall be in place daily. Temporary pavement stencils (SCHOOL, RR xing, etc) are not required unless specified in the plans. Temporary pavement markings shall be installed according to the.manufacturer's recommendations in such a way that the markings adequately follow the desired alignment. 3. Control Points consisting of 4 inch by 1 foot marks at 40-foot intervals may be placed as guide markers for the installation of temporary or final pavement markings. Raised flexible pavement markers may be substituted for these marks. Control points shall not be used as a substitute for any required marking. 140 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 April 12, 2007 2 REVISION OF SECTION 627 PAVEMENT MARKING (e) Pavement Marking for Seal Coats (Section 409): 1. Raised flexible pavement markers, suitable for use on seal coats, shall be installed as follows: No -passing zones shall be marked with two markers placed side -by -side at 40-foot intervals throughout the zone. Passing zones shall be marked with one marker at 40-foot centers. Closer spacing shall be used on curves, as deemed appropriate. Raised flexible pavement markers, installed on 40-foot centers, may also be used to mark lane lines through multi -lane roadway sections. Auxiliary lanes and shoulder lines may be marked with flexible markers on 80-foot centers or as appropriate. 2. Full -compliance final pavement markings shall be placed within one week of completion of the seal coat project. Subsection 627.13 shall include the following: Each authorized application of temporary pavement marking will be measured and paid for at the contract unit price for the type of material used. Control points and Contractor pavement marking plans will not be measured and paid for separately, but shall be included in the work. • 141 n Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 April 30, 2009 1 REVISION OF. SECTIONS '627AND 708 PAVEMENT MARKING WITH WATERBORNE PAINT AND LOW VOC SOLVENT BASE PAINT Sections 627 and 708 of the Standard Specifications are hereby revised for this project as follows: Delete subsection 627.04 and replace with the following: 627.04 Pavement Marking with Waterborne and Low Volatile Organic Compound (VOC) Solvent Base Paint. Striping shall be applied when the air and pavement temperatures are no less than 45 °F for waterborne paint and no less than 40 °F for low VOC solvent base paint on asphalt or portland cement concrete pavements. The pavement surface shall be dry and clean. Surface cleaning shall be required when there is deicing material on the road. Weather conditions shall be conducive to satisfactory results. The Contractor shall utilize equipment that meets the following requirements, as approved: (1) Equipment shall permit traffic to pass safely within the limits of the roadway surface and shoulder while operating. (2) Equipment shall be designed for placement of both solid and broken line stripes with a reasonably clean - edged stripe of the width and location as shown on the contract and no overspray on the road surface. (3) Equipment shall have a glass bead dispenser directly behind, synchronized with the paint applicator. Each applicator shall have individual control and automatic skip control that will paint a strip with a gap as shown in the contract. (4) The equipment may be equipped with a heat exchanger to heat the paint to reduce drying time. (5) The operation shall include a trailing vehicle equipped with a flashing arrow board. The Contractor shall prevent traffic from crossing a wet stripe. Stripes which have been marred or picked up by traffic before they have dried shall be repaired at the Contractor's expense. Removal of paint from vehicles that crossed wet paint shall be at the Contractor's expense. The water -based paint and stripes shall fall within the following minimum and maximum ranges: DESCRIPTION MINIMUM MAXIMUM Alignment r §=L"ateralDewations aN%A 2 0 inch`per 200 ft `T. ;L:.,.as" z�-�L �.�.,.�{i'r�.�:ri...�s.�d�eF Coverage rate per gallon of paint 100 sq. ft 110 sq. ft Paint Thickness �1�f..�r.¢,_ 15°mils N/A .i t �`',?..:''s'i, ��� Width of painted lines 4 inch N/A Wtlth,Variance� Water=Based ;hgo -�econr_ Low VOC Paint Dry time to no tracking N/A 5 minutes conditions B atlsy1 ,:� ��K5 '` P ication rate ert IbsF3oz���6Ibs3 �' oz -- paint � � k � � tuffinl .9allon�of .T .: 142 • • • -3- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 11-27-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION 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: Asphalt Laborer/Raker, Common Laborer, 1400 and Concrete Laborer/Mason Tender 18.68 6.78 9 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 (Excludes guardrail) 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 markings) 2007 Traffic Director/Flagger 9.55 3.05 2008 Traffic and Sign Laborer (Sets up barricades and cones, 12.43 3.22 and installs permanent signs) 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 Road Bridge Over Fossil Creek Inlet & Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 2 REVISION OF SECTIONS 627 AND 708 PAVEMENT MARKING WITH WATERBORNE PAINT AND LOW VOC SOLVENT BASE PAINT Subsection 627.13 shall include the following: Pay Item Pay Unit Pavement Marking Paint (Waterborne) Gallon Pavement Marking Paint (Low VOC Solvent Base) Gallon Delete subsection 708.01 and"replace with the following: November 2009 April 30, 2009 708.01 General. This specification covers ready -mixed paints and coatings. Paints and coatings shall be manufactured eight weeks or less prior to delivery to the project. Each paint container shall be labeled with the name and address of the manufacturer, trade name or trademark, type of paint, number of gallons, batch number, and date of manufacture. Paints shall be free of foreign material that is capable of clogging screens, valves, pumps, and other parts of the application equipment. Paint shall not contain the following: (1) Benzene (2) Chlorinated solvents (3) Ethylene glycol ethers (4) Ethylene glycol acetates (5) Lead (6) Mercury (7) Chromium (8) Cadmium (9) Petroleum products The Contractor shall obtain certification in writing from the manufacturer showing that the product is free of the materials described above and that it meets or exceeds the requirements of 29 CFR 1910.1200. Paints shall not form a surface skin within 48 hours in three-quarter filled, tightly closed containers. Paint and coating pigments shall be lead free, and shall not thicken, become granular, or curdle in their containers. Volatile Organic Compound (VOC) levels for paints and coatings shall comply with the most current EPA regulations. All product compositional proportions are specified by weight. Material Safety Data Sheets and manufacturer's recommended application instruction sheets representing each paint and coating shall be submitted to the Engineer for the project records prior to use. Delete subsection 708.05 and replace with the following: 143 • • • • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 708.05 Pavement Marking Materials. Pavement marking materials shall be selected from the Department's Approved Products List (APL). Prior to start of work, a Certified Test Report (CTR) for all pavement marking materials shall be submitted in accordance with subsection 106.13. 144 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 April 30, 2009 3 REVISION OF SECTIONS 627 AND 708 PAVEMENT MARKING WITH WATERBORNE PAINT AND LOW VOC SOLVENT BASE PAINT For white paint, the color after drying shall be a flat -white, free from tint, and shall provide the maximum amount of opacity and visibility under both daylight and artificial light. For yellow paint, the Federal Standard 595E shall be used to designate colors and the ASTM E308 shall be used to quantitatively define colors. After drying, the yellow paint shall visually match Federal Standard 595E color chip number 33538, and shall be within 6 percent of central color, PR-1 Chart, where x = 0.5007 and y = 0.4555 (The four pairs of chromaticity coordinates determine the acceptable color in terms of the CIE 1931 Standard Colorimetric System measured with Standard Illuminant D65.) The Contractor shall submit the exact formulation of the paint for approval by the Engineer. The paint shall not be used until written approval has been received from the Engineer (a) Low VOC Solvent Base Paint. Low VOC Paint shall be ready mixed, and shall be capable of being applied to Asphalt or Portland Cement Concrete Pavements. (b) Acrylic Waterborne Paint. Acrylic waterborne paint shall be a lead-free, 100 percent Acrylic resin polymer waterborne product. The finished product shall maintain its consistency during application at temperatures compatible with conventional equipment. Waterborne paint shall meet all of the following requirements: 9 Performance Requirements: The paint shall be water resistant and shall show no softening, blistering or loss in gloss. 0 145 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road • Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 April 30, 2009 r� U 11 4 REVISION OF SECTIONS 627 AND 708 PAVEMENT MARKING WITH WATERBORNE PAINT AND LOW VOC SOLVENT BASE PAINT ACRYLIC WATERBORNE PAINT Property Minimum Maximum Test Method Composition Requirements Nonvolatile portion of vehicle (white and yellow), % 43.0 FTMS 141 C - Method 4031 or Method 4053.1 Pigment Composition (white. and yellow), % by weighty 58.0 62,0 ASTM D 4451ASTM D 3723 White Paint Titanium Dioxide Content,% 80 ASTM D 476, Type III Total Carbonate,% 94 ASTM D 1199, Type GC Yellow Paint Titanium Dioxide Content,% 80 ASTM D'476, Type III Total Carbonate,% 94 ASTM D 1199, Type GC Organic Yellow Pigments,% 5.0 Yellow Iron Oxide, % 83 ASTM D 768 Properties of the Finished Paint Total Non-volatiles, (solids) % by weight White Paint, % 77.0 FTMS 141 C - Method 4053.1, Yellow Paint, % 76.0 ASTM D 2369, orASTM D 4758 Density, Ibs/gal ■ ASTM D 1475 using White Paint 14.0 U.S. Standard weight per gallon cup as Yellow Paint 13.7 defined in U.S. Military Standard 4566A Consistency (Viscosity) White and Yellow, Krebs- Stormer Units 85 95 ASTM D 562 Freeze Thaw Stability Shall complete 5 or more ASTM D 2243 test cycles successful) Fineness of Grind, Cleanliness Rating B 3 ASTM D 1210 Hydrogen ion content: pH 9.6 ASTM E 70 Directional Reflectance: [15 mil Wet Film] ASTM E 1347 White, dried 85 Yellow, dried 50 Dry Opacity (Contrast Ratio): [15 mil Wet Film] ASTM D 2805 White Paint 0.95 Yellow Paint 0.88 146 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 *Percent by weight shall include percent of organic yellow pigment. ■Density shall not vary more than 0.3 Ibs/gal between batches. November 3, 2008 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630.10 shall include the following after the first paragraph: The Contractor's Superintendent and all others serving in a similar supervisory capacity shall have completed a CDOT-approved two-day Traffic Control Supervisor training as offered by the CCA. The one -day ATSSA Traffic Control Technician (TCT) training along with the two-day ATSSA Traffic Control Supervisor training will serve as an alternate. If the alternate is chosen, the Contractor shall provide written evidence that at least an 80 percent score was achieved in both of the two training classes. The certifications of completion or certifications of achievement for all appropriate staff shall be submitted to the Engineer at the preconstruction conference. In subsection 630.11, delete the fourth paragraph and replace with the following: • All covering materials shall be plywood, hard -board, sheet metal, aluminum, corrugated polypropylene or rigid plastic, and shall be durable enough to resist deterioration due to weathering and atmospheric conditions for the duration of the project. Examples are aluminum at least 0.040 inch thick, corrugated polypropylene board, and plywood at least 3/8 inch thick. Adhesives, glues, tapes, or mechanical fasteners that mar the face of the panel to be masked shall not be used. 9 In subsection 630.15 delete the fifth paragraph and replace with the following: The Contractor shall agree to quantities for the following items on a weekly basis when signing the Form 7: Traffic Control Management Day JTraffic Congo- 'I sn�elcUo- n j2°' Da arz' atN vt a Catrcix_ �-x,=:mr.i- .:+.�F�ct.E.�€`�..� r„r ,Y�t.�,.l.s_..."'''v..�..i`�'-"��.e,.rod�:s f ,..t.a,3:r,�,�r...:o-.`si Flagging Hour Hour Fill PilofiCar O eration x,a,Hour�Sy a -.� `max; � .-_. 5� •.•-P_3_,_, - e 1y_'#rw r'.:�` C;,r ,_......� _?:St� ti,3:;.f t J.,,�'4�iR� `Y'� �_.:. > i � .y<�Y'�xn.""sm''i�D'�`! n2. �£h,'�'.,Y.ac-!Y'r't y''; 0 147 • • Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 August 2, 2007 REVISION OF SECTION 630 NCHRP 350 REQUIREMENTS Section 630 of the Standard Specifications: is hereby revised for this project as follows: In subsection 630.01, first paragraph, delete the second sentence. In subsection 630.08, delete the second paragraph and replace with the following: Work zone devices designated by FHWA as Category I, II, or III, shall meet NCHRP 350 requirements. Devices designated as Category IV, including but not limited to portable or trailer -mounted devices such as flashing arrow panels, temporary traffic signals, area lighting supports, and changeable message signs are not required to meet NCHRP 350 requirements. Except for Category IV devices, the Contractor shall obtain and present to the Engineer the manufacturer's written NCHRP 350 certification for each work zone device before it is first used on the project. 148 Harmony Road Bridge Over Fossil Creek Inlet & November 2009 Harmony Road Widening — Ziegler Rd. to Strauss Cabin Road Colorado Project No. STU-M455-095 Construction Subaccount No. 17306 June 7, 2007 REVISION OF SECTION 630 PAYMENT FOR CONSTRUCTION TRAFFIC CONTROL DEVICES Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.15 delete the second paragraph and replace with the following: Construction traffic control devices, as determined by the project Traffic Control Plan (TCP), will be paid for as follows: 50 percent of the accepted amount upon first utilization, an additional 40 percent of the accepted amount when 75 percent of the original contract amount has been earned, and the final 10 percent when the project has been completed in accordance with subsection 105.20, exclusive of any maintenance periods. The percent of original contract amount earned will be determined by comparing the amount earned for bid items, other than traffic control devices and mobilization, with the original contract amount minus the amounts bid for traffic control devices and mobilization. 9 149 0 0 August 1, 2005 REVISION OF SECTION 630 PORTABLE SIGN STORAGE Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.12, first paragraph, delete the fifth sentence and replace with the following: When storing portable signs or supports within the project they shall. be removed beyond the clear zone and shall not be visible to traffic. All storage areas shall be approved. The minimum clear zone distance shall be 18 feet, measured from the edge of traveled way. If the signs cannot be stored at least 18 feet from the traveled way, they shall be removed. Signs shall not be stored on the paved surface. 150 April 7, 2006 1 REVISION OF SECTION 630 STACKABLE CHANNELIZERS Section 630 of the Standard Specifications is hereby revised for this project as follows: Add subsection 630.061, immediately following subsection 630.06, as follows: 630.061 Temporary Chan nelizing,Devices. (a) Stackable Vertical Panels. Stackable vertical panels shall meet the NCHRP 350 crash test requirements and shall meet MUTCD requirements for vertical panels. Vertical panels shall be retroreflectorized with Type III sheeting, in accordance with subsection with subsection 630.02. The stackable vertical panels shall have the following properties: Property Specification Panel Material Low density polyethylene T; �a x � � g a tr es,wiin;,orange�or wh , � Cglor ,- Ora and wh te`s P� g N �:.�:.�1..�v.•._�4$.=`z..��5'-iJ..._..�t._,. �.�'v-ucE�z 7.:5.�n�£'-5. —r.�� Ka'4`'a�'_�..�Qr.T.'e..�;z__.-x_:r,�'L"�'.�; {"i+'Y'L�4"s�,-s., Vertical Panel Height 24, 36, 42 in. `� �j n-�.�� '� ".� �tr t` Y�� `fP�P.IS r, � a1. j+ rt+j' � � .'i,-i ,� h, j cs ' • � �.:J ✓-'� Yam. � ^^ter �`"l!- i Y Ballast Weight* 9 - 30 Ibs * NOTE: The ballast type and weight shall be as shown in the Contract or as approved by the Engineer. Markings for vertical panels shall be alternating orange and white retro-reflective stripes, sloping downward at an angle of 45 degrees in the direction of vehicular traffic. The width of the stripes shall conform to the requirements of the MUTCD. Vertical Panels shall be retroreflectorized with Type III Sheeting. The stackable vertical panels shall be selected from the Department's Approved Products List and shall have a smooth, sealed outer surface that will display the same approximate color day and night. (b) Stackable Tubular Markers. Stackable tubular markers shall meet NCHRP 350 crash test requirements and shall conform to MUTCD requirements for Tubular Markers. The stackable tubular markers shall have the following properties: • 0 0 151 April 7, 2006 • 2 REVISION OF SECTION 630 STACKABLE CHANNELIZERS • Property Specification Tubular Section Low density polyethylene astr w BIackBaset�K �, f< Height (min.) 42 in T 7r aic * T � Ballast ype� � a ka�JET M4x is OWN �:1Rectangular�Octagonal �x or Square{ i"x.''K'f'v�'"rsiws.•1+ . -, „k� • s 9 erjX 1".�� 15 - 40 lbs. Ballast Weight" `° NOTE: The ballast type and weight shall be as shown in the Contract or as approved by the Engineer. Tubular Markers shall be retroreflectorized with Type III Sheeting. The stackable tubular markers shall be selected from the Department's Approved Products List and shall have a smooth, sealed outer surface that will display the same approximate color day and night. Subsection 630.15 shall include the following: Payment will be made under: Pay Item Pay Unit Stackable Vertical Panel Each Stackable Tubular Marker Each 152 -4- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 11-27-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION 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 Rotomill Operator 16.22 4.41 2206 Post Driver/Punch Machine 16.07 4.41 2207 Tractor 13.13 2.95 2208 Compactor (Dirt and soil only) 16.70 3.30 Groundman (Traffic signalization) 2301 Class C 11.44 3.25 Truck Drivers: 2400 Floats -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 SignBarricade 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 15 to 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 Low Boy 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. 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. L_J • • 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. s 153 CJ s 0 January 17, 2008 REVISION OF SECTION 702 .BITUMINOUS MATERIALS Table 702-1 SUPERPAVE PERFORMANCE GRADED BINDERS Requirement for PG Binder - AASHTO Property Test No. 58-28 58-34 64-22 64-28 76-28 Original Binder Properties ,- .,y ° o -. -s i 7,- k Flash Pornt-Temp ; C minimum: 230 a 230 230 230 }230 T 48 Viscosity at 135 °C, Paes, 3 3 3 3 3 T 316 maximum Dynamic par,Temp °Giwhere 5858 64� 64 76 ; T 315 G"/Sin b @��-10 rad1s > 1 00 kPa Ductility, 4 °C (5 cm/min.), cm - - - 50 - T 51 minimum Toughness -ioules (mch Itis) ` ' n 124 CP L 2210 e?:.s h... .1ii. .es»e _3 ��.t�,_N.-. .« ...._ .. __z .. _�>..4 Ip.... ✓_... .f>..c_..L a.y S�1a..�t `rl... _n �.t Tenacity, joules (inch-lbs) - - - 8.5 - CP-L 2210 (75) Acid. or Alkali Modification (pass fail) r t Pass a ;Pass , g Pass,'s Pass Kass r MCP L, 2214 RTFO Residue Properties CP-L 2215 m .... � Mass Loss percent maximum ,,maximum,--,,, s 1.00 t 1 00 1 UO �1 00 1:OOQ, s CP L 2215 C�9 ky .c' _ I.•= Dynamic Shear, Temp. °C, where 58 58, 64 64 76 T 315 G"/Sin 6 @ 10 rad/s > 2.20 kPa Ductility, 4 °C (5 cm/min), cm - - - 20 - T 51 minimum PAV Residue Properties, Aging R 28 Temperature 100 °C Dynamic Shear Temp °C; where` 315 G":,Sin b @':10 rad%s s 5000 kPa `.' Creep Stiffness, @ 60 s, Test -18 -24 -12 -18 -18 T 315 Temperature in °C S maximum MPa : m-value, minimum 0.300 0.300 0.360 0.300 0.300 T 313 **Direct Tension Temperature in.-"!- ;18 24 12.' 18 98 T 314 °C @ 1 mmlmin where failure strain > 1 0 % *"Direct tension measurements are required when needed to show conformance to AASHTO M 320. 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) Dampproof!ng. 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. • 155 0 9 January 17, 2008 REVISION OF SECTION 702 BITUMINOUS MATERIALS Table 702-2 POLYMERIZED EMULSIONS FOR SEAL COATS Property CRS-2P CMS-2P HFRS-2P HFMS-2P AASHTO Test No. Tests on Emulsion: 5 r o .. Storage stability, 24 hr, % max 1.0 1.0 1.0 1.0 T 59 "0PositweNUN, kt--v Sieve test, % max 0.10 0.10. 0.10 0.10 T 59 T pp M g, zDemulsibihty!,: W Oil Distillate by volume, % max or range 3.0 3.0 3.0 3.0 T-59 "--"'R 3" -DI N-I,N yRdPbYd1110Pporation/j,�miW........ T,1.Af_1A p7m M a M�+v65 . .... ... 12 Tests on residue: ion; 41� EMO M Penetration, 25 OC, 100g, 5s, max, dmm 150 150 150 150 Zf �-Z n, S g Solubility, in trichloroethylene% min 97.5 97.5 97.5 97.5 T 44 -­M- w' Mrr­iI��;`�-; :Elastic?R6 6V6 tip gg- tznl"S _1i . . . . . . . . . . . Float Test, 60 OC, s min 1200 1200 T 50 lb Toughness41 �1? 4, " Tenacity, in-lbs, min 45 45 1 CP-L 2210— 'If successful application is achieved in the field, the Engineer may wave this requirement. 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 T-59 or CP-L 2212 respectively with modifications to include 205 ± 5 OC (400 ± 10 OF) maximum temperature to be held for 15 minutes. 156 January 17, 2008 5 • REVISION OF SECTION 702 BITUMINOUS MATERIALS (b) Emulsion for Prime Coat. Emulsion for prime coat shall conform to,the requirements of Table 702-3. Circulate before use if hot used within 24 hours. Table 702-3 ASPHALT EMULSIONFOR PRIME COAT AASHTO Property Requiremen Test No. t Viscosity ^' O4 Fri Sa bolt�Furol; at 50 C. 122 F 20 150 x , x=P7d{T,59 %sR ies �e� tlu 65/o mm 3 Y, F � _ 3 Y� +fr�?�..� "?i. .: �6� S � •I Ml!'�'1� ice. 'g9�r ��v..._ � Lf''N :.'' i�,3t, � a:.+.a�ii...._).��'.�if Oil Distillate by Volume, % 7% max. T59 Tests on Residue from Distillation:-Solubilityin Thehlo oethylene %..97i51mih N¥ SST (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: • 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. • 157 s 0 • January 17, 2008 6 REVISION OF SECTION 702 BITUMINOUS MATERIALS Table 702-4 HIGH FLOAT EMULSIFIED ASPHALT (POLYMERIZED) (HFMS-2sP) Requirement AASHTO Property Test Minimum Maximum Tests on Emulsion: Vises osity Sayboltjffuro at�50� C (,122f of 0 5p T 59 1 _ T 59 Storage Stability test, 24 hours, % IS g % Residue' 65 T 59 Oil tlistt 16te!by volume ° R ire , �--MT._' _,, ,: � R' I"„ �x T 59 , k Tests on Residue: 'Perietrat n,x25C(7F7 #F) 1,00q sec`s ;'k .5:— tkr'-.`C,.�'}.Fncesi�suauri:>k�t�6u•.�b.."`"SR'.^i:td6°9u�.. L1'SO��3002 yT49 " Float Test, 60 °C (140 °F), sec T 50 W4_ ' {f i 5 T 44 � 1200 '� 97 5 E � . `✓L.Yt 'Sa d �s15, 9,�^Sjolubili ' in i,CE, % ' R3is i ii�`v l- nZ 4d" �..u�'13�. is Elastic Recovery, 4 °C (39.2 °F), % . 50 � sue. T 301 10° F maximum temperature to be held for 15 minutes. Z400.t When 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. 158 January 17, 2008 REVISION OF SECTION 702 BITUMINOUS MATERIALS Table 702-5 EMULSIFIED RECYCLING AGENT Requirement Property Test Minimum Maximum Tests on Emulsion: hsc;rosity @ 25 C SFS 20 t 200 x � D,244 ]A]STM . �Hrk;R^.: Pumping Stability Pass GB Method' 011, r� J t Cement Mixing, %w 2.0 ASTM D 244 � � LPaticle 'Positive Charge « s r s �� ASTM D.244 ASTM D 2443 Conc. Of Oil Phase 64 Tests on Residue: viscosity4000a ASTM D 2170fr Sa{S ..-_ g`a a.l.."y� zi b..:.,k:. a. _ V. ...«. .h . ,r_ ' ! . _. { ' La_I:,.) 5... .-r•n ...:2', ,,ii.;.x ..r.C_..;..�..: Flash Point, COC, °C (° F) 232 ASTM D 92 Maltenes Dist PC+A� _`;�`s ; s w ASTM Ratioa� F �S+`AZ � � �� � a ' Fes? � � � � •"'gD 2006 y , , G....._�n._.Srii.Y..k.. ASTM PC/S Ratio 0.4 D 2006 rASTA/1 t11 0 00 F _ 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.B22621) having a 6.3 mm (1/4 inch) inlet and outlet. The emulsion passes if there is no significant separation after circulating ten minutes. 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 °F) until foaming ceases, then cooling immediately and calculating results. 4In the Maltenes Distribution Ratio Test by ASTM Method D 2006. PC = Polar Compounds S = Saturates A, = First Acidaffin A2 = Second Acidaffins • • 159 0 January 17, 2008 8 REVISION OF SECTION 702 BITUMINOUS MATERIALS 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 S.F., @ 25 °C (77 °F), s ASTM D 244 20-40 'Viscosity, �'Resuiu�-'fie ZMiscibility Test I ASTM D 244 No I coagulation Particle Charge Test I ASTM D 244 Positive W N }4S �n ; - .: !�`�§�.,a"td'k %3*}}. ��»'hy^�.^�'^ IWP Yr^x�n 1•^� H SK"' 4y ��� 4 __ u Viscosity, 60 °C (140 °F), mm`/s ASTM D 445 100 - 200 I ME ffl -1 S . , oint COC min � I °i4STM D 92 Asphaltenes, % max. ASTM 1.0 D2006 Maltenes DistPC+A�'a TSA M �-011 03 0 6 A"_4La' Saturated Hydrocarbons, % ASTM 21-28 D 2006 tion T fIforf',0e66ent3 aresitlue se � 00V ASTWD24MModified Ev poraPi heiatmg550Ygram marde by sample to A�49 C u(300,F'yu iIJoammg ceases thenL�.coolmg immetliatel xanddblculatinesults ,�• i+°f4H"wc/'6.d {7. :L.:a'd--,IFS, y,r2'� $Test po cedure� dentical`w th ASTMnD244 exceptthat 0 021Normal o- �Calcium,Chlonde solution shall�bd used 1.place�of distilletl water l ai3 c4 i'2 � B? ,w �4a g X'm?' s vvtn L� tr." c o� .-S, I x r Test procedure identical innth ASTM D244 except that distilletl=waterM shall be usem=place of 2%,sodwm ofeate solution 2^RY it Y. Yy - • .. k 4 } ,�++^ .n+1 Ak fhemMaltenes Distrnbu ion�Ratio"est5by ASTM�Metho2d D4124 lh.�.� N���r� �� �ZL 1In , ���PC ,Polar°Compounds �xS4 �4 }^A�Fir"stAcida""ffin' A�" Second�Acidaffins��;� ����� For hot -in -place recycling ARA-1 Pisan acceptable alternative to ARA. ARA-1 P shall meet the requirements below: Emulsified Polymer Modified Asphalt Rejuvenating Agent (ARA-1P) 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. 160 January 17, 2008 9 REVISION OF SECTION 702 BITUMINOUS MATERIALS Table 702-7 ARA-1 P Property Test Method Min Max Test on Emulsion Viscosity Saybolt Furolr@ 77 °F sfi} �` 100 ASTM'D 244 * f ,t...s.:.�'�� '•tw' a-. -. _.. ... ?..k�. fix.%: Sd .x _..._ ._. ._._. s.s�_� .rl_..r...t.rK ..`...-, ._.,. .. ... .. Residue @ 350 IF, % ASTM D 244 Mod 60 r 3 Sieve Test% 3;_ f r ' ASTM D 244 Y " ' 0 10 <4 Oil distillate, % ASTM D 244 2.0 Test on Residue F Penetration,@439 2 °F 1'OOg, 5s dmm ASTM D 5 Modified �{ 150 250 Asphaltenes, % ASTM D 4124 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, Type I or II. 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. • • 161 10 REVISION OF SECTION 702 BITUMINOUS MATERIALS Colorado Procedure Laboratory CP-L 4101 Standard Practice for Preparing Concrete Blocks for Testing Sealants, for Joints and Cracks ASTM Designation: D 1985-03 NOTE: Replace Subsections 5.1, 5.1.1, and 5.2 of ASTM D 1985-03 with the following: 5.1 Prepare, the concrete in accordance with the procedure described in Test Method C 192/C102M using the following mix design: Concrete Mix Proportions for 1 Cubic Yard SSD Batch Weight Cement, Type 1/II 528 lb Flyash, Class F 132 lb 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 t 150 m/min. (10 000 t 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 January 17, 2008 such blocks in a 100% humidity environment for not less than 7 days prior to use. 162 L_J 0 -5- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 1 1-27-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015. HIGHWAY CONSTRUCTION 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, Sed wick, 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 project. General Decision No. CO20080015 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, 22.85 10.79 8 Huerfano, 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, 27.00 10.91 8 Huerfano, 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, 31.00 11.40 8 and Yuma counties) 3203 Electricians (Cheyenne, Elbert, Kit Carson, Lincoln, Park, 28.80 13.10+ 3% 8 and Teller counties) Electricians (Dolores, Garfield, Gunnison, Hinsdale, La Plata, 3204 Moffat, Montezuma, Ouray, Pitkin, Rio Blanco, Routt, San Juan, 28.00 9.24 10 and San Miguel counties) 3205 Electricians (Delta and Montrose counties) 21.51 8.92 10 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 1 — 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. July 30, 2009 REVISION OF SECTION 711 CURING MATERIALS Section 711 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 711.01 and replace it with the following: 711.01 Curing Materials. Curing materials shall conform to the following requirements: B IruB ap"Clothimade=fromJute or Ken' afAASH_T_O My1':82 Liquid Membrane -Forming Compounds for Curing Concrete AASHTO M 148 Sheet`Materials for C nnu g Concreter k x r,, , AASHTO, M 1 L "Only the performance requirements of AASHTO M171 shall apply. Straw used for curing shall consist of threshed straw of oats, barley, wheat, or rye. Clean Feld or marsh hay may be substituted for straw when approved by the Engineer. Old dry straw or hay which breaks readily in the spreading process will not be accepted. • El 0 • 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 (HMA) shall conform to the requirements of AASHTO M 303, Type I. In addition, the particle size requirements shall conform to AASHTO M 303 when tested in accordance with CP-L 4209 Physical Testing of Quicklime, Hydrated Lime, and Limestone. 164 July 30, 2009 REVISION OF SECTION 713 GLASS BEADS FOR TRAFFIC MARKING Section 713 of the Standard Specifications is hereby revised for this project as follows: Subsection 713.08 shall include the following: Glass beads used for any type of pavement marking shall not contain more than 75 parts per million (ppm) Arsenic, 75 ppm Antimony and 100 ppm Lead. 01 0 165 0 10 • 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 fnr Minnrity 11til72tinn Timetable - Until Further Notice Economic Area Standard Metropolitan Statistical Area SMSA Counties Involved Goal 157 (Denver) 2080 Denver -Boulder Adams, Arapahoe, Boulder, Denver, Douglas, Gilpin, Jefferson ................... 13.8% 2670 Fort Collins Larimer............................... a................ 6.9% 3060 Greeley Weld ...................... a............................. 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 (Grand Junction) Non SMSA Archuleta, Delta, Dolores, Eagle, Garfield, Gunnison, Hinsdale, La Plata, Mesa, Moffat, Montezuma, Montrose, Ouray, Pitkin, Rio Blanco, Routt, San Juan, San Miguel - 10.2% 156 (Cheyenne - Casper WY) Non SMSA Jackson County, Colorado.................. 7.5% GOALS AND TIMETABLES FOR FEMALE UTILIZATION UntilFurther Notice......................................................................................................................6.9% -- Statewide 166 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. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this specification, and in the contract resulting from 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. 0 167 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. 4. 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 be obtained from any office of Federal Contract Compliance Programs Office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 168 August 1, 2005 4 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 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 needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. 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. • 169 I] August 1, 2005 5 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY g. Review, at least annually, the Contractor's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and, vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through 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. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligation. 170 August 1, 2005 6 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 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 other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 0 171 August 1, 2005 7 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY C. SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES. 1. General. 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 10 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; (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. 172 -6- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 1 1-27-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION General Decision No. CO20080015 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod POWER EQUIPMENT OPERATORS: 3300 Bituminous or Asphalt Spreader/Laydown Machine 23.67 9.22 7 3301 Bulldozer 23.67 9.22 7 Crane: 3302 50 tons and under 23.82 9.22 7 3303 51 to 90 tons 23.97 9.22 7 3304 91 to 140 tons 24.12 9.22 7 3305 141 tons and over 24.88 9.22 7 3306 Grade Checker 23.82 9.22 7 Loader: 3307 Barber Green, etc., 6 cubic yards and under 23.67 9.22 7 3308 Over 6 cubic yards 23.82 9.22 7 Roller (excluding dirt and soil compaction): 3309 Self-propelled, rubber tires under 5 tons 23.32 9.22 7 3310 Self-propelled, all types over 5 tons 23.67 9.22 7 3311 Trackhoe 23.82 9.22 7 3312 Oiler 22.97 9.22 7 3313 Water Wagon 23.82 9.22 7 General Decision No. CO20080015 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 signalization) 11.57 3.50 Ironworkers: 3900 Reinforcing 16.94 6.77 3901 Bridge Rail (Excluding guardrail) 16.76 6.01 • 40 August 1, 2005 8 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY (2) All new supervisory or personnel officeemployees 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.) c. 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. In addition, information and procedures with regard to referring minority group applicants will be discussed with employees. 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. 173 • August 1, 2005 9 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 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 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. 174 August 1, 2005 10 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 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. 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: 0 (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. 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. • 175 August 14, 2009 1 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS (a) Definitions and Procedures For this project, the following terms are defined: 1. Disadvantaged Business Enterprise (DBE). A small business concern that is certified as being: A. At least 51 percent owned by one or more socially and economically disadvantaged individuals or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals, and B. Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. C. Socially and economically disadvantaged individual means any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who is: (1) Any individual whom the Colorado Department of Transportation Office of Certification or the City and County of Denver Division of Small Business Opportunity (DSBO) finds to be a socially and economically disadvantaged individual. (2) Any individual in the following groups, members of which are rebuttably presumed to be socially and economically disadvantaged: • a. Black Americans," which. includes persons having origins in any of the Black racial groups of Africa; b. "Hispanic Americans," which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; c. Native Americans,' which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; d. "Asian -Pacific Americans," which includes persons whose origins are from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga, Kirbati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong; e. "Subcontinent Asian Americans," which includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka; 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." 176 August 14, 2009 2 isDISADVANTAGED 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. 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 bidder 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 bidder from fulfilling the Good Faith Efforts requirements. The apparently successful 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. The bidder may submit information on its UDBE successes in the preparation of this bid and its successes on CDOT projects during the three preceding calendar years. These successes shall be documented in Section IV of the Form 718. Other factors the bidder considers relevant to its past performance in meeting CDOT UDBE contract goals shall also be documented in Section IV of the Form 718. In determining whether a bidder has made good faith efforts, CDOT will consider the performance of the apparently successful bidder in meeting UDBE contract goals over the preceding three calendar years. This will include performance at the time of Contract bid and at the time of Contract close. CDOT will use this information to help assess the bidder's ongoing level of commitment in performing good faith efforts to meet project goals. CDOT will also take into account the performance of other bidders in meeting the contract goal. For example, when the apparently successful bidder fails to meet the contract goal, but others meet it, CDOT will reasonably raise the question of whether, with additional reasonable efforts, the apparently successful bidder could have met the goal. The greater the difference between the contract goal and the apparently successful bidder's DBE commitments on the Form 714, the greater the level of Good Faith Efforts expected by CDOT. If the apparently successful bidder fails to meet the goal, but meets or exceeds the average UDBE participation obtained by other bidders, CDOT will view this, in conjunction with other factors, as evidence that the apparently successful bidder'may have made adequate good faith efforts. • 177 August 14, 2009 3 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS CDOT will accept verifiable comments from persons that have specific information pertaining directly to the efforts made by the bidder to reach the contract goal on this project. CDOT will consider these comments as part of its good faith effort analysis prior to issuing its -decision regarding whether good faith efforts were employed by the apparently successful bidder. To be considered during CDOT's good faith effort analysis for the project, such comments must be submitted by letter, fax, or email. Comments must be sufficiently detailed, and must be received by CDOT within seven calendar days after the bid opening. Written comments should be submitted to CDOT based on the contact information listed at http://www.dot.state.co.us/EEO/ContactUs.htm . The Business Programs Office, with the DBE Liaison's Approval, will notify the apparently successful 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: 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. The Chief Engineer may pursue award of the Contract to the next lowest responsible bidder based upon this decision. If award of the Contract is made based on the Contractors 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. 178 August 14, 2009 • 4 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS (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 contracted to UDBE contractors or subcontracted to UDBEs and independently performed by UDBEs shall be considered toward contract goals as established elsewhere in these specifications. 2. It shall be the Contractor's responsibility to submit applications so that the certifying agency has sufficient time to render decisions. The certifying agency will review applications in a timely manner but is not committed to render decisions about a firm's DBE status within any given period of time. 3. The Department will publish an online directory of DBE contractors, vendors and suppliers for the +, purpose of providing a reference source to assist any bidder in identifying DBEs and UDBEs. Bidders will be solely responsible for verifying the Certification of DBEs they intend to use prior to submitting a proposal. The directory is updated daily by the certifying agencies and is accessible online at http://www.dot.state.co.us/app, ucp/ . 4. Bidders shall exercise their own judgments in selecting any subcontractor to perform. any portion of the work. 5. Permission for a DBE/non-DBE joint venture to bid on a specific project may be obtained from the Business Programs Office based on.information provided.by the proposed joint venture on Form 893, "Information For Determining DBE Participation When A Joint Venture Includes A DBE". Joint applications should be submitted well in advance of bid openings. (c) Bidding Requirements 1. All bidders shall submit with their proposals a fully executed Form 714 including a list of the names of their UDBE subcontractors to meet the contract goal. The apparently successful 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 apparently successful 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. 179 • August 14, 2009 5 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS 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. 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 1. 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 under 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 commercially useful function in the work of a contract. A DBE is considered to be performing a commercially useful function by actually performing, managing, and supervising the work involved. To determine whether a DBE is performing a commercially useful function, 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 work force, 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 useful function. The DBE may present evidence to rebut this presumption to the Department. 180 August 14, 2009 6 •DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS 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 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 certified firm that operates or maintains a factory 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 useful function in the supply process. A DBE supplier (regular dealer) is a certified firm that owns, operates, or maintains a store, warehouse, or'other establishment in which the materials or supplies required for 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. 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 181 August 14, 2009 7 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS 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 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. 182 u • • -7- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 11-27-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION General Decision No. CO20080015 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 1 Scraper 17.62 3.16 August 8 a DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS. AND REQUIREMENTS 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. 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. (f) 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 714 Form 715 Form 718 183 • r L COLORADO DEPARTMENT OF TRANSPORTATION Project #: BIDDERS LIST DATA and UNDERUTILIZED Location: DBE (UDBE) BID CONDITIONS ASSURANCE Prime Contractor Instructions: This form has two sections, both must be completed and submitted with your bid. Complete Section Ito list all subcontract quotes received (non -DBE and DBE). Complete Section II to report only Underutilized DBE (UDBE) participation percentages which qualify under the contract goal specification for this project. Please review CDOT Form #715 instructions before completing Section II. Attach additional sheets as necessary. POLICY It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have equal opportunity to participate on projects financed with federal, state or local entity funds. Consistent with 49 Code of Federal Regulations (CFR) Part 26.11, the Bidders List data provided by the Contractors will provide CDOT as accurate data as possible about the universe of DBE and non -DBE firms actively seeking work on its highway construction contracts, for use in setting overall DBE goals. 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 ❑ 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 Bid/Quote Certified DBE firm? Yes No Work item(s) description Firm being used? Yes No 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. Page 1 of 2 Previous editions are obsolete and may not be used CDOT Form #714 4/08 Name of firm submitting Bid/Quote Certified DBE firm? Yes No Work item(s) description Firm being used? Yes No 15. 16. 17, 18. 19. 20. 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. 00 4. % 5. % BOX A: TOTAL ELIGIBLE UDBE PERCENTAGE AMOUNT (Round to nearest hundredth) -- % * Detailed instructions on how to calculate DBE commitment amounts are available on CDOT Form #715 and in the "Counting DBE Participation Toward Contract Goals and CDOT's annual DBE goal" section of the "DBE — Definitions and Requirements" in the Standard Special Provisions. I understand that, if my company is determined to be the low bidder for the contract on this project, I must submit a completed CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION for each firm listed in Section 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 prior to the bid opening will count as Good Faith Efforts. I understand my obligation to abide by the Policy stated above Section 1. 1 shall not discriminate on the basis of race, color, age, sex, national origin, or handicap in the bidding process or the performance of contracts. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Company Name: Date: Company Officer Signature: Title: 10 0 Page 2 of 2 Previous editions are obsolete and may not be used CDOT Form #714 4108 is COLORADO DEPARTMENT OF TRANSPORTATION Project No.: CERTIFICATE OF PROPOSED UNDERUTILIZED DBE (UDBE) Project Code (SA#): PARTICIPATION Location: Form #: of Prime Contractor —Send completed/signed form to the Business Programs Office (instructions on second page). The "Eligible UDBE Amounts" submitted on this form must equal or exceed the commitment(s) documented on the CDOT Form 714 you submitted with your bid. For the complete list of certified DBE/UDBE firms and their DBE work codes go to http://wwW:dot.state.co.us/app_ucp/ NOTE: See 49 CFR part 26.55, and the "DBE - Definitions and Requirements" in the Standard Special Provisions, for further information concerning counting DBE participation of truckers, subcontractors, suppliers and service providers toward the project's UDBE goal. PART 1 a — TRUCKING CONTRACT If the UDBE is being used as a trucker for one or more "trucking" DBE work codes (25500, 25505 etc.) then: ■ ACTUAL UDBE AMOUNT = Actual contract amount for the transportation services provided by the UDBE firm and any UDBE lessees. ■ ELIGIBLE UDBE TRUCKING AMOUNT = [ (ACTUAL UDBE AMOUNT) — (Any non-UDBE lessee amounts in this contract)" " For work done on this UDBE contract with non-UDBE lessees,.credit toward the project UDBE goal is given only for the broker fees or commissions the UDBE trucker receives for arranging the transportations services, because the services themselves are being performed by non-UDBEs. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE TRUCKING AMOUNT $ xt DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: Complete list is ht1 " k of work codes at ://www.dot.state.co.us/a P P PP_ucP/ PART 1 b - SUBCONTRACT \1W N' < Ma \,k ■ ELIGIBLE UDBE SUBCONTRACT AMOUNT = [ (Actual UDBE contract amount) (Ah§,fhbn `UDBE4�"e'rtie amounts in this contract)* Work that a UDBE subcontracts to a lower tier non-UDBE firm does not count toward the.p\olect UDBE goal.! NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE �ELIG/BLE UDBE SUBCONTRACT AMOUNT V' DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FQRt xl Complete list of work codes is at http✓/www.dot.state,coapp`ucp/ 1. PART 1 c - SUPPLY CONTRAACT X � V' V If the supplier is a UDBE facturer" for the item(s): • ELIGIBLE UDBE SUPPLYAMOUNT (A tual UDBE contract amount) X 100% f t If the supplier is a U` DBE with field of "Regular Dealer" for the item(s): a,., ypd7 • ELIGIBLE UDBESUPPLYAMOUNT= [ (Actual UDBE contract amount) X 60%� V it �, -4*,rl NOTE: If the supplier is a E with a'Type" field of "Broker" for the item(s) use PART 1d — BROKER / SERVICE CONTRACT. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE SUPPLY AMOUNT DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: Complete list of work codes is at http://www.dotstate.co.us/app ucp/ PART 1d — BROKER / SERVICE CONTRACT If purchasing materials or supplies through a UDBE with a "Type" field of "Broker", count only the amount of brokerage commission and/or delivery service fees included in the contract. Other examples of services to include in this section are bonding, brokering, consulting, security guards, and insurance etc. ■ ELIGIBLE UDBE SERVICE FEE AMOUNT = Actual compensation retained by the UDBE broker/agent for services rendered" " The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered, provided the fee/commission is determined by CDOT to be reasonable and not excessive as compared with fees customarily charged for similar services. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE SERVICE FEE AMOUNT $ DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: Complete list of work codes -is at http://www.dot.state.co.us/app ucp/ Original — Business Programs Office Previous editions may not be used CDOT Form 715 — Page 1 of 2 1/06 PART 2 - UDBE PARTICIPATION SUMMARY A) What is the total dollar value of this proposed trucking, subcontract, supply, OR broker/service contract that is eligible for counting toward contract goals? A = [ TOTAL FROM "ELIGIBLE" COLUMNS IN PART 1 ] A> NOTE: Provide in actual subcontractor dollars and not prime contract prices. B) What is the total dollar value of proposed subcontracts that are eligible for counting towards B> contract goals from prior sheets/forms? C) What is the accumulative value of proposed subcontracts that are eligible for counting towards contract goals? C> C=[A + B] D) What is the original contract bid total? D> E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs? E=[(C-D)X100] E> t PART 3 - UDBE CONFIRMATION I confirm that my company is participating in this contract as documented in the Prime Contiactors cojrjmitment(s) in PART 1 of this form. Only the value of the work that my company is actually aerforming.is l eing counted onAhis,form. UDBE Firm Name: 't°t„_ VI' Date: UDBE Representative Signature and Title: PART 4 - PRIME CONTR I certify that: • my company has met the contracted UDBE goalso'�'has submitted a completed CDOT Form #718. my company has accep et d a�prop salifrom,1the UDBE named above. • my company has notiaiedtithe propose UDBE of the contracted UDBE commitment. • my company has�ensured that theNproposed UDBE has signed PART 3 of this form. • my companyls use of. the,proposed UDBE for the items of work listed above is a condition of the contract award. • my company+will IinviY :the proposed UDBE to attend the preconstruction conference. • m com ai will iiot use a substitute UDBE for the proposed UDBE's failure to perform under a full executed subcontract, Y P Y,P P p Y unless my company complies with the' definitions and requirements section of the DBE Special Provisions. • 1 understand that failure to comply with the information shown on this form will be considered grounds for contract termination. I declare under penalty of perjury in the second degree, and any other applicable state or federal laws, that the statements made on this document are true and complete to the best of my knowledge. Prime Contractor Name: Officer Signature and Title: FORM INSTRUCTIONS Prime Contractor: 1. An officer of the contractor(s) must complete this form. 2. Include only DBE firms which meet the underutilized criteria in the contract goal specification for this project (i.e., UDBE firms). 3. Complete only relevant section(s) for PART 1. 4. Ensure that the proposed UDBE has signed PART 3 of this form. 5. Complete ALL sections of PART 2 and PART 4. 6. Submit a separate CDOT Form #715 for EACH proposed UDBE. Oriqinal - Business may Date: 7. Retain a photocopy for your records. 8. Send original to: Colorado Department of Transportation Business Programs Office 4201 E. Arkansas Ave. Denver, Colorado 80222 FAX: (303) 757-9019 CDOT Form 715 - Page 2 of 2 1/06 • is # v¢j m U U o a E O a a�i U m Q.. t U) 5 p z r m L •0 O m ml m E C 3 m U O W 2 1.- E O z N O :s P: y W _' W � N m O cc C N O 0�a m �, r m U L O j U(u =.0 m m o > r m0 O O U n O_ a) m O � c N C 0 U :6 E t Q n— O 0 v r- a 0 ai N — () ' C n o f C :3 o m C U h m LU E O y LU o n'f6 L) Q .3 - W [o a) 0-0 O ' w z O 7 E m N N 'O Z U U 2 N W N F a cc « y m U is •2J O C� a J U m a) @ co y O r 3 N 0 o m c m Q o m E w O J _ m X O U m V �aQ � N N W J N C 0 N � CULL N j G m mw Q .0 O C U o Z m~ Q).Tn E Ow 0 � U o o o a� U E _ O p— O m� C LL O n U. C E 'tF O Li O M O O aU)m C 6 � � O V CL o N� Cawo Z im F a) O _ �' o t1 0 QZ O'E a)cm2 O 0 0 coo n N L U. Co 0 U W Q o m `y C O m t C m � a -� Z Z ` .O -o < tU) 7 LL C W 0 W 3m N a`Nim> °? a N o = Q a` EQr U n d o o y o _N Lu J O m m o ",�, w 0 -mo '�'a o nm m 2 CL cc m O o o NEE LL �ouE0 0 � o2 O 0 O N o � t � W O m N o H m F-1 OE O QOo Z IL O N V= W m FL- 3 U _0 u! .0 o 3 E E O a o U N � mL al W S m o m o 3 0 N •� O � C d — E a 6 Co tmM'c d c m ama O-o O •U U N=a we �•.y — m — x CC w N N C C w N m L N o— a m U a L m N a) m a E a 0 to 0 3 3 m E 3 =1 O U O C _N N m y 6 .U.. O 'V m a is O a) V m' U •(� C w o r O a co N a) 0 Ern mm N N —(Uau m cc 0) U C 0 C YO O CDO. W U O o m O N y 0 L �O «°: > 3 N m C C y a) O a7 m a y L E W W m o m �mm o - nC 71 �5 H u O O W rnO':«mDrm' m m cq LU c p m o c L) U c p c o o O �CU L L O W O ,W o E500000000 ❑❑❑❑ 001100 '-m Q E- m • 0 m N O LL W,.N m LU x N C'.A J ,, N n m 0LQ W x N a Fh N rn •m 7 jmai d - C O m n w y L:Eada O 5O a� m 0 U L-. N o m o 5urn myo L n d �� t } a. (A E c U . «, �f Q c n y W _ c o cj �zrr t m m _ O m O m U yj - O 3 m N Q w ,�Y„-p � �-ue "i N p U `� W m Y m c yo M U $ ��' btt��°•�� d p 1- m m C Q cn Q c t O_1 �a d 0 d N v N�ryz'v a Yo t �a� m 3 W U w T ..:sU.747?� n C 01 N m m y E L C'd; : :*,Lpva>,` n O ae _0m (U U C an m r Q) W C C m 7 m m 3�fi"r w y' O: m m o 0 (D E w o o i� �' ai �=o c m m > LLJ 0 0 a O c 1 a} t r - a c m � m U Z .E U �O J w N U 0f w Aa.�r 3 a y 0 F 0 N E a �ibpe^s# N LL NLU E C N N N .E 3 LL c p O a•*a..ed O m •E .o 00 caoC� w 0 mCc�� '0y` �E3.a a� E c 0 LL O h Z p O y t* MI 1 �i''E♦- o- U E X •N Z a E U� s 2 E W a� ti r .m s d .,,�,� N 0 N O O c ._ Z 0 � a;. oz cm o{ p (v x�a1 � 0" Y O N CD g c U m cc W ,�«��� � N r m p c U a m L N N N N N N a a) ^�mU:^ tVi'�3� ,✓ O •O a) a c m m O U Cl Z O - W 0:' m m E G Y ¢ H F Z _ t;_iN O r W U cm.." m 4) YaO a� L a) 0 0 p W 3C. m a) 0-0 0 a �`ik �' 0ti'OSknR't' -o .L Lo a O c Q z .L... ' a) U i'e _M All, 7 LL 0 0 0 aC m?U.0 0 c ri Q Z m E O• m Ma w C O LY m S. m�Qtx E a) —_ O =i O c 0 s V Y+d at�drL'rk a) a L ._ C a) O U U- c O- V ~ m 0 m = W 0 0 N a) 0) m a U) c O a� y 0 O t s LY O LL H x f- 0 N E cc cm LL N N N C m m • �J January 17, 2008 ON THE JOB TRAINING This training special provision supplements subparagraph 6 of paragraph B and supersedes subparagraph 7b of paragraph C of the Special Provision entitled "Affirmative Action Requirements, Equal Employment Opportunity" and is an implementation of 23 U.S.C. 140 (a). As part of the Contractor's Equal Employment Opportunity Affirmative Action Program, training shall be provided on projects as follows: (a) General Requirements 1. The Contractor shall provide on the job training aimed at developing full journey workers in the type of skilled craft involved. 2. Training and upgrading of minorities and women toward journey worker status are a primary objective of this specification. Accordingly, the Contractor shall make every reasonable effort to enroll minority trainees and women (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women trainees) to the extent that such persons are available within a reasonable area of recruitment. The Contractor shall be responsible for demonstrating the steps that were taken in'pursuance thereof, prior to a determination as to whether the Contractor is in compliance with this specification. This training commitment shall not be used to discriminate against any applicant for training whether a member of a protected class or not. 3. An employee shall not be employed or utilized as a trainee in any skilled craft in which the employee has successfully completed a training course leading to journey worker status or in which the employee has been employed as a journey worker on a permanent and regular basis. The intent of the OJT Program is to train unskilled workers into a skilled job; the intent is not to use a previously trained and skilled worker to meet the project training requirements. The Contractor shall satisfy this requirement by including appropriate questions (i.e. Have you ever completed a formal training class in the craft that you are working in? worked as a journeyman in the highway construction industry?) in the employee application or by other suitable means. Regardless of the method used, the Contractor's records shall document the findings in each case. In order to enhance promotion from within the Contractor's unskilled workforce, the Contractor may utilize an unskilled worker as a journey worker in a skilled craft, provided that the worker is paid the required contract journey worker rate. In that event, the trainee will have an opportunity to advance to journey worker status in and/or outside of the OJT program. 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 (DOL), 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: CDOT Center for Equal Opportunity 4201 East Arkansas Avenue Denver, CO 80222 The following documentation shall be submitted: 190 January 17, 2008 2 , ON THE JOB TRAINING 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 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. n 191 January 17, 2008 3 ON THE JOB TRAINING 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 hftp://Www.dot.state.cb.us/Bidding/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 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 0 the Department. 192 -8- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 1 1-27-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION General Decision No. CO20080015 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 Distributor 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. • • January 17, 2008 • 4 ON THE JOB TRAINING 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. 7. 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: NOV Mimrnum total tran mi Maximum` Category � .Contractdollarvaluern hours F ..e`provided A Up to 1 million 0 0 BINE—uf...�>1tlnr AZ n320,;�taZoo°. C >2 - 4 million 640 $800 TH D.>4 6 millions1280 $1400' E >6 - 8 million 1600 $1700 F >8x 12�mill�on ,_ ': i F 1 � t � 1920 t 211 € C'. Lis ", & -1 2000` G >12 - 16 million 2240 $2,400 H ` ff. ON >16 FIRM 2,600 F For each increment of I $5 million, over $20 1280 $1400 million 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. 193 • 0 January 17, 2008 5 ON THE JOB TRAINING 2. If the Contractor has an approved Colorado Training Program, then it shall be exempted from the contract OJT goal, but not from the requirement to provide training in accordance with the Contractor's approved training plan. Contractors shall have an approved Colorado Training Program Plan for the calendar year to be able to use this option. Contractors who do not have an approved Colorado Training Program Plan shall comply with the requirements of part (b) of this specification: 3. Each trainee enrolled in the Colorado Training Program will receive a minimum of 1200 hours per year of on the job training. Up to 200 hours of offsite classroom training can be included in the 1200 hours minimum. The trainee's hours per year may be on CDOT or non-CDOT projects. 4. At least ten working days prior to the first progress payment to be made after work has begun, the Contractor shall submit to the Engineer documentation showing DOL or CDOT. approval of the Contractor's training program and proof of good standing in the Colorado Training Program. 5. The Contractor will be reimbursed $4.80 per hour for each approved apprentice or trainee required by the Department and documented on Form 832, but not more than the OJT Force Account budget unless approved by the Engineer by Change Order. Of the $4.80 per hour reimbursed to the Contractor, any amount over $0.80 per hour shall be forwarded by the Contractor to the trade or labor organization(s) or other CDOT-approved sponsor through which the Contractor obtains its trainees or apprentices (sponsor) and shall be spent for training and recruitment. The Department will not reimburse for classroom training or training provided on non-CDOT projects. The Contractor shall make every effort to enroll minority and female trainees and apprentices from within the Contractor's workforce and from the community by recruiting through public and private sources likely to yield minority and women trainees to the extent which these recruits are available in the geographic area. 6. The Contractor will be considered in compliance with the requirements of the Colorado Training Program when the Contractor demonstrates to the Department that it has met the requirements described in this specification and the Contractor's approved Colorado Training Program Training Plan. 7. Contractors who are in compliance with the Colorado Training Program will receive hours credit for their trainees whether they work on a CDOT or a non-CDOT project. Contractors will be reimbursed by CDOT only for hours worked on CDOT projects. 8. The Contractor shall comply with the affirmative action requirements in their approved Colorado Training Program Plan. 9. The minimum required number of trainees to be employed by the Contractor shall be as shown in the Contractor's approved Colorado Training Program Plan. 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. 194 January 17, 2008 0 6 ON THE JOB TRAINING =. M __. > ,, s 3Three Year,;Average xr w, Numtier�of Trainees $0.00 - $3,999,999 0 ARp A $8,000,000 - $11,999,999 2 $1}2000O.QO$1;5;999999";'a'i.,,.�.=a. :$16,000,000 - $19,999,999 4 00,Q007 _2L 9 i999 varU 5 $24,000,000 - $27,999,999 6 ""...�.�.�. d '� 'fit 7-- $32,000,000 - $35,999;999 8 4d`$36 0 00 $3999999.9,„ ' , ��2�9a_�, $40,000,000 - $43,999,999 10 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. 10. 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. • 0 195 April 7, 2006 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. 0 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. 196 January 9, 2009 1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 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 with the following modification: The weekly payrolls submitted by contractors and subcontractors in accordance with Part V., paragraph 2c shall not include full social security numbers and home addresses. Instead, the payrolls shall only need to include an individually identifying number for each employee (e.g. the last four digits of the employee's social security number). Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them to the SHA upon request. • • 197 0 • • January 9, 2009 2 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 Electronic version — March 10, 1994 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 6. Selection of Labor: During the performance of this contract, Page the contractor shall not: I. General.........................................................1 II. Nondiscrimination........................................""1 III. Nonsegrated Facilities......................................3 IV. Payment of Predetermined Minimum Wage .......... 3 V. Statements and Payrolls...................................6 VI. Record of Materials, Supplies, and Labor.............6 VII. GeneralSubletting or Assigning the Contract ......... 7 VIII. Safety: Accident Prevention...............................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) I. 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 1, 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. 198 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. 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: 3 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS a. 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 EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. 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 employ- ee 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. 199 January 9, 2009 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. 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. • E 0 January 9, 2009 4 REQUIRED CONTRACT PROVISIONS • FEDERAL -AID CONSTRUCTION CONTRACTS b. The contractors will submit an annual report to the SHA each d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the 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, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor 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 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: 200 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-1391. 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.) 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, January 9, 2009 5 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS contributions made or costs reasonably anticipated for bona fide Said Administrator, or an authorized representative, will issue a fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 determination within 30 days of receipt and so advise the U.S.C. 276a) on behalf of laborers or mechanics are considered contracting officer or will notify the contracting officer within the 30- wages paid to such laborers or mechanics, subject to the provi- day period that additional time is necessary sions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more e. The wage rate (including fringe benefits where appropriate) than a weekly period (but not less often than quarterly) under determined pursuant to paragraph 2c or 2d of this Section IV shall plans, funds, or programs, which cover the particular weekly be paid to all workers performing work in the additional period, are deemed to be constructively made or incurred during classification from the first day on which work is performed in the such weekly period. Such laborers and mechanics shall be paid classification. the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, 3. Payment of Fringe Benefits: 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. 201 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. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate • 1] • 6 January 9, 2009 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify. fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a 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 joumeyman-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 joumeyman-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, 202 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 require- ments 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 ofapprentices 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: -9- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 11-27-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION • 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. 7 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 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. 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. 203 January 9, 2009 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; (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, 29 CFR 3; (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,b00,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA47, "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 FHWA47 together with the data required in paragraph 1b relative to materials and supplies, a final • u • • January 9, 2009 8 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS labor summary of all contract work indicating the total hours or dangerous to his/her health or safety, as determined under worked and the total amount earned. construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 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. 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 contriactor 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 204 107 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 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, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement 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 than $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.) 9 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 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 sec ., 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 Pollutibn 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 disquali- fy such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "volun- tarily excluded," as used in this clause, have the meanings set out 205 January 9, 2009 in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or'voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. . The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certifi- cation Regarding Debarment, Suspension, Ineligibility,'and Volun- tary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily excluded from the. covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of.,its principals. Each participant may, but is not required to, check the nonprocure- ment portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. I. Nothing contained \in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. . j. Except for 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; 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 • • • • • January 9, 2009 10 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 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 assistance 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. Each participant may, but is not required to, check the Nonprocurement 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. 206 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 ineligi- ble, 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 influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employ- ee of Congress, 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, continua- tion, 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 attempt- ing 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 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 COLORADO DEPARTMENT OF TRANSPORTATION CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Project# 1. List names of partnerships or joint ventures 0 none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to CDOT. (Attach additional sheets if necessary.) a. Key personnel changes 0 none b. Key equipment changes 0 none c. Fiscal capability changes (legal actions, etc.) 0 none d. Other changes that may effect the contractors ability to perform work. 0 none 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 CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's firm or company name By Date Title 2nd Contractor's firm or company name (if joint venture) By Date Title 91 GDOT Form #605 1/92 4 4 4 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO. ANTI -COLLUSION AFFIDAVIT LOCATION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. 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. 1 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consuftation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT -THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Cormactces firm or coarpeny name By Ows Tide 2nd oontrae hers frm cc company name. (If joint venue.} By "ale TrJe to before me this day of, 20 EPLdic : This document must be signed in ink. CDOT Form om ifin COLORADO DEPARTMENT OF TRANSPORTATION, ASSIGNMENT OF ANTITRUST CLAIMS PROJECT NO. Contractor and Colorado Department of Transportation (CDOT) recognize that in actual economic practice antitrust violations ultimately impact on CDOT. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to CDOT any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by CDOT pursuant to this contract. 2. Contractor hereby expressly agrees: a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to CDOT hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) CDOT that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to CDOT; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and c. Promptly to pay over to CDOT its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to CDOT hereunder. 3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a. Irrevocably assign to CDOT (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connec- tion with any goods or services provided by the subcontractor in carrying out the subcontractor's obliga- tions to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to CDOT hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) Contractor and CDOT that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to CDOT; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and d. Promptly pay over to CDOT its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to CDOT pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. Contractor's firm or company name By Title Date or company name. (If joint venture.) I By I Date CDOT Form #621 12191 Nationwide Permit (March 12, 2007) Finalized Regional Conditions for the State of Colorado Final Regional Conditions Applicable to Specific Nationwide Permits within Colorado a. Nationwide Permit Nos. 12 and 14, Utility Line Activities and Linear Transportation Projects. In the Colorado River Basin, utility line and road activities crossing perennial waters or special aquatic sites require notification to the District Engineer in accordance with General Condition 27 (Pre -Construction Notification). In addition, post -construction reporting for activities in all otherjurisdictional waters is required and must include information required by General Condition 27 (Pre -Construction Notification) including location, supporting drawings and maps. The post -construction reporting must also include a statement certifying that the General Conditions of the nationwide permits have been followed. NOTE: The above condition does not app/yin the Omaha District portion of Colorado b. Nationwide Permit No. 13 Bank Stabilization. In Colorado, bank stabilization activities necessary for erosion prevention in streams that average less than 20 feet in width (measured between the ordinary high water marks) are limited to the placement of no more than 114 cubic yard of suitable fill" material per running foot below the plane of the ordinary high water mark. Activities greater than 114 cubic yard may be authorized if the permittee notifies the District Engineer,in accordance with General Condition 27 (Pre - Construction Notification) and the Corps determines the adverse environmental effects are minimal. (� See (g) for definition of Suitable Fill] n. c. Nationwide Permit No. 27 Aquatic Habitat Restoration, Establishment, and Enhancement Activities. (1) For activities that include a fishery enhancement component, the Corps will send the Preconstruction Notification to the Colorado Division of Wildlife (CDOW) for review. in accordance with General Condition 27 (Pre -construction Notification), CDOW will have 10 days from receipt of Corps notification to indicate that they will be commenting on the proposed project. CDOW will then have an additional 15 days after the initial 10-day period to provide those comments. If CDOW raises concerns, the applicant may either modify their plans, in coordination with CDOW permit. or apply for a standard individual (2) For activities involving the length of a stream, the post -project stream sinuosity will not be significantly reduced, unless it is demonstrated that the reduction in sinuosity is consistent with the natural morphological evolution of the stream (sinuosity is the ratio of stream length to project reach length). (3) Structures will allow the upstream and downstream passage of aquatic organisms, including fish native to the reach, as well as recreational water craft or other navigational activities, unless specifically waived in writing by the District Engineer. The use of grout and/or concrete in building structures is not authorized by this nationwide permit. (4) The construction of water parks (i.e. kayak courses) and flood control projects are not authorized by this nationwide permit. d. Nationwide Permits Nos. 29 and 39; Residential Developments aced C- - - - -ci - and Institutional Developments. A copy of the existing FEMA/locally-approved floodplain map must be submitted with the Pre -Construction Notification. When reviewing proposed developments, the Corps will utilize the most accurate and reliable FEMA/locally-approved pre -project floodplain mapping, not post - project floodplain mapping based on a CLOMR or LOMR. However, the Corps will accept revisions to existing floodplain mapping if the revisions resolve inaccuracies in the original floodplain mapping and if the revisions accurately reflect pre -project conditions. NWP Finalized Regional Conditions for Colorado Page 1 of 4 Regional Conditions Applicable to All Nationwide Permits within Colorado (Continued) e. Removal of Temporary Fills. General Condition 13 (Removal of Temporary Fills) is amended by adding the following: When temporary fills are placed in wetlands in Colorado, a horizontal marker (i.e. fabric, certified weed -free straw, etc.) must be used to delineate the existing ground elevation of wetlands that will be temporarily filled during construction. f. Spawning Areas. General Condition 3 (Spawning Areas) is amended by adding the following: In Colorado, all Designated Critical Resource Waters (see enclosure 1) are considered important spawning areas.. Therefore, in accordance with General Condition 19 (Designated Critical Resource Waters), the discharge of dredged or fill material in not authorized by the following nationwide permits in these waters: NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49 and 50. In addition, in accordance with General Condition 27 (Pre -Construction Notification), notification to the District Engineer is required for use of the following nationwide permits in these waters: NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37 and 38. g. Suitable Fill. in Colorado, use of broken concrete as fill material requires notification to the District Engineer in accordance with General Condition 27 (Pre -Construction Notification). Permittees must demonstrate that soft engineering methods utilizing native or non -manmade materials are not practicable (with respect to cost, existing technology, and logistics), before broken concrete is allowed as suitable fill. Use of broken concrete with exposed rebaris prohibited in perennial waters and special aquatic sites. h. Invasive Aquatic Species. General Condition 11 is amended by adding the following condition for work in perennial or intermittent waters of the United States: If heavy equipment is used for the subject project that was previously working in another stream, river, lake, pond or wetland within 10 days of initiating work, one of the following procedures is necessary to prevent the spread of New Zealand Mud Snails and other aquatic hitchhikers: (1) Remove all mud and debris from equipment (tracks, turrets, buckets, drags, teeth, etc.) and keep the equipment dry for 10 days; or (2) Remove all mud and debris from equipment (tracks, turrets, buckets, drags, teeth, etc.) and spraylsoak equipment with either a 1:1 solution of Formula 409 Household Cleaner and water, or a solution of Sparquat 256 (5 ounces Sparquat per gallon of water). Treated equipment must be kept moist for at least 10 minutes; or (3) Remove all mud and debris from equipment (tracks, turrets, buckets, drags, teeth, etc.) and spray/soak equipment with water greater than 120 degrees F for at least 10 minutes. Regional Conditions for Revocations Specific to Certain Geographic Areas 1. Fens: All Nationwide permits, except permit Nos. 3, 6, 20, 27, 32, 38 and 47, are revoked in fens and wetlands adjacent to fens. Use of nationwide permit Nos. 3, 20, 27 and 38, requires notification to the District Engineer, in accordance with General Condition 27 (Pre -Construction Notification), and the permitee may not begin the activity until the Corps determines the adverse environmental effects are minimal. The following defines a fen: Fen soils (histosols) are normally saturated throughout the growing season, although they may not be during drought conditions. The primary source of hydrology for- fens is groundwater. - Histosols are defined in accordance with the U.S. Department of Agriculture, Natural Resources Conservation Service publications on Keys to Soil Taxonomy and Field Indicators of Hydric Soils in the United States (http://soils.usda.gov/technical/classification/taxonomy). j. Springs: Within the state of Colorado, all NWPs, except permit 47 (original 'C'), require preconstruction notification pursuant to General. Condition 27 for discharges of dredged or fill material within 100 feet of the point of groundwater discharge of natural springs. A spring source is defined as any location where NWP Finalized Regional Conditions for Colorado Page 2 of 4 groundwater emanates from a point in the ground. For purposes of this regional condition, springs do not • include seeps or other discharges which do not have a defined channel. ADDITIONAL iNFORMATION The following provides additional information regarding minimization of impacts and compliance with existing general Conditions: a. Permittees are reminded of the existing General Condition No. 6 which prohibits the use of unsuitable material. Organic debris, building waste, asphalt, car bodies, and trash are not suitable material. Also, General Condition 12 requires appropriate erosion and sediment controls (i.e. all fills must be permanently stabilized to prevent erosion and siltation into waters and wetlands at the earliest practicable date). Streambed material or other small aggregate material placed along a bank as stabilization will not meet General Condition 12. Also, use of erosion control mats that contain plastic netting may not meet General Condition 12 if deemed harmful to wildlife: b. Designated Critical Resource Waters in Colorado. In Colorado, a list of designated Critical Resource Waters has been published in accordance with General Condition 19 (Designated Critical Resource Waters). This list will be published on the Albuquerque District Regulatory home page and will be attached to nationwide permit summaries distributed to the public. A copy is attached (see Enclosure 1). c. Federally -Listed Threatened and Endangered Species. General Condition 17 requires that non-federal permitees notify the District Engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project. Information on such species, to include occurrence by county in Colorado, may be found at the following U.S_ ,Fish and Wildlife Service website: http://mountain- Crairie:fws.aov/endspp/CountyLists/Colorado htm LJ isNWP Finalized Regional Conditions Page 3 of 4 for Colorado 7095 East Harmony Road Bridge Replacement Bid Schedule Addendum 2 (FOR PERFORMANCE AND PAYMENT BONDS, AND UDBE GOALS) 700-00010 F/A MINOR CONTRACT REVISIONS FA 1 $180,000.00 700-70011 F/A PARTNERING FA 1 $5,000.00 700-70016 F/A FUEL COST ADJUSTMENT FA 1 $15,000.00 700-70018 F/A ROADWAY SMOOTHNESS INCENTIVE FA 1 $50,000.00 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT FA 1 $50,000.00 700-70021 F/A OJT COLORADO TRAINEE I FA 1 $200.00 700-70023 F/A OJT COLORADO TRAINING PROGRAM FA 1 1 $525.00 700-70380 F/A EROSION CONTROL FA 1 $25,000.00 TOTAL BASE BID TOTAL BASE BID IN WORDS: (FOR CONTRACT VALUE) x a i S d x a F 3 9 s F F k k Y 3 i f r Print Dote: 12 Da 09 Sheet Revisions Colorado Department CI of As Constructed Project No. Code p iY SUMMARY OF 1 � File Nome: RdSA001.dw Dote: Comments Init. of Transportation Fort Collins APPROXIMATE QUANTITIES lHoriz. Scale: Vert. Scale: C 1Y�04�09 ADDEDITT u5 6rvD UPo6TED LLM ')�/T IQ0 5 — 51r«t /"� ^ No Revisions: STU M455-095 T G•N•y. Co. eDol _ Pn 9)0-350-2T26 c9 r9a Caw Revised: Designer: LLM lruclure 1 7306 col' ♦601 OTC B9uIwwE rM: 910-350-2198 let c." •r�n,r Detail— LLM Numbers O 5u�1� )00 rwt C221- Co. e ' Dm«.. CO e023) Region 4 PJG (9)O) III-6605 Void: Sheol Number e g 9.Z 303-ff 2)5 O CJ Sheet Subset: Details Subset Sheets: 1 of 2 SUMMARY OF APPROXIMATE QUANTITIES BID CONTRACT CONTRACT ITEM UNIT ROADWAY BRIDGE TOTALS PLAN AS CONST. PLAN AS CONST. PLAN AS CONST. NO. ITEM NO. 1 202-00000 CLEARING AND GRUBBING LS 1 1 2 202-00010 REMOVAL OF TREE EA 1 1 3 202-00035 REMOVAL OF PIPE (181NCH CSP) LF 250 250 4 202-00037 REMOVAL OF END SECTION (18' CSP) EA 2 2 5 202-00210 REMOVAL OF CONCRETE PAVEMENT SY 23 23 6 202-00220 REMOVAL OF ASPHALT MAT SY 5,633 5,633 7 202-00220 REMOVAL OF ASPHALT MAT (DETOUR PAVEMENT) SY 560 560 8 202-00240 REMOVAL OF ASPHALT MAT (PLANING) SY 4,095 4,095 9 202-00250 REMOVAL OF PAVEMENT MARKINGS (LANE LINES AND SYMBOLS) LS I 1 10 202-00400 REMOVAL OF BRIDGE LS 1 1 11 202.00495 REMOVAL OF PORTIONS OF PRESENT STRUCTURE (BOX CULVERT) LS 1 1 UNCLASSIFIE EXCAVATI N COMPLETE N P CE CV AOZ7 803 13 203-00040 UNCLASSIFIED EXGAVATION (SPECIAL) WASTE) CV 4,217 4,217 14 203-01500 BEADING HR 44 44 15 203-01510 BACKHOE HR 40 40 16 206-00000 STRUCTURE EXCAVATION CY 1,528 1,528 17 206-00100 STRUCTURAL BACKFILL (CLASS 1) CY 947 947 18 206-00200 STRUCTURAL BACKFILL (CLASS 2) CY 227 227 19 206-01781 SHORING AREA 1 LS 1 1 20 206-01782 SHORING AREA 2 LS 1 1 _ 21 207-00205 TOPSOIL (STOCKPILE AND REDISTRIBUTE) CY 1,600 1,600 22 208-00002 EROSION LOG (121NCH) LF 200 200 23 208-00010 EROSION BALES (WEED FREE) EA 200 200 24 208-00020 SILT FENCE LF 1,300 1,300 25 208-00045 CONCRETE WASHOUT STRUCTURE EA I 1 26 208-00050 STORM DRAIN INLET PROTECTION EA 4 4 27 208-00070 STABILIZED CONSTRUCTION ENTRANCE EA 2 2 208-00100 SEDIMENT REMOVAL AND DISPOSAL LS 1 1 208-00206 EROSION CONTROL SUPERVISOR HR 120 120 210-00010 RESET MAILBOX STRUCTURE EA 11 F 210-00075 RESET END SECTION (181NCH RCP) EA 1 1 210-04015 MODIFY MANHOLE (CONVERT TYPE C WLET TO MANHOLE) EA 1 1 211-03005 DEWATERING LS 11 212-00032 SOIL CONDfT10NING ACRE 3 3 213-00002 MULCHING (WEED FREE HAY) ACRE 3 3 36 216-00006 SEEDING (NATIVE) ACRE 3 3 37 216-00042 SOIL RETENTION BLANKET (BIODEGRADABLE STRAW/COCONUT) SY 2,235 2,235 8 304- 0 AGGREGATE BASE COURSE Class 6 TN 4.3 4 304 39 403-33727 HOT MIX ASPHALT (GRADING S) (100) (PG 64-28) (MODIFIED BINDER) TN 1,525 1,525 40 403-34721 HOT MIX ASPHALT (GRADING SG) (100) (PG fi422) TN 3,093 3,093 41 403-34821 HOT MIX ASPHALT (GRADING SX) 100) (PG 58-28) (WEDGE 8 LEVEL TN 0 90 42 503-00024 DRILLED CAISSON (24 INCH) LF 220 220 43 506-00209 RIPRAP (91NCH) CV 4 4 44 506-00218 RIPRAP (18 INCH) CY 87 67 45 514-00200 PEDESTRIAN RAILING (SPECIAL) LF 78 78 Enclosure 1 DESIGNATED CRITICAL RESOURCE WATERS IN COLORADO • The following waters within the State of Colorado are designated as critical resource waters. In accordance with General Condition 19 (Designated Critical Resource Waters), the discharge of dredged or fill material is not authorized by the following nationwide permits in these waters: NWPs 7, 12, 14, 16, 17, 21,'29, 31, 35, 39, 40', 42, 43, 44, 49 and 50. In addition, in accordance with General Condition 27 (Pre -Construction Notification), notification to the District Engineer is required for use of the following nationwide permits in these waters: NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37 and 38. a. Outstanding Natural Resource Waters: • Cache la Poudre Basin: All tributaries to the Cache La Poudre River system, including all lakes and reservoirs, which are within Rock Mountain National Park; • Laramie River: All tributaries to the Laramie River system, including all lakes and reservoirs which are in the Rawah Wilderness Area; • North Fork Gunnison River: All tributaries to North Fork Gunnison River system, including lakes, reservoirs and wetlands within the West Elk and Raggeds Wilderness Area; • North Platte River. All tributaries to the North Platte River and Encampment Rivers, including all lakes and reservoirs, which are in the Mount Zirkle Wilderness Area; • San Miguel River. All tributaries, lakes, reservoirs, and wetlands within the boundaries of the Lizard Head and Mt. Sneffels Wilderness Area; • Roaring Fork. River: All tributaries to the Roaring Fork River system, including lakes, reservoirs and wetlands within the Maroon Bells/Snowmass Wilderness Area; • Umcompahgre River: All tributaries to the Uncompahgre River system, including lakes, reservoirs, and wetlands within the Mt. Sneffels and Big Blue Wilderness Areas; • Upper Arkansas River Basin: All streams, wetlands, lakes, and reservoirs within the Mount Massive and Collegiate Peaks Wilderness Areas; • Upper Colorado River: Mainstem of the Colorado River system including tributaries, lakes, reservoirs, and wetlands within Rocky Mountain National Park; • Upper Gunnison River Basin: All tributaries, lakes, reservoirs, and wetlands in the La Garita Wilderness Area. All tributaries to the Gunnison River system, including lakes, reservoirs, and wetlands within West Elk, Collegiate Peaks, Maroon Bells, Raggeds, Fossil Ridge, Oh -Be -Joyful and Big Blue Wilderness Areas; • White River: Trapper's Lake and tributaries to Trapper's Lake; • Yampa River: All tributaries to the Yampa River, including lakes, reservoirs and wetlands within Zirkle Wilderness Area. b. Gold Medal Waters. Gold Medal Waters, as identified by the State of Colorado, are defined in the Colorado Fishing Season Information brochure, on the Colorado Division of Wildlife website (hftp://wildlife.statL-.co.us) or can be obtained at any Colorado Division of Wildlife or Corps office in Colorado. c. Cutthroat Trout Waters. Waters designated as Cutthroat Trout Waters by the Colorado Division of Wildlife, Colorado Wildlife Commission, as listed in the Colorado Division of Wildlife's regulation at Chapter 0, Appendix C, which can be accessed via the following website address: http:Hwildlife.state.co.us/NR/rdonlyr6s/4D6FFAC6-64EB-4516 A5E9 AE91B7392A95/0/Ch00 pdf NWP Finalized Regional Conditions for Colorado Page 4 of 4 • Oversight / NHS FHWA REGION Vlll OVERSIGHT? • NO O YES CITY. OF FORT COLLINS NATIONAL HIGHWAY SYSTEM? • NO O YES PUBLIC IMPROVEMENT CONSTRUCTION PLANS FOR EASTBOUND EAST HARMONY ROAD BRIDGE OVER FOSSIL CREEK RESERVOIR INLET FEDERAL AID PROJECT NO. STU-M455-095 LARIMER COUNTY CONSTRUCTION BID PLANS - NOVEMBER 2009 LENGTH AND DESIGN DATA ROADWAY MAJOR STRUCTURE STATION LIN. FT. MILES LIN. FT. MILES HARMONY ROAD STA 25+00 TO 66+54.64 4154.64 0.787 STA 66+54.64 TO 67+31.00 76.36 0.01 STA 67+31.00 TO 141+80 5251.0 0.995 TOTAL 9,405.64 1.782 1 76.36 1 0.01 DESIGN DATA MINIMUM RADIUS OF CURVE ......................... NA MINIMUM GRADE .............................. 6.00R MINIMUM S.S.D. HORIZONTAL .. .... .................. 495 MINIMUM S.S.D. VERTICAL ........................... 495 DESIGN SPEED .................. 55 MPH POSTED SPEED ............................. 55 MPH 2009 TRAFFIC VOLUME ACT (TWO-WAY):': ........................ 19.686 DHV............................... 1.969 2029 DESIGN TRAFFIC DATA ACT (TWO-WAY) .......................... 29,252 DHV................................. 2,925 CALL 3-Bu4NE53 AD1 . D WVANCE BEFORE E M DW, aRABE, DE QRO VA)E rpt ME MEMBER n uNUERORWND uI:MeEM unums Ilrowwhatb below Call belmeyoudig. Print Dale: 11/17/09 File Name: RdTitlesheet.dr eot n j j��j�■r S , Vlaw.: 003o 70o O D.rn.r. 00 W231 O -22eoa.mrdt-)2)3 E Ha 1.0, Rd. 25 PROJECT LOCATION p A E Ha y Rd - -a I � � 8 b - g Rat rlM Dr. R9chla Rd. Kmhlw Rd. i i 25 x 1"-4000' CITY OF FORT COLLINS JIN WANG. P.E. 281 N. COLLEGE AVENUE FORT COLLINS COLORADO (970) 221-6605 PBS&J DAVE NEMOVITZ, PE 4601 DTC BLVD. SUITE 700 DENVER. CO 80237 (303) 221-7275 C010rodo Deportment Cltyof As Constructed Qr rron5portDtiQn Fort Collins Contractor: u2o s.r.�d str. , )o T Gn co. e0s31 r,`��� No Revisions: Resident E . 9A9ry; 970-350-2126 G Iron CeWm FEE: 9]0-050-2199 N. Revised: Pro Project En. tat Ca ron C n=a. to.�w Region 4 PJG (970) 221-ee05 Void; PROJECT STA _ Comments: _ Reloted Projects: P. E. UNDER PROJECT: Project Number: STU-M455-095 Project Code: 17306 R.O.W. Projects: R.O.W. Project Description INDEX OF SHEETS SHEET NO. 1 TITLE SHEET 2 GENERAL NOTES AND STANDARD SYMBOLS 3 STANDARD PLANS LIST 4-5 ROADWAY TYPICAL SECTIONS 6-7 DETAILS 8-9 SUMMARY OF APPROXIMATE QUANTITIES 10-14 TABULATION OF oUANTITIES 15-17 POTHOLE DATA TABLE 18-26 REMOVALS & UTILITIES 27-37 ROADWAY PLAN AND PROFILE 38-59 BRIDGE PLANS 60-63 SWMP CONSTRUCTION PUN SHEETS 64-72 EROSION CONTROL PUN 73-76 DETOUR PUN & TYPICAL SECTIONS 77-86 SIGNING AND STRIPING PUNS 87-114 CROSS -SECTIONS 115-147 NEW OR REVISED STANDARD PUNS ACCEPTED: Droject No./Code STU M455-095 17306 Sheol Number ,( A. GENERAL NOTES 1. ALL MATERIALS, WORKMANSHIP, AND CONSTRUCTION OF PUBLIC IMPROVEMENTS SHALL MEET OR EXCEED THE STANDARDS AND SPECIFICATIONS SET FORTH IN THE LARIMER COUNTY URBAN AREA STREET STANDARDS AND APPLICABLE STATE ANO.FEDERAL REGULATIONS, WHERE THERE IS CONFLICT BETWEEN THESE PLANS AND THE SPECIFICATIONS. OR ANY APPLICABLE STANDARDS, THE MOST RESTRICTIVE STANDARD SHALL APPLY. ALL WORK SHALL BE INSPECTED AND APPROVED BY THE CITY OF FORT COLLINS. 2. ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALLREFERTO THE LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY STATED OTHERWISE. 3. ALL SANITARY SEWER, STORM SEWER, AND WATER LINE CONSTRUCTION. AS WELL AS POWER AND OTHER "DRY' UTILITY INSTALLATIONS. SHALL CONFORM TO THE CURRENT CITY OF FORT COLONS STANDARDS AND SPECIFICATIONS. 4. THE TYPE, SIZE, LOCATION AND NUMBER OF ALL KNOWN UNDERGROUND UTILITIES ARE APPROXIMATE WHEN'SHOWN ON THE DRAWINGS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO VERIFY THE EXISTENCE AND LOCATION OF ALL UNDERGROUND UTILITIES ALONG THE ROUTE OF THE WORK BEFORE COMMENCING NEW CONSTRUCTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR UNKNOWN UNDERGROUND UTILITIES. 5. THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) AT 811, AT LEAST 3 WORKING DAYS PRIOR TO BEGINNING EXCAVATION OR GRADING. TO HAVE ALL REGISTERED UTILITY LOCATIONS MARKED. OTHER UNREGISTERED UTILITY ENTITIES (I.E. DITCH / IRRGATION COMPANY) ARE TO BE LOCATED BY CONTACTING THE RESPECTIVE REPRESENTATIVE. UTILITY SERVICE LATERALS ARE ALSO TO BE LOCATED PRIOR TO BEGINNING EXCAVATION OR GRADING. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE THE RELOCATION OF ALL EXISTING UTILITIES THAT CONFLICT WITH THE PROPOSED IMPROVEMENTS SHOWN ON THESE PLANS. 6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES DURING CONSTRUCTION AND FOR COORDINATING WITH THE APPROPRIATE UTILITY COMPANY FOR ANY UTILITY CROSSINGS REQUIRED. 7. IF A CONFLICT EXISTS BETWEEN EXISTING AND PROPOSED UTILITIES ANG/OR A DESIGN MODIFICATION IS REOVIRED, THE CONTRACTOR SHALL COORDINATE WITH THE ENGINEER TO MODIFY THE DESIGN. DESIGN MODIFICATION(S) MUST BE APPROVED BY THE CITY OF FORT COLLINS PRIOR TO BEGINNING CONSTRUCTION. 8. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION WITH ALL UTILITY COMPANIES INVOLVED. TO ASSURE THAT THE WORK IS ACCOMPLISHED IN A TIMELY FASHION AND WITH A MINIMUM DISRUPTION OF SERVICE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTACTING, IN ADVANCE. ALL PARTIES AFFECTED BY ANY DISRUPTION OF ANY UTILITY SERVICE AS WELL AS THE UTILITY COMPANIES, 9. NO WORK MAY COMMENCE WITHIN ANY PUBLIC STORM WATER, SANITARY SEWER OR POTABLE WATER SYSTEM UNTIL THE CONTRACTOR NOTIFIES THE UTILITY PROVIDER. NOTIFICATION SHALL BE A MINIMUM OF 2 WORKING DAYS PRIOR TO COMMENCEMENT OF ANY WORK. AT THE DISCRETION OF THE WATER UTILITY PROVIDER, A PRE -CONSTRUCTION MEETING MAY BE REQUIRED PRIOR TO COMMENCEMENT OF ANY WORK. to. THE CONTRACTOR SHALL SEQUENCE INSTALLATION OF UTILITIES IN SUCH A MANNER AS TO MINIMIZE POTENTIAL UTILITY CONFLICTS. IN GENERAL, STORM SEWER AND SANITARY SEWER SHOULD BE CONSTRUCTED PRIOR TO INSTALLATION OF THE WATER LINES AND DRY UTILITIES. 11. THE MINIMUM COVER OVER WATER LINES IS 4.5 FEET AND THE MAXIMUM COVER IS 5.5 FEET UNLESS OTHERWISE NOTED IN THE PLANS AND APPROVED BY THE WATER UTILITY. 12. A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE PERMIT IS REQUIRED IF DEWATERING IS REQUIRED IN ORDER TO INSTALL UTILITIES OR WATER IS DISCHARGED INTO A STORM SEWER, CHANNEL, IRRIGATION DITCH OR ANY WATERS OF THE UNITED STATES. 13. THE CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF THE COLORA00 PERMIT FOR STORM WATER DISCHARGE (CONTACT COLORADO DEPARTMENT OF HEALTH, WATER OUALTTY CONTROL DIVISION. (303) 692-3590), THE STORM WATER MANAGEMENT PLAN, AND THE EROSION CONTROL PLAN. 14. THE CONTRACTOR SHALL BE RESPONSIBLE FOR INSURING THAT NO MUD OR DEBRIS SHALL BE TRACKED ONTO THE EXISTING PUBLIC STREET SYSTEM. MUD AND DEBRIS MUST BE REMOVED WITHIN 24 HOURS BY AN APPROPRIATE MECHANICAL METHOD (I.E. MACHINE BROOM SWEEP, LIGHT DUTY FRONT -ENO LOADER, ETC.) OR AS APPROVED BY THE CITY OF FORT COLLINS STREET INSPECTOR. 15. VALVE BOXES AND MANHOLES ARE TO BE BROUGHT UP TO GRADE AT.THE TIME OF PAVEMENT PLACEMENT OR OVERLAY, VALVE BOX ADJUSTING RINGS ARE NOT ALLOWED. 16. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FOR ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY THE CITY OF FORT COLLINS ENGINEERING INSPECTOR (FORT COLLINS - 221-6605) AND THE CITY OF FORT COLLINS EROSION CONTROL INSPECTOR (FORT COLLINS - 221-6700) AT LEAST 2 WORKING DAYS PRIOR TO THE START OF ANY EARTH DISTURBING ACTIVITY, OR CONSTRUCTION ON ANY AND ALL PUBLIC IMPROVEMENTS. 17. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION, THE CONTRACTOR SHALL CONTACT THE CITY OF FORT COLLINS FORESTER TO SCHEDULE A SITE INSPECTION FOR ANY TREE REMOVAL. IB. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING, BUT NOT LIMITED TO, EXCAVATION, TRENCHING. SHORING, TRAFFIC CONTROL. AND SECURITY. REFER TO OSHA PUBLICATION 2226. EXCAVATING AND TRENCHING. 19. THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD. TO THE CITY OF FORT COLLINS. FOR APPROVAL, PRIOR TO ANY CONSTRUCTION ACTNITIES WITHIN, OR AFFECTING THE RIGHT-OF-WAY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTMTIES. 20. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION THAT WILL AFFECT TRAFFIC SIGNS OF ANY TYPE. THE CONTRACTOR SHALL CONTACT THE CITY OF FORT COLLINS TRAFFIC OPERATIONS DEPARTMENT, WHO WILL TEMPORARILY REMOVE OR RELOCATE THE SIGN AT NO COST TO THE CONTRACTOR: HOWEVER, IF THE CONTRACTOR MOVES THE TRAFFIC SIGN THEN THE CONTRACTOR WILL BE CHARGED FOR THE LABOR. MATERIALS MO EQUIPMENT TO REINSTALL THE SIGN AS NEEDED. 21. THERE SHALL BE NO SITE CONSTRUCTION ACTIVITIES ON SATURDAYS. UNLESS SPECIFICALLY APPROVED BY THE CITY OF FORT COLLINS ENGINEER, AND NO SITE CONSTRUCTION ACTIVITIES ON SUNDAYS OR HOLIDAYS, UNLESS THERE IS PRIOR WRITTEN APPROVAL BY THE CITY OF FORT COLLINS ENGINEER. (A MINIMUM 48 HOURS NOTICE 15 REQUIRED). 22, THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE INTENDED IMPROVEMENTS. SHOWN ON THESE DRAWINGS. OR DESIGNATED TO BE PROVIDED. INSTALLED, OR CONSTRUCTED. UNLESS SPECIFICALLY NOTED OTHERWISE. 23, DIMENSIONS FOR LAYOUT AND CONSTRICTION ARE NOT TO BE SCALED FROM ANY DRAWING. IF PERTINENT DIMENSIONS ARE NOT SHOWN, CONTACT THE DESIGN ENGINEER FOR CLARIFICATION,.AND ANNOTATE THE DIMENSIONS ON THE AS -BUILT RECORD DRAWINGS. 24. 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. 25. IF, DURING THE CONSTRUCTION PROCESS. CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT 15 NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE DESIGNER AND THE CITY OF FORT COLLINS ENGINEER IMMEDIATELY. 26. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS -BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT ON THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY OF FORT COLLIN'S INSPECTOR AT ALL TIMES. UPON COMPLETION OF THE WORK, THE CONTRACTOR(S) SHALL SUBMIT RECORD DRAWINGS TO THE CITY OF FORT COLLINS ENGINEER. 27. THE LOCATION AND DESCRIPTION OF THE NEAREST SURVEY BENCHMARKS (2) FOR THE PROJECT AS WELL AS THE BASIS OF BEARINGS ARE AS FOLLOWS: LOCAL ENTITY SURVEY. HORIZONTAL CONTROL NORTHING - 107780.221 EASTING v 210523.637 DESCRIPTION - NW CDR SEC 4 NORTHING v 107756,387 EASING - 213175.383 DESCRIPTION - N f CDR SEC 4 NORTHING - 107732.690 CASTING - 215805.695 DESCRIPTION -NE COR SEC 4 BENCHMARKS - LOCAL ENTITY SURVEY. VERTICAL CONTROL IDENTIFIER - 12-94 DESCRIPTION v SOUTH SIDE OF EAST HARMONY RD 300 FT WEST OF CORBETT OR ON TOP OF CONCRETE WALL OF AN IRRIGATION DROP STRUCTURE ELEVATION - 4950.01 FT IDENTIFIER 5-01 OESCRIPTION v SOUTHEAST CORNER OF STRAUSS CABIN RD (CR 7) AND HARMONY RD IN A STREET LIGHT POLE BASE. ELEVATION - 4847.76 R IDENTIFIER - 7-01 DESCRIPTION - NORTH SIDE OF HARMONY ROAD ON AN IRRIGATION STRUCTURE APPROXIMATELY 100 FT WEST OF THE WEST CURB LINE AT THE EAST ENTRANCE TO H.P. ELEVATION - 4911.33 FT IDENTIFIER - 4-02 DESCRIPTION - SOUTHEAST CORNER OF THE INTERSECTION OF HARMONY RD AND TIMBERLINE RD IN TRAFFIC SIGNAL BASE. ELEVATION - 4966.32 FT IDENTIFIER - 8-07 DESCRIPTION - SOUTHEAST CORNER OF HARMONY RD AND ZIEGLER RD 50 FT a/- SOUTH OF THE EWE OF ASPHALT ON THE WALL OF A CONCRETE IRRIGATION DROP STRUCTURE. ELEVATION - 4927.89 FT 28. SURVEY STAKING FOR THE PROJECT WILL BE COMPLETED BY THE CITY OF FORT COLLINS. 29. ALL STATIONING IS BASED ON CENTERLINE OF ROADWAYS UNLESS OTHERWISE NOTED. 30. EXISTING CURB, GUTTER AND SIDEWALK. AS WELL AS EXISTING FENCES. TREES, STREETS. LANDSCAPING, STRUCTURES, AND IMPROVEMENTS DESTROYED, DAMAGED OR REMOVED DUE TO CONSTRUCTION OF THIS PROJECT, SHALL BE REPLACED OR RESTORED IN LIKE KIND AT THE CONTRACTOR'S EXPENSE. UNLESS OTHERWISE INDICATED ON THESE PLANS. PRIOR TO THE ACCEPTANCE OF COMPLETED IMPROVEMENTS. 31. WHEN AN EXISTING ASPHALT STREET MUST BE CUT, THE STREET MUST BE RESTORED TO A CONDITION EQUAL TO OR BETTER THAN ITS ORIGINAL CONDITION. THE EXISTING STREET CONDITION SHALL BE DOCUMENTED BY THE CITY OF FORT COLLINS CONSTRUCTION INSPECTOR BEFORE ANY CUTS ARE MADE. PATCHING SHALL BE DONE IN ACCORDANCE WITH THE CITY OF FORT COLLINS STREET REPAIR STANDARDS. THE FINISHED PATCH SHALL BLEND IN SMOOTHLY INTO THE EXISTING SURFACE. ALL LARGE PATCHES SHALL BE PAVED WITH AN ASPHALT LAY -DOWN MACHINE. IN STREETS WHERE MORE THAN ONE CUT IS MADE, AN OVERLAY OF THE ENTIRE STREET WIDTH, INCLUDING THE PATCHED AREA, MAY BE REQUIRED. THE DETERMINATION OF NEED FOR A COMPLETE OVERLAY SHALL BE MADE BY THE CITY OF FORT COLLINS ENGINEER AND/OR THE CITY OF FORT COLLINS INSPECTOR AT THE TIME THE CUTS ARE MADE. 32. UPON COMPLETION OF CONSTRUCTION, THE SITE SHALL BE CLEANED AND RESTORED TO A CONDITION EQUAL 70, OR BETTER THAN. THAI WHICH EXISTED BEFORE CONSTRUCTION, OR TO THE GRADES AND CONDITION AS REQUIRED BY THESE PLANS, 33. AFTER ACCEPTANCE BY THE CITY OF FORT COLLINS, PUBLIC IMPROVEMENTS DEPICTED IN THESE PLANS SHALL BE GUARANTEED TO BE FREE FROM MATERIAL AND WORKMANSHIP DEFECTS FOR A MINIMUM PERIOD. OF TWO YEARS FROM THE DATE OF ACCEPTANCE. 34. A PAVEMENT MIX DESIGN, SIGNED AND STAMPED BY A COLORADO LICENSED ENGINEER, MUST BE SUBMITTED TO THE JOB MIX ENGINEER FOR APPROVAL, PRIOR TO PLACEMENT OF ANY ASPHALT. 35. WHERE PROPOSED PAVING ADJOINS EXISTING ASPHALT, THE EXISTING ASPHALT SHALL BE SAW CUT, A MINIMUM DISTANCE OF 12 INCHES FROM THE EXISTING EWE, TO CREATE A CLEAN CONSTRUCTION JOINT, THE CONTRACTOR SHALL BE REQUIRED TO REMOVE EXISTING PAVEMENT TO A DISTANCE WHERE A CLEAN CONSTRUCTION JOINT CAN BE MADE. WHEEL CUTS SHALL NOT BE ALLOWED. THERE SHALL BE NO SEPARATE PAYMENT FOR SAWCUTTING, 36. THE REQUIRED R VALUE FOR EMBAMKMENT IS 29 EXISTING SYMBOLS LEGEND TELEVISION LINE -v- SANITARY SEWER LINE --+.- TELEPHONE LINE -- FIBER OPTIC LINE -�- WATER LINE --- GAS LINE -c- ELECTRIC UNE - FENCE LINE CITY OF FORT COLLINS Q TRAVERSE CONTROL POINT ELECTRIC VAULT: TRAFFIC ET ELECTRIC PULL BOX m ELECTRIC: TRAFFIC CONTROL CABINET LIGHT POLE a TRAFFIC SIGNAL W/MAST ARM GAS VALVE D`"0 WATER VALVE CABLE TV BOX STORM MANHOLE STORM INLET WITH GRATE SIGN IRRIGATION CONTROL VALVE S' DELINEATOR o Print Date: 11 17 Os 1 1 Sheet Kevlslons L:otorcoo uepOrtment CFI of v As Constructed GENERAL NOTES AND Project No. Code Fee Name: RdGeneroINotesOI.dW Dote Comments IniL of Tronsportotion Fort Collins ReYisions: STANDARD SYMBOLS STU M455-095 Hari=. Scale: Vert. Scale: 1420 s«C.. sv441 No 80131 PFAX: 970-350-2 98 rl Fon Celr�, Revised: Desi er. OAL 17306 4601 DTC Bad sal. Tao O �� 281 N. Calp. A-. ran C221- co. DeloiHer: BEG Ntumber9 k o.a«. co eo2n PMne: 303-221-7275 O Region 4 PJG 9 L9T0) 221-6605 vale: Sheet Subset: Gnotes Subset Sheets: " t of I sheet Number 2 0 PLAN NEW OR M STANDARD PAGE NUMBER REVISED TITLE NUMBER O M-100-1 O STANDARD SYMBOLS (3 SHEETS) ............................... 1-3 O M-203-1 O APPROACH ROADS..................................................4 O M-203-2 O DITCH TYPES.......................................................5 O M-203-11 O SUPERELEVATION CROWNED AND ............................... 6-8 DIVIDED HIGHWAYS (3 SHEETS) O M-203-12 O SUPERELEVATION STREETS (2 SHEETS) ...................... 9-10 11111111 M-206-1 O EXCAVATION AND BACKFILL FOR STRUCTURES ............. 11-12 (2 SHEETS) IIIIIIII M-206-2 O EXCAVATION AND BACKFILL FOR BRIDGES (2 SHEETS) ....13-14 O M-208-1 M TEMPORARY EROSION CONTROL (7 SHEETS) 'y1..... IS it O M-210-1 O MAILBOX SUPPORTS (2 SHEETS) ............................. 22-23 O M-214-1 O PLANTING DETAILS ................................................ 24 O M-412-1 O CONCRETE PAVEMENT JOINTS (5 SHEETS) +r . '' yl ...... 25-29 O M-510-1 O STRUCTURAL PLATE PIPE H-20 LOADING ....................... 30 O M-601-1 O SINGLE CONCRETE BOX CULVERT (2 SHEETS) ............. 31-32 O M-601-2 O DOUBLE CONCRETE BOX CULVERT (2 SHEETS) .............33-34 O M-601-3 O TRIPLE CONCRETE BOX CULVERT (2 SHEETS) ............. 35-36 O M-601-10 O HEADWALL FOR PIPES ............................................ 37 O M-601-11 O TYPE .S' SADDLE HEADWALLS FOR PIPE ....................... 38 O M-601-12 O HEADWALLS AND PIPE OUTLET PAVING ................. I.... 39 O M-601-20 O WINGWALLS FOR PIPE OR BOX CULVERTS ...................... 40 O M-603-1 I• METAL AND PVC PIPE (2 SHEETS) (x[ugoa 4l*as. moe)..... ♦1--4j M-603-2 O REINFORCED CONCRETE PIPE ................................... 43 O M-603-3 O PRECAST CONCRETE BOX CULVERT (erusmo+44ro.M) .........-.44- O M-603-4 O CORRUGATED POLYETHYLENE PIPE (AASHTO M294) (WX4Y .M) 0 M-603-10 O CONCRETE AND METAL END SECTIONS (2 SHEETS) ........ 45-46 0 M-604-10 O INLET, TYPE C.................................................... 47 O M-604-11 O INLET, TYPE D................................... ............ -_ 48 O M-604-12 O CURB INLET TYPE R (2 SHEETS) ........................... 49-50 O M-604-13 O CONCRETE INLET TYPE 13...................................... 51 M M-604-20 O MANHOLES (3 SHEETS) ....................................... 52-54 O M-604-25 O VANE GRATE INLET (5 SHEETS) ................ I............ 55-59 OM-605-1 O SUBSURFACE DRAINS (Imare a 44r 09. M) ................„.,,,,, 66- M-606-1 O GUARDRAIL TYPE 3 W-BEAM (16 SHEETS) ................. 61-76 0 M-606-13 O GUARDRAIL TYPE 7 F-SHAPE BARRIER (4 SHEETS) ....... 77-80 0 M-606-14 O PRECAST TYPE 7 CONCRETE BARRIER (3 SHEETS)........... 81-83 PLAN NEW OR M STANDARD PAGE NUMBER REVISED TITLE NUMBER 0 M-607-1 O WIRE FENCES AND GATES (3 SHEETS) ......................84-86 O M-607-2 O CHAIN LINK FENCE (3 SHEETS) ........................ I..... 87-89 O M-607-3 O BARRIER FENCE .................................................... 90 O M-607-4 O DEER FENCE AND GATES (2 SHEETS) ....................... 91-92 O M-607-10 O PICKET SNOW FENCE ............................................. 93 O M-607-15 O ROAD CLOSURE GATE (9 SHEETS) ........................... 94-102 O M-608-1 O CURB RAMPS (4 SHEETS) .................................. 103-106 O M-609-1 M CURBS, GUTTERS, AND SIDEWALKS (3 4 SHEETS) M O M-611-1 O CATTLE GUARD (2 SHEETS) ................................. _ip— I10-111 O M-613-1 O ROADWAY LIGHTING (4 SHEETS) ............................. 112-115 O M-614-1 O RUMBLE STRIPS (3 SHEETS) ................................. 116-118 O M-614-2 CO SAND BARREL ARRAYS (2 SHEETS) ........................ 119-120 O M-615-1 O EMBANKMENT PROTECTOR TYPE 3 ............................... 121 O M-615-2 O EMBANKMENT PROTECTOR TYPE 5 ... ............................ 122 O M-616-1 O INVERTED SIPHON.................................................123 O M-620-1 O FIELD LABORATORY CLASS I .................................... 124 O M-620-2 O FIELD LABORATORY CLASS 2................................... 125 IIIIIIIII M-620-11 O FIELD OFFICE CLASS 1..........................................126 O M-620-12 O FIELD OFFICE CLASS 2..........................................127 O M-629-1 O SURVEY MONUMENTS (2 SHEETS) .......................... 128-129 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 O DELINEATOR INSTALLATIONS (5 SHEETS) .................... 131-135 0 S-614-1 O GROUND SIGN PLACEMENT (2 SHEETS) ........... ............ 136-137 M S-614-2 O CLASS I SIGNS ...................................................... 138 O S-614-3 O CLASS II SIGNS ..................................................... 139 O S-614-4 O CLASS III SIGNS (3 SHEETS) ... ...... ... ..... ................ 140-142 O S-614-5 O BREAK -AWAY SIGN SUPPORT DETAILS ........ ................ 143-144 FOR GROUND SIGNS (2 SHEETS) O S-614-6 O CONCRETE FOOTINGS AND SIGN ISLANDS .................... 145-146 FOR CLASS III SIGNS (2 SHEETS) O S-614-8 O TUBULAR STEEL SIGN SUPPORT DETAILS (5 SHEETS) 15F p14�r.� ' In ds' O S-614-10 OMARKER ASSEMBLY INSTALLATIONS ............................... 152 O S-614-11 'O MILEPOST SIGN DETAIL FOR HIGH SNOW AREAS MR Ja411. m41) • S-614-12 O STRUCTURE NUMBER INSTALLATION ............................... 153 O S-614-14 O FLASHING BEACON AND SIGN INSTALLATIONS (3 SHEETS) .154-156 O S-614-20 O TYPICAL POLE MOUNT SIGN INSTALLATIONS ...................... 157 O S-614-21 O CONCRETE BARRIER SIGN POST INSTALLATIONS .................. 158 O S-614-22 O TYPICAL MULTI -SIGN INSTALLATIONS . .............................. 159 O S-614-40 O TYPICAL TRAFFIC SIGNAL INSTALLATION DETAILS ......... 160-166 (7 SHEETS) O S-614-40A O 'ALTERNATIVE TRAFFIC SIGNAL INSTALLATION DETAILS .. 167-171 (5 SHEETS) O S-614-50 O MONOTUBE OVERHEAD SIGNS (14 SHEETS) ................... 172-185 O S-627-1 M PAVEMENT MARKINGS (5 SHEETS) (AEMSEU a Aar to mas) .... 186--199 O S-630-1 1111111 TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION ° (42 19 SHEETS) yt9t-48? 0 S-630-2 O BARRICADES, DRUMS, CONCRETE BARRIERS (TEMP) ................ 203 AND VERTICAL PANELS O S-630-3 O FLASHING BEACON (PORTABLE) DETAILS ........................... 204 COLORADO DEPARTMENT OF TRANSPORTATION STANDARD PLANS LIST M&S STANDARDS July 04, 2006 Revised on July 09, 2009 File Name: RdSIdPlanListOt.dw Ho Scale: Sheet Revisions Colorodo Deportment of Tronsportotion a.«w, 0��r�- eoe131+38 .00M- +se Region 4 PJG City of Fort Collins ciyron cc .� (soTo) zz+-es As Constructed STANDARD PLAN LIST Project ) No./Code Dole: comments m;t. No Revis;ons: STU M455-095 z. Vert. Scale: 0 h la — — /// a�oe Mva3-12+-)2)3 Reisd: Designer: Slruclur1B1 Numbers 1 of I 17306 Detail— Void: Sheet Number 3 Sheet Subset: Stdptl Subset Sheets: HCL EASTBOUND HARMONY RD. x 13' 13' I 48' 4' 12' 12' 12' LANE I LANE LANE 0 WN �HrCAOE PROFILE LL 8" HMA 9- ABC (CLASS 6) RECONSTRUCTION TYPICAL SECTION EAST HARMONY ROAD (EASTBOUND) STA 57+00 TO STA 60+29 STA 65+00 TO STA 66+44 HCL EASTBOUND HARMONY RD. 'z 3 � 13' U' I 48' 412' 12' 12' LANE LANE LANE SHOO o I BIKE wN I HCL & PROFILE ��(( �CRADE 1I `4:1 0 ..\ 0 I II II 2X� LA' HmA (C1AS$ 6) CURB TYPE 6 (SECTION M) RECONSTRUCTION TYPICAL SECTION EAST HARMONY ROAD (EASTBOUNDD� STA 60+29 TO STA 65+00 TYPICAL SECTION NOTES 10 PLACE 4' OF TOPSOIL TO THIS LINE AFTER COMPLETION OF PAVING O VERTICAL ALIGNMENT POINTS. ♦ BREAK POINTS IN SLOPES AND IN BOTTOM OF DITCHES SHALL BE ROUNDED DURING CONSTRUCTION FOR A PLEASING APPEARANCE. THE GRADIENT AND WIDTH OF ROADWAY DITCHES AND EXCAVATION & EMBANKMENT SLOPE RATES MAY BE ADJUSTED BY THE ENGINEER TO ASSURE ADEQUATE DRAINAGE AND SLOPE STABILITY. 2- HMA GRADING S (100) (PG 64-28) (MODIFIED BINDER) 3- HMA GRADING SG (100) PG (64-22) EMULSIFIED ASPHALT 3- HMA GRADING SG (100) PC (64-22) (TACK COAT) (NO PAY) 444 4 ° 44 ° ° ° 4 4 ° 4 440 4444°° 44 444 444 44 °44 e4 4 c a4 4 e° 4 a vo 444444o 44°p44° 9' ABC (CLASS 6) 44 O 44 4 Uea44 CQ° 4G pro ASPHALT PAVEMENT DETAIL Print Dote: IO Is o9 CZD (� 0 Sheet Revisions Colorodo Deportment Cityof of TronspOrtotion Fort Collins 1420 s«orq str«t ^ vn 970-350-2126 2Bi''H°'ca°" c°""• rw1 pa co Region 4 PJG (970) 22r-9405 9 As Constructed ROADWAY TYPICAL SECTIONS Project No./Code File Nome: RdTypicolSec101.dw Dote: Comments Init. No Revisions: STU M455-095 HOfii. Stale: Vert Scale: 96m OTC Bamer9r0910-350-b96 Revised: Designer: LLM 9^ Structure 17306 sinla top ^°^ ° co 8023' 9nons: 303-221-7225 Void: Detoiler. LLM Numbers Sheet Number 4 Sheet Subset: Typical Subset Sheets: 1 of 2 0 0 0 HCL EASTBOUND HARMONY RD. EXISTING EASTBOUND VARIES "' TO 27') 1' 12' 12' 1' VARIES (V TO PAVEMENT WIDENING LANE �LAI'NE PAVEMENT WIDE(SEE PLANS) (SEEPUNS) PHALT PAVEMENTN MILU(CROWN CORRECTION) SE2R SAWCUT 1' +00TO STA 3+SAWC IT 1 4; ) PROFILE GRADE CONTROL 8" ""A 8' HMA (SEE CROSS SECTIONS g• ABC (CUSS 6) 9" ABC (CUSS 6) FOR ELEVATIONS) EXISTING PAVEMENT SECTION EAST HARMONY ROAD (EASTBOUNDI PAVEMENT WIDENING TYPICAL SECTION STA 32+88 TO STA 37+94 (LEFT)(1' TO 14') STA 39+80 TO STA 45+62 (LEFT)(1' TO 8') STA 68+00 TO STA 73+50 (LEFT)(17' TO 21') STA 68+00 TO STA 76+76 (RIGHT)(1' TO 5') STA 78+92 TO STA 81 +61 (LEFT)(1' TO 10') HCL WESTBOUND HARMONY RD. TYPICAL SECTION NOTES PLACE 4" OF TOPSOIL TO THIS LINE AFTER COMPLETION OF PAVING 0 VERTICAL ALIGNMENT POINTS. • BREAK POINTS IN SLOPES AND IN BOTTOM OF DITCHES SHALL BE ROUNDED DURING CONSTRUCTION FOR A PLEASING APPEARANCE. THE GRADIENT AND WIDTH OF ROADWAY DITCHES AND EXCAVATION & EMBANKMENT SLOPE RATES MAY BE ADJUSTED BY THE ENGINEER TO ASSURE AOEOUATE DRAINAGE AND SLOPE STABILITY. a " 50' 2• HMA GRADING S (100) (PG 64-28) (MODIFIED BINDER) 2 EXISTING WESTBOUND 3" HMA GRADING SG (100) PG (64-22) 10 12' 12' 12' 4' VARIES (V TO 14') SHOULDER/ LANE LANE LANE o: PAVEMENT WIDENING EMULSIFIED ASPHALT 3- HMA GRADING SG (100) PG (64-22) BIKE LANE (SEE PUNS) (TACK COAT) (NO PAY) ° ° 144 ° o ° s N 4.4 ° O 4° p a° O F SAWCUT 1' 44 o 4 4 °Ooa°°o°Oo°°o 9' ABC CUSS 6 ( ) - c A:1 �2R GJ2R 4:1 oa a° °a a a a° °a a B• "`a a°°a°°°a°°a°O4 o o ° ° o 0 PROFILE GRADE CONTROL B" ABC (CLASS 6) (SEE CROSS SECTIONS —EXISTING PAVEMENT SECTION FOR ELNS) LLIN MILLING 2" DEPTH ASPHALT PAVEMENT DETAIL $ (TO CONTROL LINE) EAST HARMONY ROAD (WESTBOUNQ t PAVEMENT WIDENING TYPICAL SECTION t STA 101+50 TO STA 106+01 (RIGHT)(1' TO 8') i STA 133+34 TO STA 141+80 (RIGHT)(1' TO 14') i 'a "g Print Dole: 6 10 15 09 Sheet Revisions Colorado Department File Name: Horii. Score: RdT picolSect02.dwg Date: Comments nil. of Transportation Vert. Scale: CNyof Fort Collins AS Constructed ROADWAY Project No./Cod TYPICAL SECTIONS Q )I>T �'�,�� sv� O / ^�f.� No Recisions: . STU M455-095 .eo1 OTC eow..o.e sv1. too _-- Pnan.: e70-330-2126 rA vo-350-2tee cy a ro4 cow, tB1r,Nn Revisetl: Designer: LLM truclur 17306 ea23t Pn.m: 3m- 21-7215 p Region 4 PJG c.e�m, r• On) 221-aeon Oetailer. Void: LLM Numbers Sheet Subset: _ T Sheet Number ypical Subset Sheets: 2 of 2 5 RIPRAP DETAIL END OF CURB — DIRECTION OF FLOW 3' MIN RIPRAP r r PROTECTION IN DITCH PLAN VIEW s' 6. 1, � PLACED 9' RIPRAP GEOTEZTILE SECTION A —A RIPRAP WATERWAY IN CURB CUT Print Dole: 10 15 09 Q O (� � Sheet Revisions Colorado Deportment City of of Transportotion Fort Collins _ jfjT uzo 5. — su.., /"�_ Greekr, Co. 8a6], �' ��� PMw: 0)a-35a-3,28 Cory o, ran coo.. $ r1X: 9)0-]5a-2,99 9q. 1, N. ww..r•w ran coo.a. co. Region 4 PJG ts)o) ::,-aws 9 As Constructed RIPRAP DETAIL Project No./Code F1le Nome: RdOetailsOl.dr Dote: Comments Init. No Revisions: STU M455-095 Horiz. Scale: Vert. Scale: 4WI arb Bouinaa Revised: Designer: LLM Structure 17306 Detailer. LLM Numbers ■ sal. 700 1 i/Vi+y o.�..r, co wz]) Pnorw: ]a.1T-22,47)5 Void: Sheet Number s Sheet Subset: Typical Subset Sheets: 1 of 2 0 0 0 No Text • • • �a 3 0 .�- �5�8n S o a a 0.wOO n - li �N0v�00nOIO�GnAN3ows< y OnN °^nmAN��D D' D ' pIUN�fO003m \ OxaC3Np\2Du-CI > m Ni3OD<mtim b 600 bb o bb b b o b i �L0n4a�ODm1 a<o Orm� N9a-m�HDa=9or-��ai1 Print SUMMARY OF APPROXIMATE QUANTITIES BID CONTRACT NO. ITEM NO. _ CONTRACT ITEM UNIT ROADWAY BRIDGE TOTAALS PLAN AS CONST. PLAN AS CONST. PLAN AS CONST. 46 601 33040 CONCRETE CLASS D (BRIDGE) CV 47 601-40005 CUT STONE VENEER SF 502 502 48 60140300 STRUCTURAL CONCRETE COATING SY 132 132 49 602-00020 REINFORCING STEEL (EPDXY COATED) LB 215 215 50 603-01185 18 INCH REINFORCED CONCRETE PIPE CL III (COMPLETE IN PLACE) LF 81,668 81,668 51 603-10180 18 INCH CORRUGATED STEEL PIPE 20 475 20 52 603-30180 18 INCH STEEL END SECTION - EA 2 475 2 53 604-30005 MANHOLE SLAB BASE (5 FOOT) EA 1 54 604-00305 INLET TYPE C (5 FOOT) EA 1 55 606-01370 TRANSITION TYPE 3G EA / 1 56 606-02005 END ANCHORAGE (FLARED) EA 2 2 57 606-10200 IMPACT ATTENUATOR(SPECIAL) EA 2 2 . 58 606-108D5 BRIDGE RAIL TYPE 8 (SPECIAL) LF 1 1 59 607-11525 FENCE (PLASTIC) LF 500 152 152 152 60 608-00010 CONCRETE CURB RAMP SY 22 500 61 609-21020 CURB AND GUTTER TYPE 2 (SECTION 11-B) LF 80 22 80 62 609.60011 CURB TYPE 6 (SECTION M) LF 480 63 613-00300 3 INCH ELECTRICAL CONDUIT LF480 64 618-01992 PRESTRESSED CONCRETE BOX (DEPTH LESS THAN 32 INCHES) SF 385 385 385 65 620-00020 SANITARY FACILITY EA 2 890 890 66 62600000 MOBILIZATION LS 1 2 67 627-00004 EPDXY PAVEMENT MARKING GAL 185 1 185 68 .627-30405 EPDXY PAVEMENT MARKING (WORD -SYMBOL) SF 69 630-00000 CONSTRUCTION ZONE TRAFFIC CONTROL LS 376 376 70 700-00010 F/A MINOR CONTRACT REVISIONS FA 1 1 1 1 71 700-70011 F/A PARTNERING FA 1 72 70O70016 F/A FUEL COST ADJUSTMENT Eq T 1 73 700-70018 F/A ROADWAY SMOOTHNESS INCENTIVE FA 1 1 1 74 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT FA 1 75 700-70021 F/A Orr COLORADO TRAINEE FA 1 1 76 700.70023 F/A OJT COLORADO TRAINING PROGRAM FA 1 1 1 77 700-70380 F/A EROSION CONTROL FA 1 1 1 Dote: 11 17 09 Sheet Revisions Colorado Deportment Nome: RdSA002.dwg Scale: oats: comments m;t, of Transportation Fort Cityof AS Constructed SUMMARY OF CoIItnS Project ) No./Cod, Vert. Scole: O ��lT �aoYs«� s«i / �f..� NO Re�tsiona: APPROXIMATE QUANTITIES STU M455-095 jWff 1601 DTC BNnvO aor 700 O O _-- Gaww: 9io-vo-x�xa ru: 97o-4so-2me G� i ren cosh. Revised: .71.r Designer: gn LLM trudure Omar, co W237 �nor,e: 303-221-7275 Q 2E1 Region 4 PJG y. r ran coaw, y. Detoiler. LLM Numbers 17306 (970) 221-660s Void: Sheet Subset: Details Subset Sheets: 2 of 2 Sheet Number Q 5 2 6� e E 3 5 k g 3 it 3 F a g Print Dote: 12 07 09 Sheet Revisions Colorodo Department cltyot Of TFOnSpOflOtiOn FoitColllnS As Constructed SUMMARY OF Project No./Code $ File Name: RdSA002.dw 9 Dote: Comments Init. 12/04/09 ADDED ITEMS LLM Horiz. Scale: Vert, Scale: Q -- �(��' r•zo s«<�w sv«� /"��, Gr«iry, Co. 80631 � P6m•: 970-330-2126 car.' Pon c— re¢. 970-350-2198 erarmra'I6aama 2B1rai coin. ll No Revisions: APPROXIMATE QUANTITIES STU M455-095 E Revised: Designer: LLM Structure Numbers 1 7306 •601 OTC Boukvar0 ? me• 700 00 8021- Delailer. LLM . 3o3-zn-Ins (� Region 4 PJG (970) 221-660s 9 Void: Sheet Subset: Details Subset Sheets: 2 of 2 Sheet Number 9 SUMMARY OF APPROXIMATE QUANTITIES BID NO. CONTRACT ITEM NO. CONTRACT ITEM UNIT ROADWAY BRIDGE TOTALS PLAN AS CONST. PLAN AS CONST. PLAN AS CONST. 46 515-00120 WATERPROOFING (MEMBRANE) SY 515 515 47 51 8-01 00 1 BRIDGE EXPANSION JOINT (ASPHALTIC PLUG) LF 128 728 48 601-03040 CONCRETE CLASS D(BRIDGE) CY 502 502 -49 601-00005 CUT STONE VENEER SF - 132 132 50 601-40300 STRUCTURAL CONCRETE COATING SY 215 215 51 602-00020 REINFORCING STEEL (EPDXY COATED) LB 81,668 81,668 52 603-01185 18 INCH REINFORCED CONCRETE PIPE CL III (COMPLETE IN PLACE) LF 20 20 53 603-10180 /81NCH CORRUGATED STEEL PIPE LF 475 qIg 54 603-30160 18 INCH STEEL END SECTION EA 2 p 55 604-30005 MANHOLE SLAB BASE (5 FOOT) EA 1 1 56 604-00305 INLET TYPE C (5 FOOT) EA 1 1 57 606-01370 TRANSITION TYPE 3G EA 2 2 58 606-02005 END ANCHORAGE (FLARED) EA 2 2 59 606-10200 IMPACT ATTENUATOR (SPECIAL) EA 1 7 60 606-10805 BRIDGE RAIL TYPE 8 (SPECIAL) LF 152 752 61 607-71525 FENCE (PLASTIC) LF 500 500 62 608-00010 CONCRETE CURB RAMP SY 22 P2 63 609-21020 CURB AND GUTTER TYPE 2 (SECTION II-B) LF 80 gp 64 fi09-00071 CURB TYPE 6(SECTION M) LF 480 qgp 5 1-0 0 3 NC LE TIC L O D IT LF 3 5 65 66 614-00011 SIGN PANEL (CLASS I) SF 14 14 67 614-00012 SIGN PANEL (CLASS Ip SF 55 55 68 614-00216 STEEL SIGN POST ZX2 INCH TUBING) LF 224 224 69 618-01992 PRESTRESSED CONCRETE BOX (DEPTH LESS THAN 321NCHES) SF ggp 890 70 620-00020 SANITARY FACILITY EA 2 2 71 626-00000 MOBILIZATION L S 1 7 P 73 627-301 5 PAVEMENT MARKING SV BOL (EPDXY) WH E) SF 376 Ig 74 630-00000 CONSTRUCTION ZONE TRAFFIC CONTROL LS 1 _ 1 75 700-00010 F/A MINOR CONTRACT REVISIONS FA 1 1 76 700-70011 F/A PARTNERING FA 1 1 77 700-70016 F/A FUEL COSTADJUSTMENT FA 1 1 78 700-70018 F/A ROADWAY SMOOTHNESS INCENTIVE FA 1 1 79 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT FA 1 7. 80 700-70021 F/A OJT COLORADO TRAINEE FA 1 1 81 700-70380 F/A EROSION CONTROL FA 1 1 t i! 8 i S e k F F ii 3 6 S 5 e 3 fi 3 t 4 Print Date: 10 15 09 O Sheet Revisions Colorado Department City or of 'Transportation Fort Collins uzo s«o.d sl,.•t I U T c.., c.. eosv �,���.�� nnod.:io-3so-zrza C9y of ron Coufm As Constructed TABULATION OF EARTHWORK Project No./Code File Name: TabSht0l.dw Dole: Comments Init. No Revisions: $TU M455—D95 Horiz. Scale: Vert. Scale: Revised: Designer: LLM Structure � 73D6 .sal arc lka•rard O O - P,u: 9)0-750-219e zer �. ca.— iw•w. ron coem. co. Re ion 4 Pic (9ro7 zzr-erns Reg;on Delailer. LLM Numbers sar• tao oww•.. co W237 vno .: ws-zzr-ms void: Sheet Number 10 Sheet Subset: Details Subset Sheets: t of 5 OF SUMMARY OF EARTHWORK PAY QUANTITY PROJECT TOTAL CY AS_CONST. CY UNCLASSIFIED EXCAVATION CIP EASTBOUND EAST HARMONY ROAD 7,685 WESTBOUND EAST HARMONY ROAD 362 ' TOTAL PAY QUANTITY 8,037 I FOR INFORMATION ONLY PROJECT TOTAL CY AS-CONST. CY EARTHWORK BALANCE UNCLASSIFIED EXCAVATION C EASTBOUND EAST HARMONY ROAD 7686 WESTBOUND EAST HARMONY ROAD 352 SUBTOTAL 8037 EMBANKMENT MATERIAL C EASTBOUND EAST HARMONY ROAD 2236 WESTBOUND EAST HARMONY ROAD 136 SUBTOTAL 2370 EMBANKMENT x FACTOR 1.15 2726 WETTWG FOR COMPACTpN 1 aUc 2370 EARTHWORK BALANCE 5,311 " Excess excavation to be used to flatten slopes, create berms or fill other areas as directed by the Engineer. Material not wasted on site will become the contractors material and remoled from site. 0 0 0 S 8 J 4 e l P t I 5 t s 8 Y 3 1 5 f Print Dote: 10 15 09 O O O Sheet Revisions Colorado Deportment' Cltyof of Transportation Fort Collins )f/ T 1420 Sa st— /" C Gne Co. 6a631 P— io-38o-2ua rt No1 ran coµ.. F- 970-350-2198 281 . Cd - �9r wrm. ran c221- w. Region 4 PJG (9ro) 221-a6n As Constructed TABULATION OF SURFACING TABULATION OF REMOVALS TABULATION OF CURB & GUTTER Project No./Code File Nome: TubShl03.dwg Dote: comments Wt. No Re,wons: STU M455-095 Horiz. Scale: Vert. Scale: y .sot arc Bowe.wa Revised: Designer: LLM Structure 17306 9 r so.M.r co W232 Pro.P: 303-221-n25 vole: Oetoiler. LLM Numbers Sheet Number 1'2 Sheet Subset: Detolis Subset Sheets: 3 0l 5 TABULATION OF SURFACING LOCATION SIDE AGGREGATE BASE COURSE (CLASS 6) TON HOT BITUMINOUS ASPHALT (GRADING S) (100) (PG 6428) TON HOT BITUMINOUS ASPHALT (GRADING SG) (100) (PG 6422) TON PLAN AS•CONST PLAN AS-CONST PLAN AS-CONST EASTBOUND EAST HARMONY ROAD 3741 1178 2683 WESTBOUND EAST HARMONY ROAD 518 327 380 Conlin enc 45 20 30 Project Totals 4304 1526 3093 TABULATION OF REMOVALS LOCATION SIDE RESET MAILBOX EA REMOVAL OF TREE EA REMOVAL OF CONCRETE PAVEMENT (CURB &CURB RAMPS) SY REMOVAL OF ASPHALT MAT SY REMOVAL OF ASPHALT MAT (MILLING) SY EASTBOUND EAST HARMONY ROAD 1 1 23 4921 2268 WESTBOUND EAST HARMONY ROAD 152 1827 DETOUR 560 Pro ect Totals 1 1 23 5,633 4,095 TABULATION OF CURB AND GUTTER LOCATION SIDE CONCRETE CURB RAMP SY CURB &GUTTER TYPE 2 (SECTION IIB) LF CURB TYPE 6 (SECTION M) LF PLAN AS-CONST PLAN AS-CONST PLAN AS-CONST EASTBOUND EAST 0 0 0 8 A a5 5 I i F i� 4 9 NOTE: TEMPORARY MARKINGS ARE NOT INCLUDED $T i F 4 J' F Print Dote: 10 15 09 Sheet Revisions Colorado Deportment File Nome: Horix. Scole: Tob5ht04.d. Date: comment4 Init. of Tronsportotion CltyOf Fort Collins AS Constructed Project No. Code TABULATION OF STRIPING 1 � Vert. Scole: O )Q r uxo 5«oro sv«� / No Revisions: STU M455-095 F t a6oi o swr rao C� wuW, co. W6J� -- rNc vo-�So-x�6e cp of con cac„s xs W+ r"r"w Revised: Designer: LLM Structure t 7306 Numbers b- co e21-D237 tea. ws Zxi-rxrsC. Region 4� PJG is 0)22 6.5 Void: LLM Sheet Sheet Number Sheet Subset: Deloils Subset Sheets: a of 5 �.3 TABULATION OF PAVEMENT MARKINGS PAVEMENT MARKING LINES (LINEAR FEET) PREFORMED THERMOPLASTIC (SO FT) STRIPING REMOVALS LOCATION EDGE EDGE CENTER CHANNEL121N0 SYMBOL LANE LINES (LINEAR FEET) WORD -SYMBOL (SO FT) WHITE SOLID 41NCH YELLOW SOLID 41NCH WHITE BROKEN 41NCH WHITE DOTTED 41NCH WHITE DOTTED BINCH WHITE SOLID 81NCH PAVEMENT MARKING BIKE LANE PAVEMENT MARKING ARROW / ONLY I BEGINMNG TO STA 28.00 STA 28.00 TO STA 35t00 1,220 23 STA 35.00 TO STA 42.00 805 561 1,122 634 23 54 2,227 Sq STA 42+00 TO STA 49400 1,743 587 2,086 179 3,895 38 STA 49+00 TO STA 56+00 1,137 856 1,932 557 46 38 4,421 54 i I STA 56.00 TO STA 63.00 700 1,400 2,100 238 36 16 3,700 16 STA 63.00 TO STA 70+00 700 1,400 2,10 2,800 I STA 70+00 TO STA 77t00 700 754 1.454 2,208 i STA 77.00 TO STA 84.00 1,016 1.091 2,182 156 546 620 69 108 4,586 174 1 STA 84.00 TO END 340 340 780 21 q 1,485 NEW PAINT OVER IXISTING 6,955 3,590 8,950 1.950 3,990 PROJECT TOTALS TOTAL LENGTH 14,096 10,579 23,926 156 2,948 6,016 161 215 25,322 TOTAL SQUARE FEET 4,699 3,526 5,982 35 328 4,011 161 215 336 EEPDXY PAINT (GAL) 47 34 57 0 3 41 SUMMARY OF PAVEMENT MARKING QUANTITIES TOTAL PROJECT WORE COLOR EPDXY (GAL) SYMBOL (SO FT) YELLOW 34 'WHITE 148 376 TOTALS 182 376 SUMMARY OF PAVEMENT MARKING REMOVALS TOTAL PROJECT LANE LINES WORD- (LINEAR FEET) SYMBOL (SO TOTALS 25,322 336 1 g� 9 f 6 ,F 1 9 i is E E Print Dale: 11 17 09 O C� O Sheet Revisions Colorado Deportment Cityof of Transportation Fort Collins _ �- 1.m s«ooa 51.«l /"�� Gr.rwr, Co. 806)1 ��� PMrw: D10-350-2126 r1No1 ran cac.. r1s: 910-]50-21De 2e1 i cawq. e..w. ran came. co. Region 4 PJG ID70) 221-secs 9 As Constructed TABULATION OF SIGNS Project No./Code File Name: TabSht05.tlw Dole: Comments Init. No Revisions: STU M455-095 Horiz. Scole: Vert. Scole: � eo1 arc Dwa.oro Revisetl: Designer: _ LLM Structure 1 7306 10o 1 o...... co eo21- Pspw: ws-2z1-121s Void: Oetoiler: LLM Numbers Sheet Number 14 Sheet Subset: Details Sunset Sheets: 5 0l 5 TABULATION OF SIGNS SHEEP NO. SIGN CODE SIGN PANEL SIZE BACKGROUND COLOR REMOVAL OF GROUND SIGN (�) RESET GROUND SIGN (�) STEEL SIGN SUPPORT SIGN PANEL (SO FT) REMARKS (24NCH ROUND) (POST) (LF) (2-INCH ROUND) (SLIPBAS E) (FA) (2.1I21NCH ROUND NP-00) (POST) (LF) (2-1/2 INCH ROUND NP<0) (SLIPBASE) (EA) GLASS I CLASSII 1 W9-1 48X48 YELLOW 1 W16-2a 78X48 YELLOW 2 R47 48X60 WHITE 1 1 12 1 OMl-2 18X18 BLACK 2 R3-7R 30X30 WHITE 9 1 625 2 W4-2R 48X48 YELLOW 1' 2 84-4 36X30 WHITE 1 1 9 1 3 RS-ta 42X30 WHITE 1 7 9 1 3 R5-1 48X48 RED 1 1 13 1 4 R4< 36ki0 WHITE 1 5 W4-2R 48X48 YELLOW 13 1 76.00 5 R47 48X60 : WHITE 1 1 12 t OMt•2 18X18 BLACK 5 R3-7R 30X30 WHTTE 1 5 RSd 48X48 RED 1 1 13 1 6 R1-1 30X30 RED 8 1 625 6 R6-1R 54Xt8 BLACK 8 I 6.75 7 R3-4 36X36 WHITE 1 7 OM-3R 12X336 YELLOW 1 9 R5-1 48X48 RED 13 1 16.00 9 R5-1 48Y48 RED 1 1 13 1 9 R5-1a 42X30 WHITE 1 1 9 1 9 W4-2R 48X48 YELLOW 13 1 76.00 e R4-7 48X60 WHITE 1 1 12 1 OM1-2 18X18 BLACK I i I I I I I I i I PROJECT TOTALS: 15 9 27 3 140 12 12.5 54.75 0 111 8 a Q 4 F 4 IE S s S 4 f p Print Dote: 70 15 D9 Sheet Revisions Colorado Deportment 8 File Nome: PotholeTobleDl.dwg Cltyof AS Constructed Project No. Code Date: Comments Init. of Transportation r /�� POTHOLE DATA TABLE 1 Horix. Scale: Vert. Scale: Q Fort Collins OTNrys«i / �No Re�isioas: STU M455-095 _-_ O pew: 0�11-SSa-'Ix8 iawl Ia ear d Designer: LLM cu: sro-uo-x se ch ^l F^^ comer Revised: 9 Structure 17306 xs �F.;i r ow..r, w soxor ,r, ce. Deloiler, LLM Numbers ¢ P-, ws-n-275 Q Region 4 PJG taro) 22 -eeos void: Sheet Subset: Details Subset Sheets: 1 0l 3 Sheet Number � 5 POTHOLE DATA TABLE NUMBER STATION OFFSET SIDE DIAMETER UTITLITY DESCRIPTION SURFACE ELEVATION DISTANCE TO TOP TOP ELEVATION DISTANCE TO BOTTOM BOTTOM ELEVATION OM (FT) PM OFT) OM (FT) PH-1 57+81.34 29.34 AT 8 ELECTRIC 4906.497 42 4902.99 50 PH-2 57+81.51 33.6 RT 6 WATER 4905.971 72 4899.97 78 4902.32 PH-3 57+81.27 35.62 RT 2 GAS 4905.852 36 4902.85 4899.47 PH-4 57+81.05 38.42 AT TELEPHONE 4905.679 33 4902.93 38 4902.69 PH-5 57+81.38 43.55 RT 4 FIBEROPTIC 4905.644 68 4899,98 72 PH-6 57+74.63 39.32 AT TELEPHONE 4905.579 78 4899.08 gggg gq PH-7 58+32.72 29.26 AT 10 ELECTRIC 4906.205 40 4902.87 50 PH-8 58+33.29 33.62 RT 6 WATER 4905.71 72 4899.71 78 490204 PH-9 58+33.32 36.28 RT 2 GAS 4905.028 40 4901.69 42 4899.21 PH-10 58+33.54 38.86 RT TELEPHONE 4904.912 26 4902.75 4901.53 PFF71 58+34.fi6 43.03 RT 6 FIBER OPTIC 4904.805 69 4899.06 75 PH-12 58+85.47 28.4 RT 10 ELECTRIC 4905.781 39 4902.53 4898.56 PH-13 58+85.14 32.97 AT 6 WATER 4905.305 49 4901.70 PH-14 58+84.68 34.91 RT 2 GAS 67 4899.72 73 4899.22 PH-15 58+84.88 37.67 R7 TELEPHONE 4904.834 4904.261 40 32 4901.50 4901.59 42 4901.33 PH-16 58+85.77 43.05 AT 6 FIBER OPTIC 4904.834 72 4898.83 78 PH-17 59+39.88 28.16 AT 10 ELECTRIC 4905.341 38 4902.17 4898.33 PH-18 59+32.45 32.44 AT 6 WATER 4905.049 68 4899.38 48 74 4901.34 PH-19 59.32.62 35.42 RT 2 GAS 4904.5 42 4901.00 4898.88 PH-20 59+31.48 37.81 AT TELEPHONE 4904.175 28 4901.84 44 4900.63 PH-21 59+31.78 42.05 AT 6 FIBER OPTIC 4904.525 60 4899.53 66 PH-22 59+84.32 28.31 AT 10. ELECTRIC 4904.916 36 4907.92 4899.03 PH-23 59+84.72 31.61 AT 6 WATER 4904.601 67 46 4901.08 PH-24 59+84.74 39.49 AT 2 GAS 4903.82 4899.02 73 - 4898.52 PH-25 59+85.02 45.04 AT 6 FIBER OPTIC 36 4900.82 38 4900.65 PH-26 59+85.12 45.88 AT TELEPHONE 4904.395 4904.66 59 18 4899.48 4903.16 65 4898.98 PH-27 60+34.33 27.75 RT 10 ELECTRIC 4904.61 32 4901.94 42 PH-28 60+34.67 31.52 AT 6 WATER 4904.489 72 4898.49 4901.11 PH-29 60+33.43 39.46 AT 2 GAS 4903.61 78 4897.99 PH-30 60+33.12 42.24 AT .6 FIBER OPTIC 4903.803 39 53 4900.36 4899,39 41 59 4900.19 PH.71 60+33.41 46.12 AT TELEPHONE 4903.998 20 4902.33 4898.89 PH.32 60+78.25 26.97 .RT 10 ELECTRIC 4904.478 36 4901.48 46 4900.64 PH.33 60+78.64 31.21 AT 6 WATER 4904.152 70 4898.32 76 4897.82 PH-34 60+76.70 40.23 AT 2 GAS 4903.11 41 4699.69 PH.35 60+79.07. 43.44 RT 6 FIBER OPTIC 4903.371 61 4898.29 43 489953 PH.36 60+78.90 46.07 AT TELEPHONE 4903.35 18 4901.85 67 4897.79 PFI.77 61+33.29 29.59 AT 6 ELECTRIC 4903.407 36 4900.41 42 4899.91 PH3B 61+31.52 27.91 AT 6 WATER 4903.606 71 4897.69 77 4897.19 PH.39 61+32.66 39.71 AT 2 FIBER OPTIC 4903.39 43 4899.81 45 PH40 61+32.81 43.03 AT 6 FIBER OPTIC 4903.421 77 4897.00 83 4899.64 PH-41 61+33.02 44.72 RT TELEPHONE 4903.532 27 4901.28 4896.50 PH-42 61+82.31 27.58 RT 6 WATER 4902.954 70 4897.12 76 4896.62 PH-43 61+82.44 29.04 RT 10 ELECTRIC 4902.956 36 4899.96 46 4899.12 PH-44 61+83.28 38.71 AT 2 GAS 4902.065 38 4898.90 40 4898.73 PH-05 61+83.65 39.5 AT 6 FIBER OPTIC 4902.287 60 4897.29 66 PH-06 61+83.76 40.9 AT TELEPHONE 4902.367 62 4897.20 4896.79 PH47 61+02.76 36.58 AT 2 ELECTRIC - 4901.914 36 4898.91 38 PH-08 62+34.68 27.67 AT 6 WATER 4901.558 64 4896,22 70 4898.75 PH-49 62+34.60 32.13 AT 6 FIBER OPTIC 4901.164 54 4896.66 60 4895.72 PH-50 62+34.35 39.28 AT 2 GAS 4901.157 36 4898.16 4896.16 _ PH31 62+84.59 28.04 AT 6 WATER 4899.564 65 38 4897.99 PH-52 62+84.72 31.06 RT. 6 FIBER OPTIC 4899.712 60 4894,15 71 4893.65 PH-53 62+83.86 40.03 RT 2 GAS 4899.796 4894.71 66 4894.21 PH34 63+34.14 27.81 RT 4 WATER 33 4897.05 35 4896.88 PH35 63+34.11 32.01 RT 6 FIBER OPTIC 4897.408 4896.88 60 68 4892.41 4891.21 64 74 4892.07 PH-56 63+34.19 41.86 AT 2 GAS 4897.919 31 4895.34 4890.71 PH37 63+85.00 28.11 RT 6 WATER 4894.982 64 33 4895.17 4889.65 70 4889.15 f e 4 I t i 1 F t 4 F F - Print Dote: 10 is 09 O O O Sheet Revisions Colorodo Deportment O( TronsportOtion _ (�'' . 20 S.cwM Sbn1 c...M, Co. eo631 P6 970-35a-2126 F- 970-350-2 99 Region 4 PJG 9 City or Fort Collins ,/-�. ✓-�" a1 wo1 ren cea.. T61 . Cd4q. ,..emn Fan cmm., co. (970) 221-6605 As Constructed POTHOLE DATA TABLE Project No./Code File Name: PolholeToble02.d..g Dote: Comments Init. No Revi9ion9: STU M455-095 Horiz. Scale: Vert. Scale: t .601 07C Bwwaa Revised: Designer: LLM Structure 1 7306 Detailer. LLM Numbers 3 S�e1. 70o g Damnr, CO N237 P - W3-221-7275 Void: Sheet Number � 6 Sheet Subset: Details Subset Sheets: 2 of 3 POTHOLE DATA TABLE NUMBER STATION OFFSET SIDE DIAMETER (IM UTITUTY DESCRIPTION SURFACE ELEVATION (� DISTANCE TO TOP (IN) TOP ELEVATION (FT) DISTANCE TO BOTTOM OM BOTTOM ELEVATION (FT) PH-58 63+84.47 28.47 RT 4 ELECTRIC 4894.89 36 4891.89 40 4891.56 PH-59 63+84.49 29.91 RT 6 FIBER OPTIC 4894.505 60 4889.51 fifi 4889.01 PH-60 64+33.71 28.04 RT 6 WATER 4892.04 68 4886.37 74 4885.87 PH-61 64+33.93 32.33 RT 6 FIBER OPTIC 4891.376 72 4885.38 78 4884.88 PH.62 64+33.94 33.45 RT 2 GAS 4891.218 37 4888.13 39 4887.97 PH-63 64+84.12 28.37 RT 6 WATER 4888.989 67 4883.41 73 4882.91 PH-64 64+84.74 33.56 RT 2 GAS 4888.487 42 4884.99 44 4884.82 PHES 64+86.75 33.93 RT 2 FIBER OPTIC 4888.364 36 4885.36 38 4885.20 PHHi6 65+23.92 27.22 RT 4 FIBER OPTIC 4886.715 53 4882.30 57 4881.97 PH-67 65+35.06 28.54 RT 6 WATER 4886.015 68 4880.35 74 4879.85 PH-68 65+33.98 34.48 RT 2 GAS 4885.951 36 4882.95 38 4882.78 PH-69 65+33.43 42.11 RT FIRER OPTIC 4885.566 70 4879.73 PH-70 65+47.83 27.43 RT 4 GAS 4885.396 38 4882.23 42 4881.90 PH-71 65+84.23 28.33 RT WATER 4883.474 fifi 4877.97 PH-72 65+82.54 35.53 RT 2 GAS 4883.211 34 4880.38 36 4880.21 PH-73 65+82.78 44.21 RT FIBER OPTIC 4883.906 fifi 4878.41 fifi+34.3728.63 RT WATER 4881.149 48 4877.15 fifi+33.95 36.42 RT 2 GAS 4881.271 32 4878.60 34 4878.44 fifi+34.65 44.94 RT FIBER OPTIC 4882.012 60 4877.01 fifi+73.97 28.32RTWATER 4879.649 48 4875.65 R fifi+74.19 36.14 RT2 GAS 4879.562 40 4876.23 42 4876.06 57+74.12 16.02 LT 4 TELEPHONE 4906.016 74 4899.85 78 4899.52 61+80.38 16.33 LT 6 TELEPHONE 4901.765 106 4892.93 112 4892.43 61+80.39 40.86 LT 6 TELEPHONE 4897.482 40 4894.15 46 4893.65 65+26.99 4.44 LT 6 FIBEROPTIC 4886.595 67 4881.01 73 4880.51 � 65+48.28 3.53 LT 4 GAS 4805.439 78 4878.94 82 4878.61 PH415 63+84.40 32.12 RT 2 GAS 4894.354 42 4890.85 44 4890.69 PH-86 63+32.11 29.44 RT 4 ELECTRIC 4897.339 36 4894.34 40 4894.01 PH-37 64+32.75 28.17 RT 6 ELECTRIC 4892.087 40 4888.75 46 4888.25 PH4i8 64+86.64 28.39 RT 6 ELECTRIC 4888.903 40 4885.57 46 4885.07 PH�9 65+36.53 29.12 RT 6 ELECTRIC 4885.938 36 4882.94 42 4882,44 PH-90 65+87.17 28.07 RT 6 ELECTRIC 4883.318 36 4880.32 42 4879.82 PH-91a 66+36.04 28.35 RT 6 ELECTRIC 4880.982 32 4878.32 38 4877.82 PH-91b 61+41.18 38.38 RT 2 ELECTRIC 4903.738 37 4900.65 39 4900.49 PH92 61+34.68 89.3 RT 4 ELECTRIC 4903.312 40 4899.98 44 4899.65 PH J3 61+34.39 137.19 RT 2 ELECTRIC 4903.106 39 4899.86 41 4899.69 PH•94 61+34.01 189.26 RT 4 ELECTRIC 4902.825 41 4899.41 45 4899.08 PH-95 61+34.85 237.59 RT 4 ELECTRIC 4902.653 42 4899.15 46 4898.82 PH-96 61+61.08 236.57 RT TELEPHONE 4902.97 16 4901.64 PH-97 61+59.75 188.75 RT TELEPHONE 4903.238 16 4901.90 PH-98 61+59.02 136.01 RT TELEPHONE 4903.364 15 4902.11 PH J9 61+60.80 88.77 RT TELEPHONE 4903.452 16 4902.12 PH-100 61+64.61 39.86 RT 4 GAS 4903.369 40 4900.04 44 4899.70 No Text EXISTING ROW -- — EAST HARMONY ROAD (WESTBOUND) .— — — — — — — — — -1 _ 32+00 .7�L1L 29+00 - _ _ 3}+00 N 97`I'Ei0--E n 00 N 8 '14'33- E — — 319.01' z 132.3g EAST HARMONY ROAD (EASTBOUND) — — — x U rz yr � v7 O o. �o� - - -- -- _ o N h r ------ S 8�j1i to 124.37' W — J f I I ' I LEGEND REMOVAL Or 4SPNRLT PAVEMENT REMOVAL Or CONCRETE PAVEMENT j Print Dote: 10 is o9 O O O Sheet Revisions Colorado Deportment of Transportation _ )% 1Wi.. C•. •o som «5b«1 �� 606J1 PMir: 9)D-310-11]6 Pen: D70-050-21D9 Region 4 PJG CitYo Fort Collins W1P o1 ran cac�. 26, N. CWND. Avnw Ton C•dim. CP. (DTo) 221-eeos As Constructed REMOVAL AND UTILITY PLAN EASTBOUND STA. 28+00 TO 35+00 Project No./Code . File Nome: RemUtilpinOl.dw Dote: Comments Init. No Revisions: STU M455-095 I Horiz. Scale: Vert. Score: • •601 OTC 6oW—d Revised: Designer. LLM Strutlure � 7.306 BEG Numbers �•r7000 W237 Ptnne: J03-221-7275 Vold: Sheet Number 18 Sheet Subset: RemUtl SheeDetoteS Subset Sheets: t of 9 0 0 0 EXISTING ROW - E%ISTING ROW — _ EAST HARMONY ROAD (WESTBOUND) — — — — — Q N � W `� � 3�}�� 39+00 < Z S BW 7V E w 490e.79' = L) _ EAST HARMONY ROAD (EASTBOUND) — — — Z J 6 ---------------- �OZ 0I Q 1 0 1 , I moo. t ''saUD TECHNOLOGY PARKWAY gi,2., hKQQ ADZ; n=F �1 If t vlwa�, vlmw�. LEGEND REMOVAL OF ASPHALT PAVEMENT BUM REMOVAL OF CONCRETE PAVEMENT O O O Sheet Revisions I Colorado Oeatio nenl of Transportation 14]fl s«c.. slim WerNy, Co. 866]I PFAAx: 9]0 ]]0--21988 Region 4 PJG Cityof Fort Collins /"f1 City a Fon Coven. ]e1Fw Comm Co (970) 22I-98os As Constructed REMOVAL AND UTILITY PLAN EASTBOUND STA. 35+00 TO 42+00 Project No. Cod Dote: comments Inil. No Revisions: STU M455-095 Revised: Designer: LLM tructure INUMberSI void: Detailer. BEG ___LI306 Sheet Number 19 Sheet Subset: RemUtl Subset Sheets: 2 or 9 d a a t s F a a P 5 �y k Print Date: 12 04 09 � 0 0 Sheet Revisions Colorado Deportment City of p ri of Tronsportotion Fort Collins _ ')(')�' r�2a S�coM 5v«r c—e . co eo65t ��� PMn�: 9)a-550-2tia caHP1 rwr cu,y", trot: 9)a-05a-2195 let ca tort ca ., co."W Region 4 PJG tv)o),22r-sso5 9 As Constructed TABULATION OF EARTHWORK Project No. Code 1 / � File Nome: ToloSht0l.dw Dole: Comments Init. NO Rexisions: STU M4SS—O9S HOri Z. Scale: Vert. Scale: 12/04/09 u aTUENq WASrE, NOTE. LLM F s.fim .TC BPuler.11 Revised: goer: Designer: LLM Structure 17306 Detailer: LLM Numbers s sane g a" °r CO 8033) P— 305-221-7275 Void: Sheet Number 10 Sheet Subset: Details Subset Sheets: 1 of 5 TABULATION OF SUMMARY OF EARTHWORK PAY QUANTITY PROJECT TOTAL CY AS_CONST. CY UNCLASSIFIED EXCAVATION CIP �. EASTBOUND EAST HARMONY ROAD W ESTBOUND EAST HARMONY ROAD �7,685� 362� ~` i TOTAL PAY QUANTITY 8,037 I I i FOR INFORMATpNONLY PROJECT TOTAL CY AS-CONST. CY EARTHWORK BALANCE UNCLASSIFIED EXCAVATION (CY)_„� _ EASTBOUND EAST HARMONY ROAD 7685 _— WESTBOUND EAST HARMONY ROAD _ 362 T I SUBTOTAL 8037 EMBANKMENT MATERIAL (Cl') _ E TBOU D EA T HARMO Y ROAD_ _WESTBOUND EAST HARMO �O 66 136 SUBTOTAL 3820 MPACTpN (1gaVcy)3820PROJECTAS-CONST. FOUANTITY TOTAL CY CY WASTE MATERIAL" PROJECT TOTAL _— ---4,217 I TOTAL PAY QUANTITY 4,217 1 I i I EARTHWORK BALANCE 0 Excess excavation to be used to flatten slopes, create berms or fill other areas as directed by the Engineer. Material not wasted on site will become the � contractors material and removed fiom site. "Waste quantity payment does not include any swell factor. Contractor is resp_o_nsible for determination�ot shrink swell factor. No separate payment. rw �n a �a 0,o� +way a�Z3 a UN. EXISTING ROW Nmw EAST HARMONY ROAD (WESTBOUND) 100+00 101+00 _ S 88'S0'26" E_ _ 102+00 _ _ 103+00_ 550.60 + O N a + a nn _ 46+00 47+00 w t39'27'47' E In _ _S 4908.79 EAST HARMONY ROAD (EASTBOUND) Z J _ U 2 N wz J03 .:>ar aoa� +w�3 Foo _ N W < v LEGEND I REMOVAL Or AW-0 PAVEMENT I REMOVAL Or CONCRETE PAVEMENT Print Dote: to is 09 Sheet Revisions Colorado Deportment City of As Constructed REMOVAL AND UTILITY PLAN Project No./Code File Nome: RemUt)lpin03.dvi Dote: Comments Init. of Transportation Fort Collins EASTBOUND STA. 42+00 TO 49+00 i Noriz. Scale: Vert. Scale: p 7!'IT 1Q`s«� et. / \f1, No Re�isione: WESTBOUND STA. 100+00 TO 103+42 STU M455-095 - Phoi10-330-213x riy o1 tort cox... Revised: Designer: LLM Structure 17306 O70 can«aa soil. 700 O rAY! 970-350-219e 791 H. Ctl49. A..nw ran C.xuy, C. Deloiler: BEG Numbers PW.601 avrv.r, CO 30237 Rwna: 303-221-7275 O Region 4 PJG 9 (970) 221-SOS Void: Sheet Subset: Rem Utl Subset Sheets: 3 of 9 Sheet Number 20 U 0 z ors ooa� o -wig CAMBRIDGE AVE. Fina. vlwa:. EXISTING ROW EXISTING ROW- - o- 0 10a.+00 S 88'50'26' I- 705+00- I 1 � � o 0 52+00 [A W o 8 J O _ o Q- - - - - - - - - - - - - - - - - - - - - t 01r w EAST HARMONY ROAD (WESTBOUND) 707+00 108+00 — _ 709+00 — 110+00 — _ S 89'tT30' E a 1, o iON UT R O o - REMOVAL O c3iw00 ---------- _ ----'---5- - la S 89'2TQ' E to EAST HARMONY ROAD (EASTBOUND) <z}08.79' W Z � J — — QU �'� EXISTING ROW LADY MOON DR. C� O O Sheet Revisions Colorado Deportment of Transportation O % tau S.- W_ W..t9 - eout MM" PFm: o-3soe_TITB mmlo6ra'sse78� rea: uTo-3so-zlse Region 4 PJG Dote: Comments I Otr m ae u U n q U OU .20 NNU LEGEND REMOVAL Or ASPRALT PAVEMENT REMOVAL Or CONCRETE PAVEMENT City of As Constructed REMOVAL AND UTILITY PL Fort Collins EASTBOUND STA. 49+00 TO 56 No Revieione: WESTBOUND STA. 103+42 TO 11 Gy .t ranMy. Revised: Designer: LLM tructure Tel M. C.Inu. Av.., Detoiler: BEC Numbers (910) 221-6605 Void: Sheet Subset: RemUtl Suh—t ch..t Project No./Code STU M455-095 17306 Sheet Number 91 (t Print - -- — -- — -- - —_ EXISTING ROW- ___�__ S — �I _ — — — — — — EAST HARMONY ROAD (WESTBOUND) 111+00 --REMOVAL _ 112+00~ 113+00 114+00 115+00 S 69'17'}p^ E 116+00 -S 89'3147" 117+00 E r% 1p1} 78 1990.43 0 OF DETOUR PH N82 0 =PAVEMENT __ _ REMOVAL OF --- PIPE CULVERT PH #81 REMOVAL OF PIPE CULVERT v1 PH #80 RESET MAILBOX PH /42 REMOVAL PH /43 OF TREE S 89'27'47" E —_ PH H12 9+' #47 Z — 4908.79` PH #1 PH p2 PH M7 PH pl} EAST HARMONY ROAD EASTBOUND (PH )PH PH A100 'PH PH P8 PH d1a /--7—' PH /18 PH #17 B27 �32- PH �91b #48 .__ - - — - ' - ' — - - — - PA" 28rr-„'s'PW JS'�"w_w''.-.� p Il — e� _ro—r —ro=ro — co—+ _rdL•>,� _ � S 29999PHac i���u �cn_S `_ _ n—y-o EXISTING ROW - 1. n PH /6 PH p4 PH �5 PH d9 PH #22 PH #10 PH pt5 PH #20 PH #23 PH #11 PH /16 PH #21 PH #24 PH #30 PH N35 PH N38 PH #31 PH #36 PH #37 PH #39 PH I %1 v}iZ PH #25 �40 � it m W PH #26 _ PH #41 o PH /92 owa I PH d93 j Aux YImW {l , PH #94 PH #95— I I Colorado Deportment cityof As Constructed of Transportation Fit Colin su«I No Rev lam swon4 isions: )O T c.a.r . �. e0631 �. Pnoa: 27UM-2126 Glr al FON caw, Revised: 1.: 970-350-2'go 2eI N, rplpr ArFnw FM Co .. co. Region 4 PJG (970) 221-6405 Void: II f✓7 1 PH 0 B PH �I45 P < C I PH N44 P qi PH 2 OI Fi PH IT,,PH #108 Z �I PH #107 I I�I�� PPH-A10� NI, all PH #99 L qI m 1n N- PH 29 PH # 06 I f PH #1026 - PH #98 I I I I i I I I PH #110 I II PH Y103 PH Y105 PH d97 I I PH #104 PH # 9 6 LEGEND I REMOVAL Or ASPHALT PAVEMENT REMOVAL OF CONCRETE PAVEMENT REMOVAL AND UTILITY PLAN Project No./Code EASTBOUND STA. 56+00 TO 63+00 WESTBOUND STA. 110+42 TO 117+42 STU M455-095 Designer: Lurel 17306 Oetoiler: BEG Numbers Sheet Subset: R—UtIl Subset Sheets: 5 of 9 Shect Number 22 0 I 9 EXISTING ROW ,' \ -------- - - - -- L -T- _ EAST HARMONY ROAD (WESTBOUND) 118+00 119+00' 1120+00 1, PH #70 O PH p83 + PH /89 \ ID PH p86 PH p88 PH p67 g PH p910 ,Q PH p54 PH p63 PH p66 PH /74 to 65+0 I PH /ea 66+00 2 PH /57 J PH /58' — — x U — - rQ 3 ._Gei_ 'p59 PH pB7cns—cns 4 ea E f , _k( a PH p56 PH p85' PH 61 P3 PH p69 PH 1 2 P B75 PH p55 p H 7 PH /62 PH p64 p PH 111 76 EXISTING GAS LINE TO BE PH p65 PH p112 RELOCATED BY OTHERS PH p113 EXISTING ROW PH p77 PH p78 STA 66+87.83 EXISTING - BILLBOARD (PROTECT IN PLACE) / PH p114J meet Kevisions C0 orodo Deportment Nome: RemU6'1P1.O6.dw Date: Comments Init. of Tronsportotion Scole: Vert. Scole: C� )OT 460, 0r0 eede.ar4 O ���� Pnwr:io-350-1124 O F.: 970-350-2198 Dri M0 owxw. eo2sa l+xvw: 303-221-7275 Region 4 PJG 6 EXISTING ROW r _ LLW Lu 122+0 �_ 123+00 S 89'Jt'a7" E 124+00—' ---o 0 1990.43' ptlt u mmo�� _ — — — -- --— C) oZzuw — o 3+ 68+00W69+00 70 �S 7.47" ZEAST 4\' HARMONY ROAD (EASTBOUND)U EXISTING WATER LINE TO -��- BE RELOCATED BY OTHERS \ \ \ PH Jkl5 REMOVAL \OF EXISTING H uYiw 3 oW 0 gy o As Constructed rr--Cityof ramt Collins f� No Revisions: c, .1 Fen c— Revised: e, ax. eawy. A..e„ Foil GM , ee. (970) 221_e405 void: EXISTING ROW LEGEND REMOVAL OF ASPHALT PAVEMENT REMOVAL OF CONCRETE PAVEMENT REMOVAL AND UTILITY PLAN Project No./Cod EASTBOUN D STA. 63+00 TO 70+00 WESTBOUND STA. 117+42 TO 124+42 STU -M455-095 signer: LLM Structure !oiler: BEG Numbers 17306 set Subset: RemUtIj Subset Sheets: 6 of 9 Sheet Number 23 -_--_--_--_ EXISTING ROW -- - - - - -- _. -------------------____- EAST HARMONY ROAD (WESTBOUND) 125+00 126+00 127+60 128+00 S s9'3t'a7" E 129+00 130+00 131+00 190'4 — — — — — — — — — — — — — — REMOVAL REMOVAL OF EXISTING OF DETOUR ASPHALT PAVEMENT 00 71+00 72+00 73+00 74+00 75+00 76+00 77 S 8927'47" E' 4908.7e' EAST HARMONY ROAD (EASTBOUND) REMOVAL OF EXISTING w— ASPHALT ��_,—•�_' �•-,� r �•.�-E�-'[ - ��---`^may^�-• .!®. EXISTING ROW J U ~¢ z �N a� w n0 ' OwOZ t p Jy�jwg Noiwz +inQr-- Q3 N W Q V O O O O Sheet Revisions Colorado Department City of of Transportation Fort Collins wm.N7. c..o.e 1.s«sv6n_, ) 0 T .eo'�1ry�, f �. PA.m: 970-350-246 cry o1 ran C.F.. FAY: 970-]50-3198 26 H. Ca4q. •..nu. malavarin7s® Fon Co6�m. Co. Region 4 PJG (970):71-6606 As Constructed Dote: Comments Init. No Revisions: Revised: Void: O Z � X �W y� n Q > 0 "6 ,zu" W.— LEGEND REMOVAL OF ASPHALT PAVEMENT REMOVAL OF CONCRETE PAVEMENT REMOVAL AND UTILITY PLAN Project No./Code EASTBOUND STA. 70+00 TO 77+00 WESTBOUND STA. 124+42 TO 131+42 STU M455-095 Designer: LLM Structure 17306 Oetoiler; BEG Numbers Sheet Subset: RemUt1j Subset Sheets: 7 of 9 Sheet Number 24 n N V n a o 3 O W Z Z ni�m� a0 U +W n�Z;.w V) Ln 2 O F3�ay ' Q EXISTING ROW N nmw¢a �� _ --------- 132+00 S 8931'47' u E 1133+00 ! t 3a+00' _______ _ EAST HARMONY ROAD (WESTBOUND) 1990.43 .— 1,5+00 — — 136+OD- -- L37+00 138+0k N^86 249"'E + n � — O i + a OD 00 78+00 so S89'27'41'E79 8--------- #D is 2 4908.79' N 87'30'00' E J _ — ——368.06' W _ _ EAST HARMONY ROAD (EASTBOUND)_ z J i w 6w f O p F Q C EXISTING ROW E—E—E--E—E—E—E—E—E—f—i i [C mi u W� ! I Zm o�� �00-3 e3 I �V �Sr4inv_ gaoo� i l ' ZF OW 1 ' < S N Nmw¢d Nw�Sva I LEGEND MREMOVAL Or ASPHALT PAVEMENT PMREMOVAL Or CONCRETE PAVEMENT )ate: 10 15 09 Sheet Revisions Colorodo Deportment )me: Scale: RemUtilpinO8.dwg Dale: comments Init. of Transportotion City♦of Fort Collins As Constructed REMOVAL AND UTILITY PLAN EASTBOUND Project No./Cod Vert. Scale: No ReViSionS: STA. 77+00 TO 84+00 7r77 c20.s"oe vnar:�io-5so-xixs WESTBOUND STA. 131+42 TO 138+39 STU M455-095 Swi orc swi..oro ,;u Too o.e..., co wxsx C] �� rA>t: uxo-]so-floe car ei con teem, xe� .. cars. A..ee. Revised: Designer: LLM Structure 17306 O Region 4 PJG von caret, Ce. (970) 2=1-ee05 Detaaer: BEC Numbers Void: Sheet Subset: ,Reml.1111 Subset Sheets: 8 of g Sheet Number 9j; EAST HARMONY ROAD (WESTBOUND) 1�,9+00 140+00 N 88'S }9- E 141+00 141+80.05 626.24 86+00 n-00 85+00 N BT 30.00" E.-- 368.06 z _ -- -- '—' -- . EAST HARMONY ROAD (EASTBOUND) —0— ._._--- x U Q i 1 l 1 t_ECE D � REMOVAL OF ASPNALT PAVEMENT REMOVAL OF CONCRETE PAVEMENT Print Dale: 10 1s 09 0 Q 0 Sheet Revisions Colorado Deportment of Transportation I )lI% ,Gm4sy«ceeoei,' 9)a-31a,16 F.; 9T0-]W-1 9e �� Region 4 PJG 9 Cityof � Fort Collins r, r,n cenn+ wok 2e, CdMgf Anrv. rw coF�., �, roTo1 ::,-seas As Constructed REMOVAL AND UTILITY PLAN EASTBOUND STA. 84+00 TO 86+76.75 WESTBOUND STA. 138+39 TO 141+80 Project No./Code File Name: ROmUtilp,n09.dw Date: Comments snit, No Revisions: STU M455-095 Horiz. SCOW Vert. Scale: �&]I OTC Bede.«0 Revised: Designer: LLM Structure!17306 Oetoiler: DEG Numbers !k sdi. 700 C—,• co $0231 Poch: ]03-22,-ms Void: Sheet Number 26 Sheet Subset: RemUt Subset Sheets: 9 of 9 0 0 0 No Text • • • N EXISTING ROW .—.-- - —.---. -- ------ -- --- 30 IS 0 30 60 -- ——. — - — .- 1 "-60' - — — — STA 33+24.75, — — — — — - — — — -- — —, ——14.00' LT — EXISTING EDGE — (WESTBOUND) — — R- 2038` — OF PAVEMENT EDGE OF PAVEMENT — EAST HARMONY ROAD — — — STA 32.89.14, o _ 1+ T ASPHALT WIDENING 0 ILL — BEGIN WIDENING — — — + OD — — — — — — — t i= —� — .•`N f'cv�11�M`KYYa'iL�'4PW N -- — — 32+00 c1 .S y � ------- _ LJ 00 N 88 14'33" E _ _ _ 319.01 — — — _ — _ W ASPHALT z 1 2.39 EAST HARMONY ROAD (EASTBOUND) M MILLING_ S 8r2_4 7' E �— — — — — — x P_,i4.37' --�' — — — — n STA 32+89 y WIDENING ALONG II 6 BEGIN 2" ASPHALT MILLING II EXISTING EDGE OF II E%ISTINC EDGE u EXISTING EDGE OF ASPHALT u ASPHALT PAVEMENT OF PAVEMENT N N TO CONTROL LINE 4 N to+ + + + L. ­1 CURVE 1 DATA u A O e - 03'16'03" u N lP c.. R - 2024.00• rn L. L - 115.43' T - 57.73' Es - 0,82' 4940 -- — ---- -- -- — —' — ""-- 4940 _ — EAST-MARMD ,RD. — 0 p _ _(EASTBOUND)- — — - --- —+ — ---- EXISTING-GRD ND— _ --- — -- --- — -- - --'— — _ --- a930 • — — -- -- -- —' .. ---- —.— —..— -- -- In— — --- 4930 —_��.�------ __ _—.----- 4920 4910 — - —_ — — -- _— — -- _— __— _ ._.— 4910 4900--- 28+00 30+00 '�'., 31+00 - 32+00 33+00 34+00j 35+00 P Int;Dote: Ili .1s o9 ,0... Sheet Revisions Colorodo Deportment ot'Transportotion )OT ��� s«� s1 n1°•• vmmio-sso-x1x6 City rt Fort Collins �/"`�--�� Fon As Cons Constructed EASTBOUND STA.28+00 TO 35+00 _ �. � � Project e No./Cod FledNome RdpP02dri `.:. Dots: _. .comments - - roit. No Revisions: STU M455-095 Hor4: Scale' Vert. Soule: - . . Designer: '. LLM truclure ' 17306 so1 orc ewe...6 - .O O O- _� FAz s10-3w-use Region 4 PJG 9 cn Nw cou„_ xa, ca "4" """"' Fori calm. Co. tve) 2x1-6W5 Revised: Detoiler: BEC - - Numbers Seib 11 ..... > PW 0• CO W237 - Ir , w.1-221-1i1s; Void: Sheep Number 28 Sheet Subset:" P&R :Subset Sheets: 2 of n . Name: N EXISTING ROW EXISTING EDGE OF PAVEMENT t 50' LT� 5.59 _ EAST HARMONY ROAD (WESTBOUND) STA 37+93.92. 1"-60' — — — — — C ASPHALT WIDENING TOE OF FILL -26.00' LT - END WIDENING --- — — — _ N EDGE OF PAVEMENT STA 9+79 28 "� . _ . _ . TOE OF FILL EDGE OF PAVEMENT ® p + ASPHALT WIDENING N - EXISTING EDGE OF P 39+00 _ — — — — — — - v y2 AVEMENT �eo�*s :n u•-,xcv; S 89'27'47" E . ASPHALT MILLING _ 4908.79' to _ = EAST HARMONY ROAD (EASTBOUND) EXISTING EDGE ASPHALT MILLING j OF PAVEMENT _ '— _ _ v BEGIN 2" ASPHALT MILLING EXISTING EDGE STA 37+93.80 OF PAVEMENT END 2" ASPHALT MILLING ,('t I \ EXISTING EDGE OF ASPHALT TO CONTROL LINE I] --,[I EXISTING EDGE OF ASPHALT TO CONTROL LINE I I TECHNOLOGY PARKWAY of Tronsportotion 1.20 s — 5u«1 c...,ry co. e08J, PF- 90a-JJ9-x,xe rAY: 920-350-219e Region 4 PJG City of As Constructed Fft CoUtns No Revisions: Oar .1 ro.`cew' n� 26, rori cmw. w. Revised: (92a) 221-4aos vote: PLAN AND PROFILE EASTBOUND STA. 35+00 TO 42+00 Subset: Project No./Code STU M455-095 17306 t t Sheet Number 24 0 is 0 9- 0 d a a 3 a a a t t Se S Y 8 t a Y d i S g Print Date: t2 04 09 � Sheet Revisions Colorodo Department City of of Transportation Fort Collins � 20 s«Pm si— -- 10 T G,... a zs 1— 97o-iso-zws ca ren ceuw I.: 92o-Jso-n9e r of 26 e. Cd ran AS Constructed TABULATION OF SURFACING TABULATION OF REMOVALS TABULATION OF CURB & GUTTER Project No./Code 6 File Nome: TabSht03.dw Horiz. Scale: Vert. Scale: Dole: comments Init. No Revisions: STU M455-095 12/04/09 Ul-11 REPS m OW1TinESfj Revised: Designer: LLM 9^ Structure asoi arc ewb.Pm wme.?aco Detoiler: LLM Numbers 17306 r $ eotJr PM J0J-221-22)S O Region 4 PJG (9w) 221-asps Void: Sheet Number 12 Sheet Subset: Detoils Subset Sheets: 3 of 5 TABULATION OF SURFACING LOCATION SIDE AGGREGATE BASE COURSE (CLASS 6) TON HOT MIX ASPHALT (GRADING S) (100) (PG 64-28) (MODIFIED BINDER) TON HOT MIX ASPHALT (GRADING SG) (100) (PG 64-22) TON MOT MIX ASPHALT (GRADING SX) (100) (PG 56-28) (WEDGE &LEVEL) TON PLAN AS-CONST PLAN AS•CONST PLAN AS-CONST PLAN AS-CONST EASTBOUND EAST HARMONY ROAD 3741 1178 2683 80 WESTBOUND EAST HARMONY ROAD 518 327 380 0 Contingency 45 20 30 10 Project Totals 4304 1525 3093 90 TABULATION OF REMOVALS LOCATION SIDE RESET MAILBOX EA REMOVAL OF TREE EA REMOVAL OF CONCRETE PAVEMENT (CURB &CURB RAMPS) SY REMOVAL OF ASPHALT MAT SY REMOVAL OF ASPHALT MAT (MILLING) SY EASTBOUND EAST HARMONY ROAD 1 1 23 4921 2268 WESTBOUND EAST HARMONY ROAD 152 1627 DETOUR 560 Project Totals 1 1 23 5,633 4,095 TABULATION OF CURB AND GUTTER LOCATION SIDE CONCRETE CURB RAMP SY CURB &GUTTER TYPE 2 (SECTION IIB) LF CURB TYPE 6 (SECTION M) LF PLAN AS-CONST PLAN AS-CONST PLAN AS-CONST EASTBOUND EAST HARMONY ROAD STA 51+60 TO STA 51+93 RT 10 50 STA 52+72 TO STA 52+97 RT 10 26 STA 60+50 TO STA 65+00 RT 475 WESTBOUND EAST HARMONY ROAD Contin enc 2 5 5 Project Totals 22 80 480 0 0 0 EXISTING EDGE EXISTING ROW OF PAVEMENT EAST HARMONY ROAO (WESTBOUND) 100+00 S 88 O STA 45+61.70. 5 O+ ASPHALT WIDENING TOE OF FILL 16.00V LT EDGE OF PAVEMENT _._. _:t..r,r...zG FNEW EAST HARMONY ROAD (EASTBOUND)T —___�_____.____—_E%(STINGEOGEJOF PAVEMENT STA 45+61.98 END 2" ASPHALT MILLING EXISTING EDGE OF ASPHALT TO CONTROL,LINE EDG E N STA 101+51.59 BEGIN 2" ASPHALT MILLING EXISTING EDGE OF ASPHALT — _ - TO_CONTROL LINE 30 15 0 30 60 1".60' ASPHALT MILLING E_ 101 +00 102+00 t 03+0� J _ O NTE STA 101+51.59, TOE OF FILL O+ a INC A ASPHALT WIDENING +00 471 (STING PAVE r 42+00 43+00 44+00 45+00 46+00 47+00 48+00 49+00 Print Dote: 10 1s 09 Sheet Revisions Colorodo Deportment City of As Constructed PLAN AND PROFILE Project No./Code File Name: Rc1pp04.tlwq Date: Comments Init. of Tronsportation For Collins EASTBOUND STA. 42+00 TO 49+00 Horiz. Scale: Vert. Scale: 0 )!'1T ago s«.m sa«I c.nrr co. eos.11 / \ No Revisions: WESTBOUND STA. 100+00 TO 103+42 STU. M455-095 Y O _-- roar: Oio-sso-z125 vex: 9Ja-S5a-3199 city e1 r.d C—. Revrsed: Designer. LLM Structure 1 7306 pJc eow.ae s t. Joo O ��� zet x. ca •...w rat co . co. Detail— BCC Numbers p°m°r' W =237 Plan: 303-221-7275 O Re iOn 4 PJG 9 Isla) 221-6605 Void: Sheet Subset: P&P Sheet Number Subset Sheets: 4 0l 11 30 ----- ----- o-----.---- ASPHALT MILLING - - - S 88'50'26' E — 104+00 — 550.60'-' 105+06 li CAMBRIDGE AVE. N oEXIS71NG EDGE OF PAVEMENT EXISTING ROW w s10540J —w. 30 15 0 JO 60 o END 2" ASPHAL o - - - '- - - o EXISTING EDGE OF ASPHALIo —`� TO CONTROL LINE 105+ STA 106+01.31. o EAST HARMONY ROAD (WESTBOUND) 6.42' RT 107+00 0 108+00 109+06 — S 89'17'30' E 110+00 } �' . .._ :-�.......,..-:::w...:..: _restw R- 9.33' o Znb A 1 + 0. o TOE OF FILL - 14.00' RT o — o � ASPHALT WIDENING o 52+00 }0------------------- p N W j STA 105+99.35 23.12' RT o S 89'2747" E o 0 4908.79 — 1~i] W STA 105+99.38, 24.12' R7 '� -------- v �' o EAST HARMONY ROAD (EASTBOUND) 2 -' T——--— — — — —— — — — — — — — — — — w_w _' ---------------- EXISTING EDGE J w — Q) OF PAVEMENT STA 51+60+58. 32.65' RT BEGIN CONCRETE CURB & STA 52+97.42. 31.60' RT — - - CUTTER AND CURB RAMP ^END CONCRETE EXISTING ROW GUTTER AND CURBRBA P STA 51+93.10. 50.70' RT - ENO CONCRETE CURB & STA 52+78, 34.61' RT GUTTER. TIE INTO EXISTING BEGIN CONCRETE CURB & GUTTER. TIE INTO EXISTING. LADY MOON DR. 4930 4930 --------- - ----- --- ---"— ------ ---- --- ------ ------ --'---- -' ---- ----o ----- 4920 4920 -- — —_ _ — _. _ — — -- -- - - -_ -----__ _— —.-_—..-- - __ -- _ — --'---- t ---- --- --- — -- -- _EAST_HARMONY-R0= -- -(WES _.._� -----01-- - r - ------ '— BGUNDGR)UND__'--- — ----' 4910-- 4910 - A__—_ 4900---..-_-.. -- 4900 -'---- ------ . EAST- ___—(EAST ---EXIST HARMONY-RD. OUND) -... G-GROUND- - --- --.—...._ ----_.- _-'---- _ -- ---'--- __ __.. -.__._...-. _—.,_—_ - -�.—� ~—`—.- _---.—"'- -4890Mi— - Print 49+00 50+00 51+00 Dole: 10 15 09 Sheet Revisions .File Nome: Rdpp05.dw Date: comments Init. 52+00 53+00 54+00 55+00 56+00 Colorodo Deportment Cltyof As Constructed PLAN AND PROFILE Pro ect of Tronsportotion J No./Code Fort Collins EASTBOUND STA. 49+00 TO 56+00 0T um s a,a sl. ,/^�`�� No Revisions: WESTBOUND STA. 103+42 TO 110+42 STU M455-095 t.«r]«co. eoaii _ Pno�w: 4]o-3so-a2s C:y a r- Co.. Revised: Designer: LIM lructure t 7306 ✓1>i�271Q8A® rAs: a]o-iw-219e W /.anw Numbers Region 4 PJG (s]o) 2221-ssos Void: SheeDetait Subset: P&P .Subset Sheets: 5 of 11 Sheet Number 31 Horii. Scale: Vert. Stole: CZD_—_ sIb 700 BOWrw4 P°naw wCO1_22i1_72]! O 0 0 0 0 0 0 v N EXISTING ROW II � +n- _—__ _ _ _—_ _--- ---_—__—_ --- f 30 /s o 30 60 _ - EAST HARMONY ROAD (WESTBOUND) o- - 111+00 112+00 113+00 114+00 - - 115+00 S 89'1730" E F 1t6+00 11 7+00 •- S 89'}1'47" W _ 1013.78' 1990.43 p ----------------- o 10 .---. ---- ---_-__------- STA '57+-00----'-'--------- p r 76 LT (TIE TOE OF FILL ____-___-_______-_ __-___-___-_ I -- TOP OF CUT ASPHALT SWALE to _E_XISTING) � rrr 63r00 a W- - -- . 1~A RECONSTRUCTION yK:. } i 7dt� 490879 ? _. .. -. �.. .a( "r .?�» Ec¢7 x i`l,0 •. Ytark'fx s w �Y CieFy . EAST HARMONY ROAD EASTBOUND r o c E4 T c� 2 '�""".""y, �.r.r.l_..thd.Ai+. ra1 ��g _ 5TA + F' •}YO _l14 M'P.4' .�..- ... .... .._wv.a.'M-.isf�K'r++=sb+',r'k3:3�4'°'/I.«5S+SSc'SL. Y' �y„_••.a�Y tRY k R5V".',bZHMw S,[.. J��� It`TY��-rl M ,'f J �,,, Y�S."�% N� - AS ti- ,__` ____ �-rb---za-=-'xy�=�+o---ia�_=E4=_ 'Frr.L-a--rr.__ — - - - '—T (i�_ �S GAS EXISTING EOCE TOP OF CUT STA 60+29, OF PAVEMENT I }1,36 R7 5TA 57+00, EXISTING ROW J BEGIN CURB TYPE 6 STA 61+10.19. S A 5 RT n;(�Tj RT (SECTION M) 32' R. 30' 71E INTO 18" CSP F.E.S.CURBC{P'Eh LiT� I I T SECTION M) EXISTING) 18" CSP 460 LF i �nFSTA 61 +76.10, 32• RT R= 30' ASURNMDO .EASTT-BHOAp- EXISTING CRO -RD-: ND - 4910 i ADE'LIN-E.--._ 4910 -__---_- ---`-�E�ASSTY_HOA - MA-(N.Y IJ- -{EASTBOUND -PROPOSZ + 04 --- 4990 4990 --- -- 2 —'— --- -- -- s— rr;=Tw.c .w r-.. r—CA-r�---- r ws _ Xis TING-TECEP - r ONE--- r- r - r�r— �— — — %15 ING-_EtEC-TRIG- IN _ - Z r a__- _ EXISTING-' S-LINE-- 4890 _.-_-.--__--_—. ___._____----_s� -_--- _-.__ _ ._ Exl - _ T1NG-EiBER_O 4890 i•fr,=- _--- _ _—_- _�..._._.—_-__ __. — U-- -- __ EXISTING-WATE -LINE 935.00'-VC_ --- --- ---- _ v_.—_. _'- ----- mni ---- n nnn- - ------ ---- -- - aBBo 4880 �omr n o __. ry mrno� ch rn mm __.-01Q0•v- o ___.,--- _a4870 -----..—_.---_.ngy —- 56+00 57+00 58+00 59+00 60+00 61+00 62+00 63+00 Print Dale: 11 17 09 Sheet Revisions Colorodo Deportment City of of Tronsportotion Fort Collins As Constructed PLAN AND PROFILE EASTBOUND STA. 56.00 TO 63+00 Project No./Code File Name: RdppO6.&g Date: Comments Init. Morin. Scaler Vert. Scale: � � --- 1)T 1«� s�163c / P^ s2o-314-2us t. 1 ron corm cAx: s1a-.va-21se 7p1 w° ron coe'mm co; Region 4 PJG roTa> 2xr-seos 9 Na Re�islons: WESTBOUND STA. 110+42 TO 117+42 STU M455-095 �mr om Bw..o.e Revised: Designer: LLM Structure 173D6 IPM swrc Too °""" CO ea21- vna.e: w2-2]r-n» Void: Delailer: BEG Numbers Sheet Number 32 Sheet Subset: P&P Subset Sheets: 6 of /1 No Text N EXISTING ROW LEXISTING RCP - - - ------ - - - - - - ------------.-_ - o- EAST HARMONY ROAD (WESTBOUND) 125+00 126+00 127+0O 128+00 5 693147 E 129+00 130+00 131+00 00-- TOE OF FILL - 1990.43 END WIDENING RT - - - --STA-7- .95; - - -END -WIDENING 0------------..---------_.- - STA 69 - p O n0 - — - - — — - - — — 16.00' LT -_ AS/TAA H EXIST 73+50 EXISTING EDGE 6,69 OF PAVEMENT 76+76.fi9V n '7.1 ---._ _ _.- _ _ _ ------STA - - _ _ _ — ` 30.3�' RT n N ;OQ;1•t tF ;.4a� +OOh-„y; 72+OO,n�'•Q'" ; R73+00' u 74+00 75+00 76+0p W-- �t l 77 5 89'27'47. E N 7 ._-_ _.-...._._.. _ EAST HARMONY ROAD (EASTBOUND) z STA 72+50,IU- 18.22' RT STA 71+00, E J-- STA 73+50, 3. RT EXISTING ROW STA 76+76.57• TO FILL STA 73+50, 19"Y2T 32.00' RT STA 70+50, 18.1 RT {OAF STA 71+50. STA 72+p091, STA 73+50, 18.27' RT 18.18' RT 18.20' RAF STA 70+00. 18.11' RT STA 73+00, 18.24' RT ----_(WESTBOUND)-_.-'.��_ 4860 -------tn=-- -_� ExISTiNG=GROUND-- -� � - � �--— ------------- -------- -----�— -RD. — —.— -- --_-__—__-_— 4660 EAST-HARMON _.(EASTBOUND)_ v -----'-------_ — EXISTING -GROUND---- ----� 4850— -- 4850 - W. ---.--._—_ - -_ _ -- �_ _� - .-__ _ —-__ 4840 T-_"- 830 70+00 71+00 72+00 73+00 74+00 75+00 76+00 77+00 Print Dole: 10 15 09 O O O Sheet Revisions Colorado Deportment City of of Transportation Fort Collins W.sW], Co. e0631 _-- If)T 14o s000s4 Sl-t /-` , Pnwr: 9]D-350-]736 CnNOI ran cow. FAG: 9]0-350-319e ]31 Cg4q. .Mnw Eorl Col:W, Co. PJG As Constructed PLAN AND PROFILE EASTBOUND STA. 70+00 TO 77+00 WESTBOUND STA. 124+42 TO 131+42 Project No./Code File Nome: Rdpp08.dwg Dote: comments Init. No Revisions: STU M455-095 Hartz. scale: Vert. Score: DIC BOWeror4 Revised: Designer. LLM tructure Numbers 17306 pWa601 t0 80 0 c Deloilel: BEG Sheet Subset: P&P Subset Sheets: B of i l P" : IToro: Sol-1z1-]z]5 21- O Region 4 ro>at ::1-seas 9 Void: Sheet Number 34 N STRAUSS CABIN RD.\CR 7 EXISTING ROW II x-x-'-,-t-", _ Q E E--.I \t"'�.--•_-•,� 1 W + + N A 00 30 IS 0 30 60 V-150' ---------- O I ff ® ASPHALT WIDENING '3.4 W T EAST HARMONY ROAD (WESTBOUND) STA 135+54.80, 132+Do S B931'47' 133+00 — 134+00' T35+00 ASPHALT MILLING - 136+00 28.00' RT 137+00 138+QQ - {- 1990.43 W p R= 7.86' -STA-1 O + 33F34. 5.80' RTBEGIN m "d7 p'a cc '. e y ,. - m O ' J�c•�: •qE%INGEOG' 'ST Sara,"ASPHALT E Q 00 78+00 N G OF Fill_ TA 1 T�7f76y - - - opp ' to S 89.27'47" E W 4H^aV3.bGkN't:X£2`:�F'T°' 8.17' RT TOE OF FILL ol r 7 C2 to Z G>ALONG THE 18- RCP EXTENSION. 10'. LF Ex15 G OGE OF _ _368.06' - ROAD (EASTBOUND) W Z x ASPryALi A 79+00.-t9.47' LT -'ASPHALT MILLING EAST HARMONY _ - - -t F - - - - - - - - I ' + -REO'D MANHOLE (SEE _ -- R= 7.86 - x GRADING SHEETS) 15.73 IT Q �- .Zt� 1,84 STA-79+00. 1 .00' 1 I ENING 7 s IN 2 S15PNMe E)Q TING 0CURVE 11 2 DATA - EXISTING ROW EOCE 0-E--E---E—E—C—E—E--E TO ONTROL L ��-,-,-,_,-,-,-,-,-,-�_�_��_�_Y E--E-1 m STA 81+60.93 e - 03.02'13" R - 8060.00' - ( + ENO 2" ASPHALT MILLING L = 427.22' EXISTING EDGE OF ASPHALT 8 STRA S§ CA IN D.\CR 7 tO u, TO CONTROL LINE T 213.66' Es - 2.83' A -- EASTT-HARMO Y R . — } - -__-- (WESTBOUND =i- - -_ _ - -- - ----- - --- ----- - -- -_ _--- --------,._._.. ------ ..E%I$TING-GR UND""'-------'----- 4860 - - - ---- ------ EAST -HA MONY-I.`-- - - ---- =--- --- --' '- '--- .- - - -.__- ND)-•— _ - - - _ - - _— 4860 GROUND--' - - ..--. O-- 4850 -._ 4850, Ln-- 4840 -- ---� _--_-- 2— i ------ -- -_ - ---- --- - �— - 4840 4830 - — - - -- - 3 - - - -- ---- --- - -- - 4830 - P 77+00 78+00 79+00 80+00 81+00 82+00 83+00 84+00 Print Dote: 10 15 09 File Name: RdPP09.l Sheet Revisions Colorodo Deportment Dote: - Comments of Transportation Crc Of Y As. Constructed PLAN AND, PROFILE Project No./Code Horiz. Scale: Init. Vert. Scale: O sV«I UT al Fort Collins /^`f� EASTBOUND STA. 77+00 TO 84+00 No Revisions: WESTBOUND STA. 131+42 TO STU M455-095 c.«r, w. eow, ,i O nri. oi0-lso-zus 138+39 Sip o� eow as O iAX: e70-l50-21e9 28, city ril Revised: 9 tructure Desi ner.iii_ - 17306 D.- EA W237 303-n,-nn O Region 4 PJG =tea" rat Fdw. Lo. (470) 221-66os Delailer: DEG numbers Void: Sheet Sul P&P (Subset Sheets: 9 01 11 Sheet Number 35 • N ��ty� " i'""j+j..9� 5 "i tom$ 7 r» Ar•i'y'.N �_"�T ,"�i� �".ar¢k 'ts`^3jj�h (b��5 +Y� �'r� � y.4"f�N+,x"'!`�1 '^'" y�F.j"�{' •�'�•y �x� �S�yY 'Cf;�����W �}�r fj'{, �Jv�i�SQ�. ��� }fit :. j` � � 'ti���y tt� ;�..i•�.7 L�* {r � tF °£� .,, 73 ��T��„. �� � 1�� �-��4 'z .,�'/'"4 '1++SiY•7 NSF, L a +{M Y�' '£t'w'fz,� `!tYtl�';� 'ri y '° '+ �, �- t.,a3s• S' P T y� ,4 t -3gYy + ,,.yy f Y f f �rvx� r'_r a _Fy''' {t'u' 't31q �� r s � ¢ -yl�'Y f. f Oh' ASPHALT MILLING p .;✓70�'"i.ty, k?s�'tr o t^.'`Ll �q ,`a`tc1e�fiFi,1^�dW' "7 y�i` ujJ }t% Mii' S�Fe>''.• y i "j�.T i.r' "�kr..f �y +x `�{4�$`4QS.i 'ChT+�, l 'I �v'r,,,;�,' r+,^ b ��...@T`�?5'+ntl" > (�+, -,•.Troia L' r ' •.4 'i 4; ,�'a' i•�i "f i r •fa''�s. �� i - - EAST HARMONY ROAD (Y�EsTyB4OUND) xfi. dt�, S. + A`•�,- 4r" "G'.>'� , yl•�§ 140+00 141 +00 y 1 4 141 +80 35TO`-..�tD� , 4.�"' �'• . 4''! {'te, ' 3a may ` t�r� s 4" i' ti Ls� 1+00 N 88' 9" E athi* s.'� *cu%1� Y�l-7'� .ht+",IiA nd�?6 c t 4�-"."T� - ,,4 h,rr y+ — — - M, ,... .: a• �STA141 +8005�1111. f I�F ��+,T y,�c�� „l$RFWI:., ILLM1G,t�,,,{ ¢ j ±,*s.,y�.�y t^ yPf. lz^s',tY#,( iy'is'S�.E r' ak�;`'��,4zy�K `t`l� q' ,... t..... .._. _ N, L-ir' ,t, �.r i ir,..EN.2zz rt'E%ISTINC�EDCEi.OFxASP-,,,11 �rT�i[ld�",.=.ess't3��§ + _STA- H0+ 1 Man`.y'. 'Sr�fl`.�.' �lf'W �.a, •4 i+�R'.. y b T L" a'ep _ r �'i _ TO ` L�-�8'4-78 7S ENO WIDENINGu��',`ytPw ' w�^' <,'s b+�s`s,KY "�xS'" Y`�''t•'rfP' �.t""y,. '''n1! 1SH910E0 85+00 86+00.�x,,.:!'i%�4•xyta,1" ` •a• °� y.,r�"¢4t -� N 87' 0.00" E t�'s+<.a''-gm ''tn'`��+C r,��'SGv Z OF PAVEMENT t' 3i< _ t-tF 'r M •' ASPHALT WIOENINC 8.06 — ._ �(ta¢f ! "'t H� ,j'G 'F,Fi'i iFf t, �,p7� fie•a L.e'' 4 td c. )� 4j yc _ _ — EAST HARMONY ROAD (EASTBOUND)`, TF �, ,4Y, .6t {,r �* F( y''a y+'.}1Yi.i�•,yP,P r AJ:-L..k di•4.{ 1`51 €wv.s ,q �•� �-r �,� ��.5w 't'l�t, a �at!•a.t�,.� r�'rr r. � <'�`.t�,,���^ ..�4t-.�`aaG� - � '. m t sr �� e �J . xmll 3u< �y , `L M R t . to y.ri"R .wL C yKd i'�^' 'rt' ti }T' .? t., .0 .h# Y G* 4. 1 .+-'-i {+ Y r� •i .. N 4 "�% 1� -�'.! �, Y t,1.p '4F.i�„ l 5 y� F '.0 1"1�i � Y'(,j'tl ti'1 tq �ZY� � � .. �.,f,^•L.k� fF A �0 `k, }� fit` 't`�.�{ ��M lP 'f7•da✓'-:��"1.-Sfr1S�.�Y S� (j "+'�,, nj �ti r Vd1 ;C e�) ti F•.n x tyr`r''g ��r7., i - 4860 4850 EAST -HARMONY- -(WESTSOU, RD. __ 4850 --_._-._..-.-_-- _---_.-.-.__ __-EXISTING- ------.._—+ O ROUND__- 4840 ------- ---- - -- ---- - (E�ASTBOUND) -E ST - HAA M0NY- Fp--- 4840 ---- -- — -- -- --- --- ISTINC=GROAN 4830 ------- -- ---- - -- - v- ---- ------ -- --'- --- — ---- -- _—_- _- -- -- ---_ ---- ;--- 4830 4820 84+00 85+00 86+00 Print Dale: 10 is 09 O O Sheet Revisions Colorado Deportment Ctfyof of Tronsportotion Fort Cotlins )Or 1A25—o s s- / �``� a.. co. ww1 rnw: i9-aso-v2s As Constructed PLAN AND PROFILE EASTBOUND STA. 84+00 TO 86+76.75 WESTBOUND STA. 138+39 TO 141+80 Project No./Code File Name: RdpPlO.dw Date: Comments Init. No Revisions: STU M455-095 Horiz. Scale: Vert. scale: Designer: LLM orc eow..me O O _-- City F,n ca FAX: 920-3SO-2199 2e1 x, u Fcn r w.• co; Region 4 PJG (970) 221-OM 9 Revised truclure 17306 PW1601 u11. Top a""" °02" 0- CQ W2 -Tz�s Void: Oetailer. 8EC Numbers Sheet Number 36 sheet Subset: P&P subset Sheets: 10 of t t A • • 0 0 0 GENERAL NOTES STRUCTURE EXCAVATION AND BACKFILL SHALL BE AS SHOWN IN THE PLANS. EXPANSION JOINT MATERIAL SHALL MEET AASHTO SPECIFICATION M213 A COLORED STRUCTURAL CONCRETE COATING FINISH WILL BE REQUIRED, AS SHOWN ON THE PLANS. THE COLOR SHALL BE LIGHT BROWN, EQUIVALENT TO FEDERAL STANDARD 595B COLOR NO. 23531 UNLESS OTHERWISE SHOWN ON THE PLANS, AND IS TO BE SELECTED FROM TEST PANELS PROVIDED BY THE CONTRACTOR. THE FINAL FINISH FOR THE SURFACES OF THE TYPE 8 (SPECIAL) BRIDGE RAIL PARAPET AND PEDESTRIAN RAILING (STEEL) (SPECIAL) PARAPET SHALL BE CLASS 2. ALL OTHER EXPOSED CONCRETE SURFACES SHALL RECEIVE A CLASS 1 FINAL FINISH TO ONE FOOT BELOW THE GROUND LINE. GRADE 60 REINFORCING STEEL IS REQUIRED. ALL REINFORCING STEEL SHALL BE EPDXY COATED REINFORCEMENT BARS UNLESS OTHERWISE NOTED. Q DENOTES NON -EPDXY COATED REINFORCING STEEL. ALL THE PROV19ONS FOR BRIDGE DECK CONCRETE SHALL ALSO APPLY TO APPROACH SLAB CONCRETE. THE FOLLOWING TABLE GIVES THE MINIMUM LAP SPLICE LENGTH FOR EPDXY COATED REINFORCING BARS PLACED IN ACCORDANCE WITH SUBSECTION 602.06. THESE SPLICE LENGTHS SHALL BE INCREASED BY 25% FOR BARS SPACED AT LESS THAN 6" ON CENTER. BAR 512E 14 M5 16 #7 dB #9 110 #II SPLICE LENGTH FOR CLASS D CONCRETE 1'-3" V-7" 1'-11" 2'-6" 3'-8" 4'-8" 5-11" 7'-3" WHEN THE CONTRACTOR ELECTS TO SUBSTITUTE EPDXY COATED REINFORCEMENT FOR BLACK REINFORCING BARS. THE MINIMUM LAP SPLICE SHALL BE AS DESCRIBED ABOVE. THE FOLLOWING TABLE GIVES THE MINIMUM LAP SPLICE LENGTH FOR NON -EPDXY COATED (BLACK) REINFORCING BARS PLACED IN ACCORDANCE WITH SUBSECTION 602.06, THESE SPLICE LENGTHS SHALL BE INCREASED BY 25% FOR BARS SPACED AT LESS THAN 6' ON CENTER. BAR SIZE S4 A5 ]6 A7 ]8 19 110 111 SPLICE LENGTH FOR CUSS B CONCRETE 1'-1" 1'-4' 1'-8" 2'-4" 3'-0" S-10" 4'-10" 5'-I1" SPLICE LENGTH FOR ROUGHENED CONSTRUCTION JOINTS REQUIRE THE CONCRETE SURFACE TO BE EVENLY ROUGHENED TO A MINIMUM AMPLITUDE OF y". CONSTRUCTION JOINTS NOT SHOWN ON PLANS MAY BE CONSTRUCTED ONLY IF APPROVED IN WRITING BY THE ENGINEER. ., ALL CONSTRUCTION JOINTS SHALL BE THOROUGHLY CLEANED BEFORE FRESH CONCRETE IS PLACED. ALL EXPOSED CONCRETE CORNERS SHALL BE CHAMFERED �'4", UNLESS NOTED OTHERWISE. THE POTENTIAL SULFATE EXPOSURE TO CONCRETE IS CLASS 0 (ZERO). ALL WORK IN AND AROUND THE DITCH SHALL BE PERFORMED IN ACCORDANCE WITH SECTION 107 OF THE PROJECT SPECIFICATIONS. REFER TO SECTION 211. DEWATERING, FOR ADDITIONAL INFORMATION REGARDING CHANNEL CONDITIONS DURING CONSTRUCTION. DESIGN DATA AASHTO, FOURTH EDITION LRFD WITH CURRENT INTERIMS DESIGN METHOD: LOAD AND RESISTANCE FACTOR DESIGN LIVE LOAD: HL-93 (DESIGN TRUCK OR TANDEM, AND DESIGN LANE LOAD) AND COLORADO PERMIT VEHICLE DEAD LOAD: ASSUMES 36 LBS. PER SO. FT. FOR BRIDGE DECK OVERLAY ASSUMES 5 LBS. PER SO, FT, FOR PERMANENT STEEL DECK FORMS, REINFORCED CONCRETE: CLASS D CONCRETE: Fc = 4,500 psi REINFORCING STEEL: fy = 60,000 psi CLASS BZ CONCRETE: 1 c = 4,000 psi PRECAST PRESTRESSED CONCRETE: CUSS PS CONCRETE I'c = (SEE DETAILS) I's = 270,000 psi CLASS 0 CONCRETE 1'-1" l'-4" V-7" 1'-11" 2'-6" 3'-1' 3'-1I" 4'-10" BRIDGE DESCRIPTI THE ABOVE SPLICE LENGTHS SHALL BE INCREASED BY 20 PERCENT FOR 3 BAR BUNDLES AND 33 1-SPAN (43'-6") BRIDGE PERCENT FOR 4 OAR BUNDLES. CONCRETE PRESTRESSED GIRDER (PRECAST) THE ABOVE SPLICE LENGTHS MAY BE REDUCED BY 20% WHEN 3" OF CLEAR COVER EXISTS AND BAR 50'-0" ROADWAY CURB TO CURB SPACING IS 6" OR GREATER ON CENTER. WITH 8'-0" SIDEWALK, V-6' BRIDGE RAIL TYPE 8 (SPECIAL), THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE STABILITY OF THE STRUCTURE DURING CONSTRUCTION. AND 1'-6' PEDESTRIAN RAILING (STEEL) (SPECIAL) ABUT. - ABUTMENT CONT. = CONTINUOUS LT. = LEFT SPA. = SPACED AH. = AHEAD E F. = EACH FACE MAX. = MAXIMUM STA. = STATION LEGEND B.F. = BACK FACE ELEV. = ELEVATION MIN. = MINIMUM STD. = STANDARD CROSS REFERENCE DRAWING NUMBER BK. = BACK EMBED. = EMBEDMENT NO. = NUMBER STR. STRUCTURE (IF BLANK, REFERENCE IS TO SAME SHEET) BOT. = BOTTOM ED. = EQUALLY PGL = PROFILE GRADE TYP. = TYPICAL B BRG. = BEARING EXP. = EXPANSION LINE SECTION OR DETAIL IDENTIFICATION CBC = CONCRETE BOX F.P. = FRONT FACE PRGJ. = PROJECTION CULVERT GALV. = GALVANIZED R = RADIUS CLR. CLEAR JT. = JOINT RT. = RIGHT NUMBER DENOTES KEY NOTE REFERENCE CONST. = CONSTRUCTION LOL = LAYOUT LINE SHLO. = SHOULDER I , NUMBER DENOTES GIRDER NUMBER STATIONS, ELEVATIONS, AND DIMENSIONS CONTAINED IN THESE PLANS ARE CALCULATED Gt FROM A RECENT FIELD SURVEY. THE CONTRACTOR SHALL VERIFY ALL DEPENDENT DIMENSIONS IN THE FIELD BEFORE ORDERING OR FABRICATING ANY MATERIAL. APPROVALS THE INFORMATION SHOWN ON THESE PLANS CONCERNING THE TYPE AND LOCATION OF UNDERGROND UTILITIES GUARANTEED FOR MAKING HIS OWNDETERMINATION ACCURATE TO THE O TYPE L AND LLOC LOCATION OFC UNDERGROUND UTILITIES UTILITIIESSIASEMAY NORTH POUDRE IRRIGATION COMPANY BE NECESSARY TO AVOID DAMAGE THERETO. THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO AT 1-BW-922-1987 AT LEAST 3 DAYS (NOT INCLUDING THE DAY OF NOTIFICATION) PRIOR TO ANY EXCAVATION OR OTHER EARTHWORK. PERMANENT DECK FORMS ARE OPTIONAL OARY SIMPSON. PRESIDENT MTE SUMMARY OF QUANTITIES INDEX OF DRAWINGS 1 I GENERAL INFORMATION I 2 GENERAL LAYOUT 3 ENGINEERING GEOLOGY 4 REMOVAL DETAILS 5 CONSTRUCTION LAYOUT 6 FOUNDATION LAYOUT 7 ABUTMENT I 0 ABUTMENT 2 9 WINGWALL DETAILS 10 CULVERT DETAILS II DECK TYPICAL SECTION I2 DECK REINFORCING PLAN 13 PRESTRESSED CONCRETE BOX 14 BEARING DEVICE (TYPE 1) 15 BRIDGE RAIL TYPE 8 (SPECIAL) (1 OF 2) 16 BRIDGE RAIL TYPE 8 (SPECIAL) (2 OF 2) t7 PEDESTRIAN RAILING (STEEL) (SPECIAL) 18 APPROACH SUB 19 BRIDGE EXPANSION JOINT 20 EXCAVATION AND BACKFILL 21 DECK ELEVATIONS (1 OF 2 22 DECK ELEVATIONS (2 OF 2 ' r r ' 1' r I • • ®----00 ------ STRUCTURE EXCAVATION m mom® tea® ®' r "'r mi<' •' �1pt0��0�0 '' r r' ®ttit�mm0m� ------ IM REINFORCING STEEL �EPDXY COATED) ------ BRIDGE RAIL TYPE 8 (SPECIAL) t�3 INCH ELECTRICAL CONDUIT Print Date: 1117 og O O O Sheet Revisions Colorado Deportment City of or Transportation Fort Collins I4x0 s«o^e Sv«I Pno«: 97a-]e0-x,xA LitNul rWm4� - [AK: 9)0-350-219e xs1[ort Cd9«. co. Region 4 PJG (970) xx,-9eos As Constructed EB HARMONY HOAU UVLH FOSSIL CKttK RESERVOIR INLET DITCH GENERAL INFORMATION Project No./Code File Nome: br i0l.dwg Dole: I Comments Init. No Revisions: STU"M455—D95 Horiz. Scole: None Vert. Scole:None ` Stoff Bridge Branch -Unit 0222 RLO 45a, aT[ IIOM4raro Revised: Desi er: D. Nemovilz 9^ fracture FCHRMYE-0.7-125 1 7306 Delailer. E. 5<hawo Numbers svH. 700 j ,^�; x�?7275 Vaid: Sheet Number 38 Sheet Subset: Bridge Subset Sheets: 81 of 22 —EXISTING DROP II INLET AND CULVER I NEW HEADWALL ON �(TO REMNN) -------�.` ._ EXISTING CBC TOP GUARDRAIL TRANSITION �. L�{ SUB. � TYPE 30 WITH FLARED \ END ANCHORAGE (ttP. SHORING AREA 1 \ \�\ `�• a - II II 66+0D \ III RMlI,Y RQAQ H �\ 1 STA. 66+66.91 I\ TOTHERS) EL.t, ' III ATTENUATOR .1F- Bf (SPECIAL)C CLOSUREWALL BETWEEN - I. / o EXISTING CBC AND NEW VERT. lb 3' 0 ly/ 20 a o m 'BRIDGE ABUTMENT (TYP.) i SCALE IN FT - u m SHORING /AREA 2 B.F. ABUT. 2 II \ STA. 67+14.72 -- � S B9'27'47' E I �w o (TY10'OS' II - , I \ttP.) I, I I \Ng PROFILE GRADE EB HARMONY ROAD HCL LOCATION inL III IL cut •— _ - I i1 3 / V nwwcn 3 - 12LANES I BIKE LANE i �7 HARMONY ROAD R.O.W. \ ' 1 v V-6' HARMONY RD. HCL 8 V-6" BRIDGE -__.,. .._. IEB PGL L-6. rI } i �c BRIDGE RAIL RAIL TYPE 8 APPROACH SLAB(TYP.) ��. 1 RIPRAP, TYP. I 0 - II t_ I 19 I PEDESTRIAN RAIL __.--- ...�.. _ .._...------ . _ .. t� _ .:... .._ . F - - .. .._.. TYPE EC g'-0- a` 4 0 \\TELEPHONE LINE 'WI GWALL 1ttP �''' -� I\ \ \ '`lV-O' EXISTING ROADWAY SIDEWALK (TO BE RELOCATED) () f ABUT. 11 1 I" \I,.II f ABUT. 2 1q\ 2 1'-0-' 2 t (SOUTH SIDE ONLY) ';\ ` EXISTING BILLBOARD I I� yl I 3' HMA OVER I\;).� (PROTECT IN PUCE) �, \\\\ \ MEMBRANE (ttP.) 2Z B' DECK 2 I P (ULTIMATE ROADWAYCONFIGURATION SHOWN) PRESTRESSED CONCRETE J EXISTING ELECTRICAL BOX GIRDER (27%48') (TYP.) I BRIDGE I CONDUIT (TYP.)� f 47'-9 3/4' 18 1' 3D'_5• (4 TOT.) 14•_O• 6' SIDEWALK . t 2-1 7/8' 1 43'-6' 2'-I 7/8' 5-3--3- 13--0- 13'-0" 13'-0" 13' 0' 5'-3' 9 B.F. ABUT. 1 € ABUT. I f ABUT. 2 B.F. ABUT. 2 TYPICAL SECTION a 1'-5 1/4' ' V-5 1/4" 4890 GUARDRAIL TRANSITION 20'-0" I BRIDGE RAIL TYPE 8 4890 I 20'-0' GUARORA0. TRANSITION SCALE: I'=10'-0' TYPE 3G APPROACH SUB EL 4879.76 (SPECIAL) APPROACH SLAB TYPE 3G EL. 4877.37 PROPOSED GRADE t 4880 4880 t NOTES: J 4870 4870 1. FOR RIPRAP LAYOUT, DETAILS, AND FINISHED GRADING. SEE GRADING PUNS. EXISTING GROUND t KEYNOTES 4860 EXISTING BRIDGE 4860 1 FOR MORE INFORMATION, REFER TO SECTION 606 OF THE (i0 BE REMOVED) O PROJECT SPECIAL PROVISIONS. 2'-6"9 CAISSONS (TYP.) Q LIMITS OF STRUCTURAL CONCRETE COATING COLOR SHALL BE i 4850 �- 4850 LIGHT BROWN, EOUNALENT TO FEDERAL STANDARD 5958 66+00 66+50 67+00 67+50 COLOR N0, 23531. SEE SHEET BID FOR ADDITIONAL LIMITS. FOR STONE VENEER COLOR TREATMENT, SEE SHEET 817. LONGITUDINAL SECTION a (TAKEN ALONG Eg HARMONY ROAD HCL) [ (ELEVATIONS ARE AT FINISHED GRADE AT PGL) Print Dote' 11 1B 09 Sheet Revisions Colorodo Deportment EB HARMONY ROAD OVER FOSSIL —CREEK 99 CHyoe As Constructed RProject No. Code File Nome: Dr 101.drr Dale: Comments Init. of Tronsportotion Fort Collins RESERVOIR INLET DITCH J Horiz. Soole: As Shown Vert. Scole:As $Hawn O 1-20 sr — s.— No Revisions: GENERAL LAYOUT S stow Bride Branch - Unit 0222 RLO O% a c.. eoss, STU M455-095 9 O Fw.io-�m-zue .691 01C Bow.me F.: 9ID-350-2198 04F o1 FOR CO Revised: Designer: D. NemOvitZ McClure YE-0.7-125 sw,. 7w O eeaus>sa9e® 2e1F;,i cow. co: Oetoeer: M. welan Numbers J 7306 CO21-n Region 4 PJG (.m) zz,-sms Void: Sheet Subset: Bridge Subset Sheets: 82 or 22 Sheet Number 39 F „n.: ws- W2377s O 9 0 0 0 d i q9 Ej E S i F i 3 f E NOTE: TEMPORARY MARKINGS ARE NOT INCLUDED k t 3 as F a F a Print Date: 12 07 09 Sheet Revisions Colorado Deportment of Transportation - )()]' I•xo s.coro 5v«1 G•Nry. Co. 9a631 ��� rnm•: WO-SSo-xua City of r' Fort Collins con As Constructed TABULATION OF STRIPING Project No. Code 1 File Nome: Tabshl04.dw Dale: comments Init. No Revisions: STU M455-095 p E Noriz. Scale: Vert. Scale: 72/04/09 UPDATED ITEM LLM Designer: LLM Structure 17306 a6U1 OTC 5-- C= . rna: 919-350-x196 Re ion 4 PJG c1Nol coo:,• ]61 Cd4q• •.•nw ran C0 m. Co. (9x0) ]]1-6W5 Revised: Detoiler: LLM Numbers Ng5wl• 100 0•mar, CO W237 Void: Sheet Number 13 Sheet Subset: Detoils Subset Sheets: 4 of 5 Vnww: 3o3-3I1-)x75 9 TABULATION OF PAVEMENT MARKINGS � PAVEMENT MARKING LINES (LINEAR FEET) PAVEMENT MARKING SYMBOL (EPDXY) (WHITE) STRIPING REMOVALS EDGE EDGE CENTER CHANNELDING LOCATION WHITE SOLID 41NCH YELLOW SOLID 41NCH WHITE BROKEN 41NCH WHITE DOTTEDDOTTED81NCH 41NCM WHITE 81NCH WHITE SOLID PAVEMENT MARKING BIKELANE MARKINGLINEAR ��W LANE LINES FEET) ( ' WORD -SYMBOL (SO FT) BEGINNING TO STA 28+00 STA 28+00 TO STA 35a00 1,220 23 STA 35+00 TO STA 42a00 805 561 1,122 634 23 54 2,227 54 STA 42r00 TO STA 49a00 1,743 587 2,086 179 3,895 38 STA 49+00 TO STA 56r00 1,137 856 1,932 557 46 38 4,421 54 STA 56+00 TO STA 63r00 700 1,400 2,100 238 36 16 3,700 16 STA 63,00 TO STA 70a00 700 1,400 2,100 2,800 STA 70+00 TO STA 77«00 700 754 1,454 2,208 STA 77+00 TO STA 84a00 1,016 1,091 2,182 156 546 620 69 108 4,586 174 I STA 84a00 TO END 340 340 780 214 1,485 NEW PAINT OVER IXISTING 6,955 3,590 8,950 1,950 3.990 i PROJECT TOTALS TOTAL LENGTH 14,096 10,579 23,926 156 2,948 6,016 161 215 25,322 TOTAL SQUARE FEET 4,699 3,526 5,982 35 328 4,011 161 215 336 IEPDXV PAINT (GAL) 47 34 57 0 3 41 SUMMARY OF PAVEMENT MARKING QUANTITIES TOTAL PROJECT SYMBOL COLOR EPDXY (GAL) (EPDXY) (WHITE) (SO FT) YELLOW 34 WHI7E 148 376 TOTALS 182 376 SUMMARY OF PAVEMENT MARKING REMOVALS TOTAL PROJECT WOR0. LANE LINES SYMBOL (SO (LINEAR FEET) TOTALS 25,322 336 \ \ 66+00 EB HARMONY ROAD HCL \\ I B.F. ',STA. 6f \ \ �p EXISTING CBC TI \ \\ \ \ \\ \ \ \ \\\ \ \ \\ \\\ \\ \1 \\\\\\ B.F. ABI \ \ \ \ \ \ \ \ STA. 67 \\ \ \ \ \ \\ \\ 67�0 \�..T_-___-_-_- F. _. \\\ \ .911 ll� I \: \ EXISTNG BRIDGE E ABUT, I� PLAN NDRQ. 10 5 0 10 30 N VERT, 10 5 D ID 20 SCALE IN FT PPPP P P P R R A P \ 2 \\ N.72 \\ \\ S 89'27'47' El \\—f ABUT. 2 SUMMARY OF LABORATORY TESTING BORING DEPTH FEE MOISTURE CONTENT % DRY DENSITY (PM ATTERSERG LIMITS SWELL TEST RESULTS , IAJCGNFINED COMPRESSION PSF PASSU40 NO. 200 SIEVE DESCRIPTION 710—LXD LIMIT PLASTIO INDEX SWELL APPLIED PRESSURE S SWELL PRESSURE SF Tilt 4 S5 17 SAND GRAVELLY SILTY SM TH4 9 15.1 114 2.9 TWO 8,200 CIA TONE TT41 14 14.9 lie 78 CLAYSTONE THA 24 17A 113 13463 CLAYSTONE TH-2 2 s3 23 SAND. GRAVELLY, SILTY SM T142 9 180 112 52 U 88 CLAYSTONE T1+2 14 164 116 2.B 1,000 %100 CLAVSTONE TH-2 19 16.5 714 21835 CLAYSTONE —2 2d 16.1 113 3.5 1,--- CLAYSTONE LEGEND: el INDICATES APPROXIMATE LOGATIGN OF EXPLORATONY BDRING, Ij FILL,CLAY, BANDY TO BAND, CLAYEY WITH GRAVELS. MDiST, MEDIUM DENSE, BROWN, OLIVE u. SAND. GRAVELLY TO GRAVEL. SANDY WITH OCCASIONAL CLAY, MOIST TO WET, MEDIUM DENSE TO VERY DENSE, BROWN (SP, OF. SC) 0 CLAYBTONE, MOIBTTOWET,HARDTOVERYHARD.GRAYTOBIALN.OLNE b DRIVE SAMPLE. THE SYMBOL 24112 INDICATES 24 BLOWS OF A 140POUND HAMMER FALLING W INCHES WERE REQUIRED TO DRIVE A 2.SR4CH O.DSAMPLER 121NCHE5. M DRIVE SAMPLE THE SYMBOL 27112 INDICATES 27 BLOWS OF A I4DPOUND HAMMER FALLING 30INCHES WERE REQUIRED TO DRIVE A 2.0414CH O.D.SAMPLER 12INCHES. b BULK SAMPLE FROM AUGER CUTTINGS, II WATER LEVEL MEASURED AT TIME OF OORING. 3 WATE R LEVEL MEASURED SEVERAL DAYS AFTER DRILLING. TH-2 TF41 ! 48M 4880 t i. SWB 2112 F 4870 3 24/12 SM 4870 4860 E0a sw6 5°' 4860 saa 4850 �- sore �_ 4850 66.00 66+50 67r00 67450 ¢ 50'3 LONGITUDINAL SECTION cn ]nom ` (TAKEN ALONG Ell HARMONY ROAD HCL) CTL I THOMPSON ]51 St.. t.. Su1t. Iw kY (ELEVATIONS ARE AT FINISHED GRADE AT PGL) Fi r.n cac.., c., (9711) 205-9435 Print Dote: tt 16 09 Sheet R@VISIOn$ GOIOFOdO Deportment p City of As Constructed ES HARMONY ROAD OVER OSSIL CREEK RESERVOIR INLET DITCH Project No./Code File Name: bre Ol.dw Date: Comments Init. I Of Transportation Fort Collins { Horiz. Scale: 1:10 Vert, Scale:1:10 1420 SSu«1 ^ No Revisions: ENGINEERING GEOLOGY STU M455-096St,,­ Sloff Bridge Branch - Unit 0222 RLO Q9]0-]SO-219e Pnone: 9w-350-2124 a1Nol rogCatiM• Revised: Designer: R. Corniest truclure FCHRMYE-0.7-125 17306 E ! 46G1 DTC Bol4..R.4 Q 281 tee. run co..u. w. Deloiler: R. Darntest Numbers n a� we, 802 7 Prom: 303-021-]i75 O Region 4 PJG (9M) 231-6603 Void: Sheet Subset Bridge Subset Sheets: 83 of 22 Sheet Number. 3}Q Vert. r \'PORON OF EXISTING BOX CULVERT \"'--(STRUNO. FCHRMYW-0.7-125) (TO REMAIN) s � EXISTING BRIDGE (STR NO. FCHRMYE-0.7-I25) (TO BE REPLACED) BLOS O; 0 REMOVAL PLAN { 35'-9"3 PEXISTING HEADWALL (TO BE REMOVED) ryp'—EXISTING WINCWALL (TO BE REMOVED) (TYP.) -EXISTING BRIDGE FOUNDATION VIEW (TO REMAIN) (TYR) EXISTING BRIDGE 0 Sheet Revisions Colorodo Deportment Cltyof Dote: Comments InH. Of TFCInSpOftOtiOn O °T �1 Forte t� Cs _lam c° seoai O PF.: 970-30-3ale-x Re O FAIL: 00-21se 201I M.CFo �e imp O Region 4 PJG (970) xx`2,-'aws 28'-04 �TOP SLAB, HEADWALL, AND PORTION$ OF SIDEWALLS TO BE REMOVED —BOTTOM SLAB, TOE WALL, AND PORTIONS OF SIDEWALLS TO BE REMAIN IN PLACE SECTION EXISTING BOX B CULVERT LEGEND: LIMITS OF STRUCTURE REMOVAL NOTES: 1. THE INFORMATION SHOWN ON THESE PLANS CONCERNING THE SIZE AND LOCATION OF THE EXISTING STRUCTURES IS NOT GUARANTEED TO BE ACCURATE OR ALL INCLUSIVE. AS A RESULT, THE LIMITS OF REMOVAL MAY BE MODIFIED AS NECOED TO AVOID IMPACTS TO CONSTRUCTION OF THE NEW BRIDGE. THE CONTRACTOR IS RESPONSIBLE FOR MAKING HIS OWN DETERMINATION OF ADDITIONAL REMOVAL THAT MAY BE REOUIREO. ANY VARIATION FROM THIS PUN MUST RECEIVE APPROVAL FROM THE ENGINEER PRIOR TO REMOVAL OF MATERIAL. 2. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH SECTION 262 OF THE PROJECT SPECIFICATIONS. 3. ALL WORK AND MATERIALS RELATED TO THE REMOVAL OF THE EXISTING BRIDGE SHALL BE PAID FOR UNDER ITEM 202, REMOVAL OF BRIDGE, REMOVAL OF ANY EXISTING WALLS AT THE TIE-IN BETWEEN THE STRUCTURES SHALL BE INCLUDED IN THIS ITEM. 4. ALL WORK AND MATERIALS RELATED TO THE REMOVAL OF THE BOX CULVERT SHALL BE PAID FOR UNDER ITEM 202, REMOVAL OF PORTIONS OF PRESENT STRUCTURE, 5. ALL DIMENSIONS SHOWN ON THIS SHEET ARE APPROXIMATE AND FOR INFORMATION ONLY. DIMENSIONS ARE BASED ON INFORMATION PROVIDED IN COOT INSPECTION REPORTS. 6. FOR DETAILS OF THE PORTION OF BOX CULVERT TO REMAIN, SEE SHEET 810. 7. FOR DETAILS OF THE CHANNEL RESTORATION, REFER TO GRAOING PUNS, As Constructed No Revisions: Revised: Void: ESERVOIR INLET DITC REMOVAL DETAILS STU M455-095 E-0.7-125 1 3306 B< of 22 Sheet Number 41 0 0 0 N PLAN SCALE: �32"=1'-0" BRIDGE EXPANSION JOINT (BELOW HMA) CONCRETE DECK APPROACH BRIDGE RAIL SIAg TYPE 8 (SPECIAL) w � '`1 1 � 1 1 1 \ SLOPED WARP AS 6" RAISED SIDEWALK APPROPRIATE CONCRETE DETAIL SIDEWALK SCALE: Y"-I'-0" A (IMPACT ATTENUATOR NOT SHOWN FOR CLARITY) APPROACH SLAB BRIDGE RAIL TYPE 8 (SPECIAL) % g ITS OF MMA TOPPING & IERPROOFING MEMBRANE �Z3 O SLOPED CONCRETE u DETAIL = TOWARDS ASPHALT SCALE: 1'-0" B 3" HMA OVER 4" 6" RAISED WATERPROOFING CONCRETE MEMBRANE SIDEWALK APPROACH SLAB SECTION SCALE:.':"=1'-0" C (IMPACT ATTENUATION NOT SHOWN FOR CLARITY) KEYNOTES O 3d ELECTRICAL CONDUITS ARE FOR FUTURE USE. EXTEND CONDUITS 2'-0" BEYOND END OF SIDEWALK AND CAP ENDS. PROVIDE EXPANSION/CONTRACTION COUPLERS AT BRIDGE EXPANSION JOINTS. O2 BOTTOM SLAB OF EXISTING CBC TO REMAIN, O SEE SHEET B18 FOR MORE INFORMATION. NOTES 1. ALL DIMENSIONS ARE HORIZONTAL. 2. FOR STRUCTURE REMOVAL DETAILS, SEE SHEET 84 co n UNT UAU vvcn v-1 1nccn Prinl Dole: 11 16 09 heel eViS�OnS OIOfOdO Department Cityof As Constructed RESERVOIR INLET DITCH Project No. Code File Nome: brd0%0 Dole: Comments Init. of Transportation �F•�ort C�oll�ins t Horiz. Scole: As Shown Vert. Scole:As shown Q - )UT uzo sK«a sum "! No Revisions: CONSTRUCTION LAYOUT STU M455-095 GNir1. to. BeeJt Staff Bridge Branch -Unit 0222 RLO PJIMFAX: s0-350-2198e Designer. D. Nemovitz lruclure FCHRMYE-0.7-125 41i0� os mr..oro Q •—�-- FAX: s/a-Jso-lroe ca> ^1 r^.` �i°"' Revised: 17306 sell. 10o Q 1s1 N" cO . C.. Detoiler: E. Schawo Numbers Fun cow,.. co. 42 Region 4 Pi (9)e) 111-6YA5 Void: Sheet Number Q 9 Sheet Subset: Bridge Subset Sheets: BS or 22 N EXISTING CBC BOTTOM SLAB \ (TO REMAIN) \ 4 BRG. ABUT. 1---\ 4 BRG. ABUT. 2 = f CAISSONS = f CAISSONS 1 1 � 1 fib+50 1 s7+Da �. \ 1 \ EB HARMONY ROAD HCL S B9'27' i 4 BRG. ABUT. 1 ' 68'1,0'OS" (TYP.) STA. 66+69.06 f BRG. ABUT. 2 STA. 67+12.56 \ \ EXISTING BRIDGE \ \ FOUNDATION \ \! \ (TO REMAIN) (TYP.) \ \\ 1 2'-6'0 CAISSON -(ttP.) - — - — ' - — - - - \ — - — - — - - w� SCALE: )5x'=1'-O" brf101.dwg Dole: Comments Init. of -TransportOti n As Shown Vert. Scole:As Shown Branch - Unit 0222 RLO O l) i Ia"'p"yc� sm Q ����� PWo 7M-350-2126 4601 s� BRJnv4 O FAx: 9J0-370-21N > n 303--221--7275 O Reoion 4 PJG 18ON (12 TOTAL) City FOr�. tS U, .1 FM CofnR JL1FM C_. r (In) 221-- �— F CAISSON I (12 TOTAL) CONST. JT. CAISSON ELEVATION SCALE: %"=1'-0" CAISSON SUMMARY TABLE F CAISSON - F ABUTMENT OR i WINCWALL 12-18 © CONT. ED. SPA, 14o0 SECTION SCALE: : =1 -D A (SHEAR RING NOT SHOWN FOR CLARITY) ERR BORED UTILITYWrOArox TH2EE t3) S DAYS BEFORE YOU DIG CALL BIT C .1 u .11 UTEIIY NRxrAT �r CENTER Or COl0TT" 600 11RIC0 CASSON TOP OFjP41EITION TMMWLOCATION SIZE CAISSON ESTIMATED EW(IMUM (IN.) ELEV. NTO BEDROCI TIP ELEV. LOAD (FT.) (KIPS)• ABUTMENT 1 30 4864.48 22.0 4842.48 550 ABUTMENT 2 30 4864.48 12.0 4B42.48 110 A KLNUANL6 IACIOR OF 0.5 WAS INCLUDED IN DETERMINING THESE VALUES. THE SELF WEIGHT OF THE CAISSONS IS NOT INCLUDED. tLQTU 1ALL HORIZONTAL CAISSON LOCATION DIMENSIONS ARE AT TOP OF CAISSON. 2. STEEL CASING AND DEWATERING ARE ANTICIPATED. ALL WORK AND MATERIALS FOR SUCH ACTIVITIES IS CONSIDERED INCIDENTAL TO ITEM 503, DRILLED CAISSON (30 INCH). ALL REINFORCING STEEL AND SHEAR RINGS SHALL BE INCLUDED IN ITEM 503. DRILLED CAISSON (30 INCH). 3. SHEAR RINGS SHALL BE INSTALLED AT TWO FEET ON -CENTER FOR THE BOTTOM EIGHT FEET OF ALL CAISSONS. THE SHEAR RINGS SHALL EXTEND A MINIMUM OF 3 INCHES BEYOND THE SHAFT DIAMETER. As Constructed EB HARMONY ROAD INLET ORCHL CREEK Project No./Code No Revisions: FOUNDATION LAYOUT STU M455-095 Revised: Designer: C. Putnom truclure FCHRMYE-0.7-125 17306 Void: Sheet Number 43 1 PEDESTRIAN RAIL (STEEL) (SPECIAL) 6-JIG- 4-M4 (TYR AT ENDS)- 3-110 - ). EXP. JT. MAT'L BETWEEN DIAPHRAGM AND WINGWALL, TYP, 5-#7 5-p7 - ELEV. 48fi4 48 LEVEL ABUTMENT DIAPHRAGM I 6' WATERSTOP F^f DRG. ABUT. CHEEK WALL 3'-4' I 4'-0 3/8` g= &6SYP1 .110 CONT. (TOP) h (EO. SPA., 6 TOTAL) (4 CONT. B.F}'jE%P. Ji. MAFL 2/'-O, (5 TOTAL) �5 (17P. BETWEEN BETWEEN DIAPHRAGM TERTPTGIRDERS 8: AT ENDS) AND WINGWALL, TYP. ��f� T-o'''I18 CONLQ (TYPK) REINPDRCMG 'EARING DEVICE B.F. ABUT. 1 f BRC. ABUT. 16` WATERSTOP p(TYPE1) (ttP.)i 2'-6'm CAISSON (ttPJ STA. 66,69.06 (SEE DETAIL,. .' -I THIS SHEET) \� _.� _T \-- _ _____________ B5 CONT., (6 TOTAL) \\\\��\."\.\\\\\\SHOWPLACEN \\\�• \\�' \\T\�\'\\ \y \\ill\\'�\•R\� \\\\1\\ iL\ \Z\'1'ct\ vu�f 4' FILLET .��\",\\\\�\\\,�\\\\\\\\�\\ \\\\\\\\\\\'4 CONT. GIF.F.RDERS h (5 TOTAL) CHEEK WALL (BETWEEN AT ENDS) B.F. ABUT. 9 5/B` DIAHRAGM EXPANDED POLYSTYRENE (ttP.) P1' 3' C5 G4 CS G2 G1 /4 CONT. (BOT.) (4 TOT., E0. SPA.) 22'-7 1/2' I (TYPI'. BETWEEN GIRDERS) 7.270' 14.000' 14,000' 14.000' 14.000' 7,270' 05 U (TYP. BETWEEN }/411D CONT. GIRDERS k AT ENDS) (SOT.) (3 TOT. • I PLAN ED, SPA.) BEARING DEVICE (TYPE I)O SCALE: 1§'=1'-0` 70'-6 3/4' 7 CDT F I 1 Lj- 1 1 LL, BRIDGE(TYP. - TYPE RAIL BETWEEN GIRDERS) -EB HARMONYROAD i; i� =O (D I JL BETWEEN GIRDERS= rn 2d. CAISSON REINFORCING -i p N .. E. . (12 TOTAL ABUT. 1) F.F. ABUT. (10 TOTAL ABUT. 2) • 2'-0` Ljb TS y_4• ®1'-0 B.F. ABUT. — (TYR AT ENDS) ^7 -- /7 CONT.. � 30'0 CAISSON '� 5 (5 TOP k BOT.) I j4 CONT. (8 TOT., n (CAISSON REINFORCING PLACED AS SHOWN) PS 2'-0" 1 2'-0' ( ) 3 TYPI TI N (ABUTMENT 1 SHOWN, ABUTMENT 2 SIMILAR) K NOTSCALE %"=1 -0' (DRECESS BEARING DEVICE INTO SEAT BY Y," AND SEAL AROUND RECESS WITH SILICONE SEALANT. o O2 PLACE q8 BAR THROUGH 3"0 PVC SLEEVE IN GIRDER, SEE SHEET B13 FOR DETAILS. _ NOTES 1. ELEVATIONS ARE TAKEN AT f ABUTMENT 1. 2. THE ABUTMENT SEAT SHALL BE CONSTRUCTED LEVEL IN THE DIRECTION NORMAL TO THE f BEARING ABUTMENT. 5-y7, ED. SPA, 3. ABUTMENT SEAT ELEVATIONS ARE AT TOP OF BEARING DEVICE RECESS. 4. FOR WINGWALL DETAILS, SEE SHEET 89. T F S n 72-05 u® l'-0` ELEVATION (TRANSVERSE REINFORCING AT B.F. ABUT. DIAPHRAGM NOT SHOWN FOR CLARITY) (LOOKING BACK STATION) CAL . •=1'-0' 5. FOR CAISSON DETAILS, SEE SHEET 86. fi. FOR BRIDGE RAIL TYPE 8 (SPECIAL) DETAILS, SEE SHEETS 815 k 816. 7. FOR PEDESTRAN RAIL (STEEL) (SPECIAL) DETAILS. SEE SHEET BI7. 8. FOR BEARING DEVICE DETAILS, SEE SHEET 68 AND B14. PRELIMINARY SUBJECT TO REVISION 8 Print Dote: 11 1} Og (� Sheet REViSiOnS Colorado Department p of Transportation _ lOT I."s«om s1r.x a'••.r. w. aosn P-w: 970-350-2126 FA%: 970-350-219e Region 4 PJG 9 City of ,:,art Collins Ot, .1 FM c,.,,, 20, . Cp A.•rw• ran caw�w, co. Ism) 221-secs AS Constructed EB HARMONY ROAD OVER FOSSIL CREEK RESERVOIR INLET DITCH ABUTMENT 1 PrOjec No./Code 9 File Name: brob0l.dw Dote: Comments (nit. No Revisions: STU M455-095 EHoriz. Scole: As Shown Vert. Scale:As Shown Staff Bridge Bmnch - Unit 0222 RLO .sot DIC 9o,A•.a.m Dww•r. CO W237 g eno••: 203-221-7275 Revised: Designer: C. Putnam truclure FCHRMYE-0.7-125 17306 Detailer: E. Schowo Numbers Void: Sheet Number 44 Sheet Subset: Bridge Subset Sheets: B7 of 22 .z_ 14 CONT. (8 TOT., — PLACED AS SHOWN) 5-/7 — 3-14, ED. SPA.-- 5-17, E0. SPA.-- 5-J7 ELEV. 4864.48 (LEVEL) 8'-0 As Shown R. - EB HARMONY ROAD HCL k PGL- EIEV. 4874.18 EV w co ELEV. 4873.66 REINFORCING . SCOIe:As Shown RLO O SCALE: 1/8'=1'-0' 70'-6 3/4' �r 0 1'-0'. SPACE WITH 68-15 I. 3' HIM OVER WATERPROOFING MEMBRANE ELEV. 4873.14 - GIRDERS BRIDGE RAIL TYPE 8 (SPECIAL) (TYP.)_\ ELEV. 4872, DIAPHRAGM AND WINGWALL, TYR BEARING DEVICE DETAI SCALE: 1'=1'-O' VIEW � s7 SCALE: Y,'-I'-0" A A (ABUTMENT I SHOWN, ABUTMENT 2 SIMILAR EXCEPT OPPOSITE NANO) I , I (TYPICAL ABUTMENT REINFORCING NOT SHOWN FOR CLARITY) Y T ES 14'-0' 14'-0' I 6'-5 S/e' (D RECESS BEARING DEVICE INTO SEAT BY )4' AND SEAL AROUND RECESS WITH SILICONE SEALANT, O2 PLACE BAR THROUGH 18 3'0 PVC SLEEVE IN GIRDER. SEE SHEET 813 FOR DEIAILS. 7z-rs a r-o' NDTES ELEVATION 1. ELEVATIONS ARE TAKEN AT 4 ABUT. 2. (TRANSVERSE REINFORCING B.F. ABUT. DIAPHRAGM NOT SHOWN FOR CLARITY) (L (LOOKING AHEAD STATION) 2. ABUTMENT SEAT ELEVATIONS ARE AT TOP OF BEARING DEVICE RECESS. SCALE: )1 '=1'-0' 3. FOR TYPICAL SECTION AND ADDITIONAL NOTES, SEE SHEET B7. Sheet Revisions Colorado Deportment of TfOnSpOr101iOn cityof Fort Cothns As Constructed EB HARMONY ROAD OVER FOSSIL CREEK RESERVOIR INLET DITCH Project No./Cod Dote: Comments Init. lOT cs«ae sv.a W�M� w. eoen "" Pnww; � No Revision s: ABUTMENT 2 STU M455-095 _—_ e)e-JSe-tlxe rAx: sTo-JJO-x�ss xa, .. �,,r,";�,csww� Revised: Designer: C. Putnam truclure FCHRMYE-0.7-125 1 �306 Region 4 PJG ran caw, co. (axo) xxi-sew Void: Detoiler; E. Schawo Numbers Sheet Subset: Bridge Subset Sheets: 88 of 22 Sheet Number 45 0 0 0 17 f7 (SEAT ONLY)`Tl \1 1 1 � 84 U ^� fd f4n F,F. 4ABUT. 19 -i (TOP) 13'-0" P O LAN (WINGWALL 1 SHOWN. WINGWALL 2 SIMILAR EXCEPT OPPOSITE HAND) (ABUTMENT REINFORCING NOT SHOWN FOR CLARITY) SCALE: h"=1'-O" OPTIONAL CONSTRUCTION JOINT EL. B --F BRG 19 —T E.F. FINISHED GRADE a F.F. ________________________________ I I I I 1 I 1 I 'an v I I I I AS SHOWN AS SHOWN /_EL. A TOP OF DECK I -14 U -FINISHED GRADE 4 CONT .F. SECTION SCALE: EL. C 1I I 5-d7 B.F. WINGWALL 1 - ELEVATION 3-d4. FF. (WINGWALL 1 SHOWN, WINGWALL 2 SIMILAR EXCEPT OPPOSITE HAND) (ABUTMENT REINFORCING NOT SHOWN FOR CLARITY) SCALE: Y22"=1'-0" 11 13 D9 Q O O Sheet Revisions Colorado Deportment of Transportation _ )oT 1.20 snots suns Gn.'. Co. 80631 Rnon: 970-350-212e FA9: 970-350-2190 Region 4 PJG City of Fort Collins /"�l� C9rwol ran tau.. ze1 C= Lwow. tort Conn. Co. (11.) 221-1.5 AS Constructed D-0lw ,d Date: Comments Init No Revisions: As Shown Vert. Scale:As Shown Branch - Unit 0222 RLO 4601 oft B9Wnr4 Revised: 5ui1a 100 Wont. Co W237 P1 , 303-221-7275 Void: LOCATpN ELEV. A ELEV. C WWI 4877.55 K4874q1J 4864.48 WW2 4875.59 4864.48 KEYNOTES OI LIMITS OF STRUCTURAL CONCRETE COATING. COLOR SHALL BE LIGHT BROWN, EOUNALENT TO FEDERAL STANDARD 595E COLOR 140. 23531, NOTES 1. ELEVATIONS ARE AT F.F. 2. CONSTRUCTION JOINT IS AT TOP OF ABUTMENT SEAT ELEVATION. 3. FOR ABUTMENT REINFORCING, SEE SHETS B7 AND B8. 4. FOR FINISHED GRADING, REFER TO GRADING PLANS. Project No. Code RESERVOIR INLET DITCH 1 WINGWALL DETAILS STU M455-095 S. Abraham IStructurel FCHRMYE-0.7-125 17306 E. Sahowo Numbers Bridget Subset Sheets: B9 of 22 Sheet Number 46 N \ ABUT. 1 I (PROPOSD) s BEGIN WALLS 1 STA. 66+63.43f - 1 19.50', LT. EB HARMONY RD. HCL pm SCALE: )J"=1'-O" 37-M5 © 0 1'-0' F E%ISTING CBC BEGIN WALL. 66+63.43t 4 8 }SPACES ®4'-0' = 12'-0" Z'-0 0" 3 SPACES A EL. 4880.29 �- \ EXISTING CBC ' EDGE OF PROPOSED \ � BRIDGE DECK F ABUT. 2 (PROPOSED) l; WALL &TOP SLAB END WALL REMOVAL STA. 67+02.473 19.50'. LT. w;..�.._......_�Ia...l_..............I,.._J(...........1..... ..... �.�..1. TT TT TT I D THREAD BAR AND ANCHOR (TYP.) o, , _--- ..--- - ...... ..._........._.._..... I. ELEVATION (BRIDGE NOT SHOWN FOR CLARITY) SCALE: $ "=I,_D, �- OPTIONAL CONST. JT. END WALL STA. 11+11,171 ELEV. 4878.15 ELEV. 4876.11 3� WATERPROOFING (FULL HEIGHT OF I BRIDGE RAIL TYPE 8 NEW CONCRETE) 150'-0" ? (SPEICAL) DRILL AND END OF ABUTMENT GROU/ EDGE OF PROP( PROPOSED BRIDGE DECK BRIDGE DECK 1 , � FINISHED GRADE I• LOW DENSITY-.-) POLYSTYRENE N5 CONT., E.F. PACE OF ROPOSED WALL 11 BRIDGE TOP SLAB IS - ABUTMENT ..... .. ...._ _+... ...I/;f; REMOVAL g. � r SECTION i,. SEE NOTES SCALE: FOR FINISHING P ra• .:::'.�. N5x3'-0" F THREAD BAR & GA DRILL AND GROUT F ANCHOR a 6. #5 CONT., E.F. TOP OF BOTTOM 08 CONT. (TOP) I r SLAB (4 TOTAL) EDGE OF PROPOSED ........._ _...... _ . /5 O BRIDGE DECK .. ..._ .. .. 15 CONT., .._ LT E.F. 6" MIN. 6 ... .... 1'-0 MAX. SEE NOTES SECTION / FOR FINISHING o��"q SCALE: (ABUTMENT 1 SHOWN, ABUTMENT 2 SIMILAR)) /e CONT. (BOT. E%ISTING CBC (4 TOTAL) REINFORCING (TYP.) Ug"0 CORED HOLE REMOVE TOP SUB AND SIDE WALL I"6GRADE 60 ANCHOR PI (TYP.) THREAD BAR SECTION SCALE: N T I. FOR GENERAL NOTES, SEE SHEET 61. 2. CONCRETE SHALL BE CONCRETE CLASS 0 (BRIDGE). MIN. F'c = 4.500 PSI. 3. THREADED BARS, NUTS. AND ANCHOR PLATES SHALL BE GALVANIZED. PAYMENT FOR FURNISHING AND INSTALLATION THREAD BARS, NUTS, AND ANCHOR PLATES, INCLUDING CORING HOLES IN EXISTING CONCRETE, SHALL NOT BE PAID FOR SEPARATELY, BUT SHALL BE INCLUDED IN ITEM 601. CONCRETE CLASS D (BRIDGE). 4. CONCRETE HEADWALL ABOVE EXISTING TOP SLAB AND THREAD BARS SHALL BE FULLY INSTALLED PRIOR TO REMOVING ANY PORTION OF TOP SLAB AND WALLS OF EXISTING BOX CULVERTKEYNOTES . 5. THE BOTTOM 3'-0' OF THE EXISTING SIDE WALLS SHALL REMAIN IN PLACE. PERIMETER I -INCH DEEP SAW CUT O1 UMI S OF STRUCTURAL CONCRETE COATING. COLOR SHALL BE LIGHT 6 FINAL SURFAOCE CONCROUGHNESSRETEEAMPLITUDE MOVAL SHALL BE LESS THANK IMUM 952 INCHES, SURFACE SHALL BECE. BROWN, EOUNALENT TO FEDERAL STANDARD 5958 COLOR NO. 23531. COATED WITH CALCIUM NITRITE AFTER REMOVAL IS COMPLETE. nt E8 HARMONY ROAD OVER FOSSIL CR K Vert. Sco,e:As Shown O O O O Dote: Comments Inil. cityot Of TfOnSpOr�OtiOn C,., 1 Fort Collins sir«I �I..rrr. �o, eoa3� ��-h jjaFFQaMFAx: 97,3e0-.0 2C41V FM �w ron c -. a— Region 4 PJG (no) ni-eeos As Constructed No Revisions: RESERVOIR INLET DITCH CULVERT DETAILS Project No./Cod, Unit 0222 RLo STU M455-095 I. C0 e01J7 )3-22�-)2)s Revised: Designer: A. whitne 9 y Detoiier. EE Schawo tructure Numbers FCHRMYE-0.7-125 17306 Void: Sheet Subset: Bridge Subset Sheets:810 of 22 Sheet Number 47 0 0 0 BRIDGE RAIL EB HARMONY RD. HCL BRIDGE RAIL RAISED CONCRETE SIDEWALK PEOESTRIAN RAILI! TYPE 8 TYPE 8 (STEEL) (SPECIAL) (SPECIAL) (SPECIAL) /aE 0 1'-0' #7 0 6" (TYP. EACH END) (TYP. AT EDGE OF DECK) 0 #4 0 I'-0" N4 CONT. ®6 PGL 3" HMA OVER WATERPROOFING 17 0 6 ;o MEMBRANE Oj A4 CONT. 0 _ �5 CONT. A 6" MA 3.7 ELECTRICAL BETWEEN GIRDERS CONDUIT (a TOT.) (TYP.) AND IN OVERHANGS #6 0 6" 1 6" \ (TYP.) aL m ` 27'%4B' PRESTRESSED f Y" DRIP CONCRETE BOX GROOVE, _ I GIRDER (TYP.) 1 (TYP.) 1 I N DECK TYPICAL SECTION (LOOKING AHEAD STATION) (BRIDGE RAILING AND PEDESTRIAN RAILING REINFORCING NOT SHOWN FOR CLARITY) SCALE: ifs =1'-O" KEYNOTES O MINIMUM LAP LENGTH = 5'-0". Q IF FLUTED DECK FORMS ARE USED, FLUTES SHALL BE FILLED WITH POLYSTYRENE OR COVERED WITH STEEL SHEETS. FILLING FLUTES WITH CONCRETE WILL NOT BE PERMITTED. NOTES 1. DECK AND SIDEWALK CONCRETE SHALL BE CONCRETE CLASS D (BRIDGE). --F 4R11N'0R03 2. STAGGER SPLICES FOR TOP AND BOTTOM BARS. 3. FOR BRIDGE RAIL TYPE 8 (SPECIAL) DETAILS, SEE SHEETS B15 k B16. P!LYSRIIINEOC' (TYPJ 4. FOR PEDESTRIAN RAILING (STEEL) (SPECIAL), SEE SHEET 817. TYP. (D PERMANENT DECK FORM 5. THE SIDEWALK SHALL BE BROOM -FINISHED IN ACCORDANCE WITH SECTION N i.S fi08, Print Data 10 27 09 O O O O Sheet OFTS 0 Trons Deportment City of OA TfpnSpOf�OtiOn Fort Collins _ )OT I.za s.rwle sv.n �f� ��� P_ 970-350-2120 Gq or Con Wu.. fA 970-350-219e 2e1 •. Gawp• A.•w• ran caws. co. Re Ion 4 PJG (970) 221-asps 9 AS Constructed EB HARMONY ROAD OVER FOSSIL CRE K RESERVOIR INLET DITCH DECK TYPICAL SECTION Project No./Code File Nome: bnu0l.tlw Dale: mrnent Comments Anil. No Revisions: $TU M455-095 Horiz. Scale: As Shown Vert. Scole:As Shown G Staff Bridge Branch - Unit 0222 RLO A601 arc w.aa Revised: Designer: C. Pulnom truclure FCNRMYE-0.7-125 17306 Oeloiler: E. Schowo Numbers 1 sm• >oo amw. 00 e0237 Priem: ]pJ-2:1->275 Void: Sheet Subset: Bride 9 Subset Sheets: Bt 1 of 22 Sheet Number Q$ PLAN SCALE: 3/32"=1'-O" HE STRLAN RAILING; AND SIDEWALK NOT SHOWN FOR AILS. SEE SHEET 811. TYPE 8 (SPECIAL) DETAILS. SEE SHEETS 815 h 4. FOR PEDESTRIAN RAILING (STEEL) (SPECIAL) DETAILS. SEE SHEET 817. g Print Date: t0 19 Og O O O Sheet Revisions Colorado Deportment Of Transportation Fort ort Collins OT 1-20 S.— w»I fs u.«.r. ce. 80sJ, '���� P°0n0' 910-350-ti2p COIF of Fort C.M.. TAM: 9]0-3500-212 aM,q let e. C F. Cetin. Co. Region 4 PJG p]o) x:t-secs As Constructed A File Nome: bmuo2.dwg B HA MONY RO OV R FOSSIL CRE K INLET DITCH DECK REINFORCING PLAN PfOJECt No./Code Dole: Comments . In—itRESERVOIR t Horiz. Scale: As Shown Vert. Scole:As Shown Staff Bridge Branch - Unit 0222 RLO No Revisions: STU M455-095 swt, CO eOxJ] i Pnen,: JO3-txt-)x)3 Revised: Designer: C. Putnom 9 truclure Numbers FCHRMYE-0.7-125 17306 Detoiler: E. Schowo Void: Sheet Number - 49 Sheet Subset: Bridgel Subset Sheets:812 Of 22 g a 4 3 fi d F 9 8 6 k t a L d i 5 g Print Dote: 12 07 09 O O Sheet Revisions Colorodo Deportment City of of Transportation Fort Collins •m s«om sv«t /"�f� )(iT 0—, Co. 60637 Pnw.: sm-33o-vua caxot rP,t coon. r7a: e70-350-2749 WIMA>47A�A zet . cmtp. A— rwi Coon.. Co. Region 4 PJG (970) 217-6603 A5 Constructed TABULATION OF SIGNS Project No./Code 8 File Nome: Tab5htO5.d. Horiz. Stole: Vert. Stole: Dole: Comments mit. No Revisions: STU M455-095 12/04/09 UPOA7ED rtEN & OUANnilES LLM Revised: Designer: LLM 9^ Structure Got DtC a014Yw4 sMt. 700 Dmror. CO W237 & Ptgre: 303-221-7275 Void: Deloiler: LLM Numbers 17306 Sheet Number 14 - Sheet Subset: Details Subset Sheets: 5 of 5 TABULATION OF SIGNS SHEET NO. SIGN CODE SIGN PANEL S1� BACKGROUND COLOR REMOVAL OF GROUND SIGN (EA) RESET GROUN SIGN (EA) STEEL SIGN SUPPORT SIGN PANEL (SOFT) REMARKS (2 % 2 INCH TUBING) (LF) CLASS I CLASS 11 1 W9-1 48X48 YELLOW 1 W16-2a 78X48 YELLOW 2 R4-7 48X60 WHITE 1 i 15 OM1-2 18X1B BLACK 2 R4-0 36X30 WHITE 13 7.5 2 4- 48 L 1 2 R4-0 36X30 WHITE 1 1 13 3 RS-la 42X30 WHITE 1 1 13 3 RS-1 48X4B RED 1 1 15 4 R4-0 36X30 WHITE 1 5 W4-2R 48X48 YELLOW 15 16.00 5 R4-7 4BX60 WHITE 1 1 15 OMt-2 18X18 BLACK 5 R3-7R 30X30 WHITE 1 5 RS-1 48X48 RED 1 1 15 6 RI-1 30X30 RED 13 6.25 6 R6-1R 54X18 BLACK 24 6.75 PNO POSTS 7 R3-0 36X96 WHITE 1 7 OM-3R 12X36 YELLOW 1 9 RS-1 48X48 RED - 15 16.00 9 RS-1 48X48 RED 1 1 15 9 la ITE 1 1 13 9 OW 15 16.00 9 ITE 1 1 15 MPROJE-CT CK S: 15 9 224 13.8 54.75 NOTES: 1, SIGNPOSTS SHALL BE MEASURED FROM THE BOTTOM OF ANCHOR/STUB TO THE TOP OF POST AND WCLUDES- THE ANCHOR STUB 2-1/4' X2-1/4" X 3' AND THE 2" X2' X VARIABLE HEIGHT TELESPAR POST. 2. SEE LARIMER COUNTY URBAN AREA STREET STANDARDS DRAWING 1401 FOR SIGN POST REOUIREMENTS.� Y� L N T 6" 6' ALL WORK NECESSARY TO FABRICATE AND INSTALL THE NTEGRAL PARTS OF THE. GIRDER (INCLUDING 3"0 PVC SLEEVE (CENTER ON GIRDER DEPTH), TYP, f ERG. ABUT. & THE INTERMEDIATE DIAPHRAGMS, IF ANY, AND BEARING DEVICE (TYPE I), AS SHOWN OlITHE PLANS, SHALL BE ~ \ \ INCLUDED IN THE BID PRICE FOR ITEM NO. 618. PRESTRESSED CONCRETE BOX DEPTH LESS THAN 32 W INCHES), WITH A PAY UNIT OF S0. FT. MEASURED BY L X W. (_____________t PVC SLEEVE a t. •L - WHEN APPROVED BY THE ENGINEER, A MINIMUM OF TACK WELDING WILL BE PERMITTED ON _ _ _ _ _ _. _. _ _ _ _ . _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ . _ _ _ _ _ _ - _ _ _ - �, ASTM A706 UNCOATED REINFORCING STEEL. s • '), '�, p REINFORCING PROJECTING FROM THE TOP OF THE GIRDER AND REINFORCING WITHIN EIGHT FEET OF --- __________________________________________________________________________________________ AN EXPANSION DEVICE IN THE BRIDGE DECK SHALL BE EPDXY COATED. DAMAGED COATING ON GIRDER REINFORCING NEED NOT BE REPAIRED. THE MINIMUM COVER FOR REINFORCING STEEL IS 1". BRG. ABUT. & PLAN \ \ F PVC SLEEVE 1 WELDED WIRE. FABRIC MAY BE USED WITH D20 WIRES IN ,LIEU OF THE /4 BARS SHOWN. 3"_ 18 SPA O Y 53 SPA O 8" MAXIMUM SPACING 18 SPA O 3" 3' AT GIRDER ENDS NOT EMBEDDED IN CONCRETE DIAPHRAGMS, CUT STRANDS OFF I" BELOW THE 4'-6" E ROUGHEN SURFACE I rl ORI rl (WHEN FANNED IN ENDS) = 4 -6" EXTEND_ -STRANDS 2'-0' SURFACE OF THE CONCRETE AND FINISH WITH AN APPROVED EPDXY GROUT. AT GIRDER ENDS c �(APPROX. , AMPLITUDE) �� (MIN. 4 IF NOT SPECIFIED) EM NOD D IN CONCRETE COSMETIC DIAPHRAGMS,(DACUE STRANDSLESS TO WP OECT -, EXCETHE PT AS SHOWN. OF THE _______________ __________________________________ EMBEDDEDN CONCRETE. USE LOW RELAXATION STRANDS MEETING THE REQUIREMENTS OF ASTM A-416 GRADE 270. U (TYP. EA. END) E HARPING Lh C.C. OF STRANDS w N i LESTHE TMUM $ TMANL tYR. BTIHEAMMIMUETWEEN M COVERGROUPS PRESTINDIVIDUAL S STEEL STRANDS HAIL BE 2.3(ds) BUT TAPER FLANGE THICKNESSES q SPAN ELEVATION As - MINIMUM AREA OF THE PRESTRESSING STEEL. Je = NOMINAL STRAND DIAMETER Is = ULTIMATE STRENGTH OF PRESTRESSING STEEL. Fj = JACKING FORCE PER GIRDER. FI = FINAL FORCE PER GIRDER AFTER ALL LOSSES. - - - - - - - - - - - - - W _ ♦ LIGHTLY TENSIONED STRANDS MAY I'p = REOUIRED CONCRETE STRENGTH AT RELEASE OF PRESTRESS FORCE. BE USED AS AN ALTERNATE. I'r = REQUIRED CONCRETE STRENGTH AT 28 DAYS OF AGE. /4 CONT. O 8" MAX. A DEFLECTION AL LENGTH OF IR CEN ERL EER TOF SPAN HE GRADE DUE TOOF ECAST IN -PUCE SLAB, DIAPHRAGMS, ' 4' CL. 0 BRIDGE PIOUS CURBS, RAILS, AND WALKS. LE E FIELD BEND MR TOP MAT /4F O OF LONGITUDINAL SUB STEEL. A" CONCRETE SHALL BE CLASS PS. _ a ENTRAINED AIR IS NOT REQUIRED FOR GIRDER CONCRETE END BLOCKS SHALL BE USED ON ALL GIRDERS UNLESS OTHERWISE NOTED. I' CL. /3 (PROJECT V-2") 1" CL n - ^ SPA. WITH /4 STIRRUPS. USE )i" CHAMFER ON ALL CORNER$, EXCEPT AS NOTED. - - - - - - - - - - - o v ♦ /4 CONT. O 10" MA%. C.G. OF STRANDS PREDICTED I CAMBER ITHE CAMBER T FOR THE GIRDER T ALONE AT 90 DAYS. THE CONTRACTOR SHALL LINT THE CAMBER GROWTH O A VALUE NOT O EXCEED THE PREDICTED CAMBERPLUS 1' PRIOR TO THE DECK POUR BY WEIGHTING, SCHEDULING FABRICATION, POST TENSIONING, OR OTHER MEANS AND MUST REPORT TO THE ENGINEER VALUES OF CAMBER WHICH EXCEED THE /4 CONT. - o ` HODK ORIENTATION PREDICTED CAMBER PLUS I'. CAMBER MEASURE$, AS APPROVED BY THE ENGINEER, SHALL a a E o r/// OE TAKEN IF THE PREDICTED CAMBER PLUS I' IS EXCEEDED. THE APPROVED REMEDIAL IS AT THE CONTRACTOR'S MEASURES SHALL BE FREE OF ANY ADVERSE IMPACT. THE COSTS ASSOCIATED WITH ALL END DETAIL (PLAN N TYPICAL SECTION W w /4 OPTION (TYP,) REMEDIAL MEASURES SHALL BE BORNE BY THE CONTRACTOR. (PVC SLEEVE NOT SHOWN FOR CLARITY) �BUNOLE WITH H4 fuI DEPTH (D) TOLERANCE SHALL BE A", 4C. OR 14' AT EACH END OF GIRDER.) THE CONTRACTOR IS RESPONSIBLE FOR DETERMINING NECESSARY BRACING REQUIREMENTS, AND FOR PROVIDING ADEQUATE BRACING FOR THE SPECIFIC WIND AND WEATHER CONDITIONS TO BE ENCOUNTERED FOR EACH SPECIFIC PROJECT. GiRDER SCHEDULE DEBONDING SHALL EXTEND IN UNIFORMLY VARYING LENGTHS TO 3 FT, BEFORE THE HARPING POINT SHOWN, BUT NOT CLOSER THAN 15 FT. TO THE CENTER OF THE SPAN, DEBONDING SHALL EXTEND IN UNIFORMLY VARYING LENGTHS TO 3 FT, BEFORE THE HARPING POINT SHOWN, BUT NOT CLOSER THAN 15 FT. TO THE CENTER OF THE SPAN, Print Dole: 10 27 09 Sheet Revisions Colorodo Deportment City of AS Constructed EB HARMONY ROAD OVER FOSSIL CREEK RESERVOIR INLET DITCH Project No./Code File Nome: brb Ol.dw Dote: Comments Init, of Tronsportotion Fort Collins l Horiz. Scats: NONE Vert. Scole:NONE Q )()T .ip s«oa s...l /"1J� No Revisions: PRESTRESSED CONCRETE BOX STU M455-095 - Slats Bridge Branch - Unit 0222 RLO C� Gy—, Ce. 8a631 _-- : s7oaw-z12a vFA2: cy m ron C— Revised: Designer: C. Putnam 9 truclure FCHRMYE-0.7-125 17306 4601 pIC BaA.rora spa. 7p0 970-350-2198 281 N. Co4q. A.mu con Caen, co, Delailer. D. Oberosler. Numbers P Wnr.r, CO W237 1 n1ro.r: 3p3-221-1275 O Region 4 PJG (910) 2z1-seas Void: Sheet Subset: Bridge Subset Sheets:B13 of 22 Sheet Number 50 f GIRDER ---� 7 /. i9ff00'00' E B / / 4-BRG. ABUT. ELSTOMERIC PAD 5 f BEARING DEVICE PLAN (2 REO'D. PER GIRDER, AS SHOWN) I--f BEARING DEVICE I AHEAD STATION " BEARING DEVICE SECTION B NOTES 1. GRADE 3 ELASTOMER SHALL BE USED. 2. HIGHER GRADE ELASTOMER MAY BE SUBSTITUTED FOR GRADE 3, 3. DESIGN SHEAR MODULUS G - 130 PSI. AT 73' F. 4. HARDNESS = 60 CURD (SHORE A). S. AASHTO DESIGN METHOD B HAS BEEN USED. 6. VERTICAL LOAD PER BEARING = 76 KIPS, 7. FOR ANGLE 'D', SEE DWG. NO. BEL 8, FOR PAYMENT, SEE DWG. NO, B13. 9. EXPANSION DEVICE SHALL NOT BE GLUED TO THE GIRDER, SECTION A Sheet Revisions Colorado Deportment ctyof As Constructed Dote: Comments Init. of _Transportation /^Fort Collins O UT «W5«�ro som No Revisions; OVF.: Ylo-]'A-2125 O Ax: vo-Aso-xlse rely el ran Revised: Fen cwa�s, io.""r O Region 4 PJG (970) 221-6eas Void: Y.' EIASTOMERIC _ COVER W ii' ELASTOMER, TYP. o 5 )6' STEEL SHIM PLATE, TYP. BEARING DEVICE (TYPE 1)d12'5' STU M455-095 Ir: S. Abraham truclure FCHRMYE-017306 D. Oberosler Numbers Subset: Bridge Suhset sh.oe.ala Sheet Number 8Z1 • 9 0 0 —4 I^E POST (TIP.) B SLAB ttAB (TYH� 1 SP.)YII SLEEPER SLAB (ttP.) LIMITS OF PAY LENGTH FOR BRIDGE RAIL TYPE 8 I--Q RAIL SPLICES 2'-6" MIN. T-IO" MA%. A I I 10'-0" MAX POST SPACING V-6" I u � r-o• wx. 3 +R'�Ul' EACH AT ENDS) - POST) OPE 1:24 F� 5 ®6' ,i3 13 (CONT.) (5 TOT.) DECK REINF. SECTION A ELEVATION - NORTH RAIL (LOOKING AT TRAFFIC SIDE OF RAIL) LIMITS OF PAY LENGTH FOR BRIDGE RAIL TYPE 8 (SPECLAL) II II II II E un nu I--E RAIL '�J 4 POST (ttP.) —1 3" HMA u 3" HMA u u SIDEWALK SPLICES Y IMPACT ATTENUATOR t (SPECIAL) (iHlS ry $IDE ONLY)—WINGWALL I PIPE RAIL SECTION DECK REINF. ECTION a C (SEE "SECTION A" FOR DETAILS NOT SHOWN HERE) (SEE "SECTION A" FOR DETAILS NOT SHOWN HERE) 9 I i _____________________________ _ 17-10 2-3 t APPROACH APPROACH �I( f , SUB I _____ _____________________________ _ I SLAB BRIDGE EXPANSIO - ---- - - -. .•- t JOINT (IYP.) - ABUTMENT ` — ELEVATION -SOUTH RAIL e' 7'-10' 6' 1'-I0' NOTES • (LOOKING AT TRAFFIC SIDE OF RAIL) VIEW VIEW (SEE NORTH RAIL FOR DETAILS NOT SHOWN HERE) D E 1y 1. FOR ADDITIONAL DETAILS AND NOTES. SEE SHEET B16. 5 KEYNOTES: (BARRIER TAPER AT GUARDRAIL TYPE 3G) (BARRIER TAPER AT IMPACT ATTENUATOR) i (D PROVIDE A GAP IN THE CONCRETE PARAPET DIRECTLY OVER g THE BRIDGE EXPANSION JOINT. STOP ALL REINFORCING STEEL AT THIS LOCATION. THE WIDTH OF GAP SHALL MATCH THE WIDTH OF BRIDGE EXPANSION JOINT. SEE SHEET 819 FOR t DETAILS. Q CONTRACTOR SHALL ADJUST THE DIMENSIONS AS NECESSARY TO ACCOMODATE THE IMPACT ATTENUATOR. Print Date: 10 27 09 Sheet Revisions Cotorodo Deportment EB HARMONY ROAD OVER FOSSIL CREEK p City of AS Constructed RESERVOIR INLET PITCH Project No./Code ( File Name: brbrOl.dw Date: Comments Init. of Tronsportolion ForfCotlins BRIDGE RAIL TYPE 8 (SPECIAL) d Noriz. Scale: NONE Vert. Scale:NONE Q - JUT uxo z«om slna /"�f� No Revisions: 1 OF z STU M455-095 p..iry. L.. e0651 Staff Bridge Branch - Unit 0222 RLO .Ib..: s7o-�w-xlxs - Designer: D. Nemovitz lructure FCHRMVE-0.7-125 O alz m ron cola^. Revised: 17306 .sot orc Ilow...ra fAK: 91a-]50-x 19e xe1 N. LaN9. Aww. S. xoo O ron coe,w. co. Delaller. D. Oberosler Numbers t °'^^�• CO eox�7 Re ion 4 PJG TIM) 22 -sea5 Void: Sheet Number 52 rmo..: w3-221-7275 O 9 Sheet Subset: Bridge Subset Sheels:815 of 22 THREE SIDE i POST & PL 3/16, TYR 845E PLATE _____ C 5'0 _ STD. PIPE _________ ______ ____ \ b 5"0 STD. PIPE 5'o STD. PIPE IS 6 3 x 3/16 n SEE DETAIL " 3/4"0 1 1/2" THREADED �I I I ON THIS SHEET ;I; x ANCHOR ;I; STUDS WITH HEX NUTS & LOCK WASHERS, AUTOMATICALLY END WELDED ir (PLACE 3 1/8' EACH SIDE OF f BRDIGE RAIL POST.) f 7/8"Ox9' A 449 BOLT WITH HEX NUT ELEVATION SIDE VIEW AND LOCK WASHER POST DETAILS Ilk - 7- �t I'0 HOLE IN BASE PLATE 1.0 HOLE FOR f POST & TS 6 x 3 x 3/16 30 BOLT (ttP.) BASE PLATE BASE PLATE DETAIL BAR (ttP) 2' x 3/8' x 1' 0' . 1/4 1/4 TYP. I I I BAR 1/2" x 1/2' x 1'-0' (ttP.) 1'0 HOLE FOR f POST & —J 40 BOLT (ttP.) BASE PLATE ANCHOR DETAIL Date: comments mil. of Transportation 0 o r IQa S.— slr„I o eioc aw°06: is O rAx: i)0-]50-2198 o Region 4 PJG 1 1/2 6' 6 4'9 STD. PIPE E ENDS SHALL BE GROUND SMOOTH AND 18 S ROUNDED, PL 1/4" x 5 7/8"0 1/4 PoSi TUBE (MIN.) I 3/B 5"0 STD. PIPE j1/2' ORAIN HOLE A1L SPLICE£NO DETAIL RAIL DETAIL 1 7/8 6 I/I 1 7/8 45" (ttP.) I IN) 1' x 1 I jJ( `� 1/2" �S � S SLOTTED HOLES FABRICATED FROM 5'0 1' x 1 1/2' STD. PIPE OR PL 1/4 SLOTTED HOLES OErat VIEW F G NOTES: 1. ALL WORK AND MATERIALS, AS NOTED BELOW, SHALL BE INCLUDED IN ITEM 606. BRIDGE RAIL TYPE 8 (SPECIAL). 2. PIPE SHALL BE MANUFACTURED IN ACCORDANCE WITH ASTM A53. 3. ALL STRUCTURAL STEEL SHALL BE MANUFACTURED IN ACCORDANCE WITH AASHTO M183 (ASTM A36). . 4. TUBES SHALL BE FABRICATED FROM ASTM A500, GRADE B. 5. POST ANCHOR, ENCASED IN CONCRETE, SHALL BE AASHTO M183 (ASTM A36) OR AASHTO M169 STEEL AND NEED NOT BE GALVANIZED. 6. ALL BOLTS SHALL HAVE LOCK WASHERS AND BE TIGHTENED TO SNUG ONLY. 7. PIPES, TUBES, AND BASE PLATES SHALL BE PAINTED AFTER FABRICATION IN ACCORDANCF WITH APPROXIMATE APPROXIMATE QUANTITIES (FOR INFORMATION ONLY) DESCRIPTION UNIT PER LINEAR FT. STRUCTURAL STEEL LB 20 CONCRETE CLASS D (BRIDGE) CY 0.1 REINFORCING STEEL (EPDXY COATED) LB 37.5 City of As Constructed For, t�l No Revisions: �a F. co¢^r Revised: au 'ron co�9w. cMo.� (9m) 221-6605 Void: u 1— 1—r— FU — NLUUINLMLNI� Ut SLCIIONS 601, 602, AND 509, RESPECTNELY. & ALL CONCRETE SHALL BE CLASS D (BRIDGE). 9. WELDING SHALL BE IN ACCORDANCE WITH ANSI/AASHTO/AWS DI,I. 10. PIPE SHALL BE CONTINUOUS OVER NOT LESS THAN. THREE T3) POSTS, BUT OVER FOUR (4) POSTS IS PREFERRED, UNLESS OTHERWISE NOTED. NO WELDED BU SPLICES WILL BE ALLOWED IN THE PIPE SECTIONS. 11. POSTS SHALL BE PERPENDICULAR TO THE LONGITUDINAL ROADWAY GRADE. 12. FOR DETAILS OF THE CONNECTION TO THE GUARDRAIL TRANSITION TYPE 3G, SEE COOT STANDARD PLAN M606-I. 13. FOR DETAILS OF THE CONNECTION TO THE IMPACT ATTENUATOR, SEE THE ROADWAY PLANS. 14. FOR DETAILS OF THE NOTCH IN THE SLEEPER SLAB, SEE SHEET B18. 15. PRIOR TO FABRICATION OF THIS ITEM, THREE SETS OF WORKING DRAWINGS WHICH COMPLY WITH THE REQUIREMENTS OF SECTION 105. SHALL BE SUBMITTED TO THE DEPARTMENT FOR INFORMATION ONLY. ONE SET SHALL BE SENT TO COOT, STAFF MATERIALS INSPECTION UNIT, 4340 E. LOUISIANA AVE., DENVER, CO 80222. TWO SETS SHALL BE SENT TO THE ENGINEER. PRELIMINARY SUBJECT TO REVISION EB HARMONY ROAD OVER FOSSIL CRE K RESERVOIR INLET pITCH P/o)ect No./Code BRIDGE RAIL TYPE 8 (SPECIAL) 2 OF 2 STU M455-095 Designer: D. Nemovilz tructureFCHRMYE-0.7-125 17306 Oetailer: D. Obemsler Numbers Sheet Subset: Bridgel Subset Sheets:Bt6 oT 22 Sheet Number 53 t PEOESTR SEE 3 Y 3/4"0/4" N4 CONT. IN BARRIE' 3 PLACE AS SHOWN (1 STONE VENEER EA f DOVETAIL ANCHOR F N< SECTION A SCALE: 1/2"=1'-0' (SIDEWALK REINFORCING NOT SHOWN FOR CLARITY) SLAB =0 v SECTION 8 (RAILS NOT SHOWN FOR LMITY) ELEVATION SCALE: 1/4"=1'-O" (LOOKING AT SIDEWALK SIDE) 10 I'-0", TYP. #4 CONT. IE VENEER, TYP. File Nome: brprOt.dM Date: Comments IniL of TranSportation I HoriE. Scale: NONE Vert. Scole:NONE 0 _-- TUT 20 s«ooa St-1 IC. ". C.. e0e11 Slot( Bridge Branch - Unit 0222 RLO O VMne: 970-330-2125 ` III ITI )00 0 O rv: 9)0-JSO-2199 Av .1-22-1275 O Region 4 PJG NOTES; I. CONCRETE SHALL BE CLASS D (BRIDGE). 2. STEEL POSTS, RAILS. ANCHOR BOLTS, BASE PLATES, AND CURB CONCRETE SHALL NOT RAILP I (STEEL) SE ARATELLL), BUT SHALL BE INCLUDED IN ITEM 514, PEDESTRIAN 3. STEEL POSTS, RAILS, AND ANCHOR BOLTS SHALL BE DESIGNED IN ACCORDANCE WITH SECTION 606 OF THE PROJECT SPECIAL PROVISIONS. 4. STONE VENEER PANELS: BUFF COLORED FLAGSTONE 2" NOMINAL THICKNESS. GENERALLY 8" SQUARE PIECES, IRREGULAR SHAPE, AS APPROVED BY THE ENGINEER. STONES SHALL BE PLACED IN A RANDOM PATTERN. 5, ALL WORK AND MATERIALS NEEDED TO INSTALL STONE VENEER SHALL BE INCLUDED 11 ITEM 601, CUT STONE VENEER. 6. PIPES. POSTS. AND BASE PLATES SHALL BE PAINTED AFTER FABRICATION IN 1/2" MIN, 0 ANCHOR —) WITH SECTION 509. CONCRETE, REINFORCING STEEL, AND STRUCTURAL STEEL SHALL BOLTS (TYP.) BASE PLATE PLAN CONFORM TO THE REQUIREMENTS OF SECTIONS 601, 602, AND 509, RESPECTIVELY, KEYNOTES: 1/4" . 4" BENT PLATE OO PROVIDE A GAP IN THE CONCRETE PARAPET DIRECTLY OVER THE BRIDGE EXPANSION 3 12" DIA. PIPE / JOINT. STOP ALL REINFORCING STEEL AT THIS LOCATION. THE WIDTH OF GAP SHALL 20" RADIUS MATCH THE WIDTH OF BRIDGE EXPANSION JOINT. SEE SHEET 819 FOR DETAILS. 1/4" PLATE 1/4" x 4" PLATE APPROXIMATE OUANTITIES PIPE TO SUPPORT (FOR INFORMATION ONLY) -�v-,-g,�\ 4" PLATE BASE PLATE—� �1/2 NON -SHRINK GROUT 10" v 10" . I/2" DESCRIPTION UNIT PER LINEAR FT. STRUCTURAL STEEL LB 25 CONCRETE CLASS 0 BRIDGE CY 0.1 REINFORCING STEEL (EPDXY COATED) LB I7.5 DETAIL c EB HARMONY ROAD OVER FOSSIL CREEK Project No. Code FOr� Yt��s o Constructed RESERVOIR INLET DITCH 1 No Revisions: PEDESTRIAN RAILING (STEEL) (SPECIAL) STU M455-095 Cal' o1 Fort C9 .. Revised: Designer: D. Nemovit2 truclure FCHRMYE-0.7-125 17306 2m «, caMq. •.aw. Deloiler: D. Oberosler Numbers Fort cow. Co. (9)0) 221-fie03 Void: Sheet Subset: Bridge Subset Sheets:Bl7 of 22 Sheet Number 54 brosOt Elm (ABUTMENT 2 SHOWN, ABUTMENT I SIMILAR EXCEPT RAILINGS AND IMPACT ATTENUATOR)Q3 ROADWAY APPROACH 3' HMA OVER WATERPROOFING _ MEMBRANE.. IS CONT. 8 1' 0' 06 0 6" 95 CONi. 1' 0' ABUT. DIAPHRAGM 15 (6 TOT) 3' SECTION A Vert. Scale:NONE Q RLO of Tronsportotion C) T s«oae o...in. PMrr: WO- rA%: 910- Region 4 BRIDGE RAIL TYPE 8 (SPECIAL) PEDESTRIAN RAILING (SPECIAL) 6' 6 3" HMA 27. MIN. 2=MIN I WINGWA I/2' EXP'N JOINT MATERIAL SECTION Q SECTION 3Q B C AT NORTH SIDE OF BRIDGE AT SOUTH SIDE OF BRIDGE NOTES: I. CONCRETE CLASS D (BRIDGE) SHALL BE USED FOR APPROACH SLABS. 2. APPROACH SUB CONCRETE SHALL BE CURED IN ACCORDANCE WITH THE SPECIFICATIONS FOR BRIDGE DECK CONCRETE IN SUBSECTION 601. 3. FOR EXPANSION DEVICE DETAILS, SEE SHEET 819 4. FOR BRIDGE RAIL DETAILS. SEE SHEET 815 k 816 5. FOR PEDESTRIAN RAIL DETAILS SEE SHEET 817 6. FOR IMPACT ATTENUATOR DETAILS, REFER TO ROADWAY PLANS. OSo-zlzs aso-21se K NOTES SLOPE PIPE TO DRAIN (29. MIN.) EXTEND PIPE 4' MIN. BEYOND OUTSIDE BLOCKOUT q� FACE OF WINGWALLS. ALL WORK AND MATERIALS FOR THIS PIPE SHALL BE INCLUDED IN ITEM 601. CONCRETE D (BRIDGE). 8 x ® PROVIDE 1'-0- x 1'-0- NOTCH IN SLEEPER SLAB FOR GUARDRAIL TYPE 3G TRANSITION POSTS (NORTH SIDE ONLY). CUT REINFORCING AS NECESSARY TO ACCOMMODATE NOTCH, Q ALL REINFORCING STEEL AND CONNECTION INSERTS ASSOCIATED WITH THE BRIDGE RAIL TYPE 8 (SPECIAL), THE PEDESTRIAN RAILING, AND IMPACT ATTENUATOR (SPECIAL) ARE NOT SHOWN HERE. IT IS THE CONTRACTORS RESPONSIBILITY TO INCLUDE THESE ELEMENTS WITH THE CONSTRUCTION OF THE APPROACH 20 go. C+ILVANQEO SHEET SLABS AS NECESSARY. REFER TO SHEET B2 FOR DETAILS. METAL (TO BE INCLUDED IN THE WORK) Q CONTRACTOR MY REPLACE WITH C ] . 2"0 TRIMMED PLASTIC PIPE Q1 1._a. DETAIL A (ABUTMENT REINFORCING NOT SHOWN FOR CIARITY) Cityof Fort Collins As Constructed EB —HARMONY IR OVER FOSSIL CREEK RESERVOIR INLET DITCH Project No./Code sl-1 / No Reris'ions: APPROACH SLAB STU M455-095 cay a rw cac,,. 2e1 n C. a — Revised: Designer: D. Nemovilz 9 Iruclure FCHRMYE-0.7-125 17306 ran Ca . Co. PJG 1—) 221-11e05 Void: Detoiler: D. Oberosler Numpers Sheet Subset: Bridge Subset sheals:818 of 22 Sheet Number 55 • • i • • s DESIGN DATA ABUTMENT I ABUTMENT 2 BRIDGING PLATE SIZES: JOINT OPENING 'A 1' I' I. THE PAY ITEM N0. SIB, BRIDGE EXPANSION JOINS, SHALL INCLUDE ALL LABOR MIN AND MATERIALS REOUIREO INSTALL THE EXPANSION JOINT ACCORDING TO PREDICTED HORIZONTALMOVEMENT 0.17' 0.11' THICKNESS WIDTH LENGTHGTH THE MANUFACTURER'S DIRECTIONS IONS AND ACCORDING TO THESE PLANS, JOINT OPENING "A" FOR NEW STRUCTURE SHALL BE DETERMINED BASED ON 1/4' S. 4'-O' 2. THE BLOCKOUT SHALL BE FORMED TO FULL DEPTH AND GROUND TO PROVIDE A PREDICTED MOVEMENTS FROM SHRINKAGE, CREEP, AND TEMPERATURE CHANGES. UNIFORM BEARING SURFACE FOR THE BRIDGING PLATE. t THE MAXIMUM PREDICTED HORIZONTAL JOINT MOVEMENT IS BASED ON A 3. BRIDGING PLATES SHALL NOT ROCK ON THEIR SUPPORTS PRIOR TO PLACING TEMPERATURE DROP OF 60F. PLUG JOINT MATERIAL. 4� THE BRIDGING PLATE SHALL BE A36 STEEL OR EQUIVALENT APPROVED BY THE ENGINEER. IT SHALL BE INSTALLED IN ACCORDANCE WITH THE MANUFACTURER DIRECTIONS. ALL BRIDGING PLATES SHALL HAVE LOCATOR PINS OR BARS FOR CENTRALIZERS. 5. THE BACKER ROD SHALL BE SECURED AND SEALED ACCORDING TO THE MANUFACTURER'S DIRECTIONS. 6. THE JOINT BONDING AGENT SHALL BE THE TYPE RECOMMENDED BY THE 1' POLYSULFIDE OR MANUFACTURER FOR THE EXPANSION JOINT BEING INSTALLED, IT SHALL BE SILICONE SEALANT APPLIED ACCORDING TO THE MANUFACTURER'S RECOMMENDATIONS. 'A A SEAL FACE OF CURB OR BARRIER 7. ALL SURFACES IN JOINT OPENING SHALL BE CLEANED ACCORDING TO THE t COMPACTED JOINT MANUFACTURER'S DIRECTIONS. 8. THE JOINTS SHALL BE INSTALLED AND COMPACTED ACCORDING TO THE CONCRETE �,: i 3• H MANUFACTURER'S PROCEDURES. THE FINISHED JOINT, AFTER COMPACTING AND CURB OR RAIL SEALING, SHALL BE FLUSH WITH THE TOP OF THE ADJACENT WEARING SURFACE. 3' COMPACTED JOINT " 9. A REPRESENTATIVE OF THE MANUFACTURER SHALL BE ON SITE PRIOR TO AND I U DURING INSTALLATION OF THE PLUG JOINTS AND SHALL APPROVE THE METHODS AND MATERIALS BEFORE WORK COMMENCES. 10. THE ASPHALTIC BINDER SHALL NOT BE OVERHEATED. EITHER BY ABSOLUTE BRIDGING PL WITH TEMPERATURE LIMITS OF THE MATERIAL, OR BY EXTENDED TIME AT A LOWER LOCATOR PINS OR BARS, HIGH TEMPERATURE. MATERIAL THAT IS OVERHEATED SHALL BE DISCARDED, SECTION THROUGH CURB LOCATOR PIN (ONE AT EACH 11, FOR CONSTRUCTION REQUIREMENTS SEE SECTION 518,0E OF STANDARD END OF BRIDGING PLATE). SPECIFICATIONS, ALONG fL EXPANSION DEVICE 12. SEAL TOP OF CURB AS DIRECTED BY THE ENGINEER. BACKER R00 OI 13. SEALING THE FACE OF THE CURB OR BARRIER WILL NOT BE PAID FOR SEPARATELY, BUT WILL BE INCLUDED IN THE WORK. 1' 8" 14. FOR INFORMATION ONLY: IT IS ESTIMATED THAT 56 CU. FT. OF COMPACTED JOINT MATERIAL IS REQUIRED. BLOCKOUT 3" COMPACTED JOINT TO BE LEVEL WISH NEW OVERLAY OR TOP OF CONCRETE END DAM ABUTMENT OR SLAB APPROACH SLAB BONDING AGENT UNDER "A" =SET OPENING COMPACTED JOINT BRIDGING PLATE WITH BACKER ROD LOCATOR PINS OR BA (CONTINUOUS) EXPANSION JOINT DETAIL 3" HMA KEYNOTES 0 WILSEAL OR SEALMATE MAY BE USED FOR TWO FEET FROM GUTTER LINE. ACCEPTABLE EXPANSION DEVICE ALTERNATES ALL ASPKALTIC PLUG JOINT MATERIALS NEED A CERTIFIED TEST REPORT FROM AN INDEPENDENT LABORATORY SHOWING PASSING TEST RESULTS ON ALL REFERENCED TESTS WITHIN THE MOST RECENT ASTM D 6297 FOR EACH LOT OF MATERIAL TO BE INCLUDED ON THE APPROVED PRODUCTS LIST. Print Dole: 10 27 09 Q 0 � Sheet Revisions C010rodo Deportment p City of Ot TrOnSPOrtotion Fort Cottons - JUT 1.zo s.coro 51— /" 6 u« co. eos]i >Iwor:io-a]o-xlxe rry or ron cola.. �® rA%: 9]a-]Sa-x19e xet e. cawy....M» ron aoura. co. Region 4 PJG (soo) z2 -esos As Constructed EB HARMONY ROAD OVER FOSSIL CREEK RESERVOIR INLET DITCH BRIDGE EXPANSION JOINT Project No./Code File Name: bred()I.drg Comments Init. No Revisions: STU M455-095 Horiz. Scale: NONE Vert. SCOIe:NONE yStaff Bridge Branch -Unit 0222 RLO 1 rim��� ax e x lNmr �co �zv vn , ]o]-xn-rers - Revised: Designer: D. Nemovitz 9 fracture FCHRNYE-0.7-125 17306 Delailer: D. Oberosler Numbers Void: Sheet Number 56 Sheet Subset: Bridge Subset Sheets:519 0l 22 ]tl.IION (TAKEN ALONG EB HARMONY ROAD HCL) P.S. P.S. < s . A FS. O.G. MIN. -- OR EXISTING 2-0" —� -- -- STRUCTURE / �� ��� F.S. 2 MIN. N UNDISTURBED EXISTING SOIL OR COMPACTED 2 ROADWAY EMBANKMENT I -6 V-6_ SECTION (EXCAVATION) A SECTION (.cC ILL) A O.C. 2 ,' 6' 6- WAa B.F. AM. SECTION n NFAR OA OF BALL QQ (EXCAVATION) P.S. F.S. F.S. L 2 I V-6. UNDISTURBED EXISTING SOIL OR COMPACTED ROADWAY EMBANKMENT NEAR B.F. ABUT. NEAIt END OF t1INMI 0 SECTION (BACKFILL) B KEY NOTES O1 FOR PURPOSES OF QUANTITY CALCULATIONS, THIS TEMPLATE DOES NOT EXTEND BEYOND END OF WINGWALL. NOTES I. UNLESS SHOWN OTHERWISE IN THE PLANS, THIS DRAWING GIVES THE MINIMUM PAY LIMITS FOR STRUCTURE EXCAVATION AND STRUCTURE BACKFILL. THE CONTRAC70R MAY ELECT TO EXTEND THE STRUCTURE EXCAVATION AND STRUCTURE BACKRLL BEYOND THE LIMITS SHOWN HERE. ANY ADDITIONAL EXCAVATION OR BACKFILL BEYOND THESE LIMITS WILL NOT BE MEASURED NOR PAID FOR. STRUCTURE BACKFILL MATERIAL PLACED OUTSIDE OF THESE PAY LIMITS SHALL MEET THE REQUIREMENTS OF THE STRUCTURE BACKFILL MATERIAL SHOWN ON THIS SHEET. 2. COFFERDAMS AND DEWATERING REQUIRED FOR CONSTRUCTION OF THE BRIDGE SHALL BE INCLUDED IN ITEM 211, DEWATERING. 3, STRUCTURE EXCAVATION FOR RIPRAP NOT SHOWN. STRUCTURE EXCAVATION FOR RIPRAP WILL BE LIMITED TO THE ACTUAL VOLUME OCCUPIED BY THE RIPRAP. FOR DETAILS. SEE DWG. NO, 84. 4. EXCAVATION ABOVE EXISTING STRUCTURES SHALL BE CONSIDERED ROADWAY EXCAVATION. ABBREVIATIONS O.G. ORIGINAL CROUND P.S. PLANNED SUBGRADE F.S. PLANNED FINISHED GRADE OR RIPRAP SUBGRADE LEGEN ®j ROADWAY EXCAVATION .n ."=:: STRUCTURE BACKFILL (CUSS 2) STRUCTURE EXCAVATION STRUCTURE BACKFILL (CLASS 1) l.dr Scale:E Vert, Scole:NONE O Dale: Comments !nit, ..�r..•�• OE TFOfI$ Of101iOn p 20 s.w.e st I (IT u..N� a,. aoei� Pn.rr: )a-]aa-alze 12 emsme® Region 4 PJG Cltyo{ Fort Collins ��—f'�- T' a ron Co..r ze ..cwe.c'wr. (97 Caw. co. lazo) zz,-eeos As Constructed co rwl<PAunr Ntuw UVLR FOSSIL CREEK RESERVOIR INLET DITCH EXCAVATION AND BACKFILL Project No./Code STU M455-095 No Revisions: •ch - Unit 0222 RLO u5i Q Revised: Designer: D. Nemovilz Detoiler. D.r: Sheol Subset: Bridgel tructur FCHRMYE-0.7-125s. Subset Sheets:1320 of 22 17306 Sheet Number {^� b•4Tso-z ioo , 3 co 1D 72 la]-tit-ltla Q O Void: 57 • SEttr of C01- Drw r rr.ncprt.tl.n SlRfftBr�E9r Ors�g1 Br:epe Gelxvtry Pr9jrct CoprGlrotr Cawerler vrrs:m I. W Run rote t Wre Au0 26 0111, SO 2W9 Input Nprtxirg 0f 1- •' 10I163. IUOOW Irqut EAst1%Offsrt 2115M.1 WIN Irqut Bwrlrq S B9 2) 1). OEM E' DESCRIPTION Ire jecirr 100008252; Sub.ccou+.. , Des;prr: SA; Drto:ler: CRS; 1-1- C0; CB Npr y R•rr 1RFri1 c"IN Rnrr.- Inlet D:- 1oRIZ01NT/W- 41oKN1 OPEN NIXI1ONT4 T4GEN1 1ERIIC4 41TN1NI DAIA ELEVATION ELEVATION ELEVATION (L(VAT ION PERCENT ATPI AT RAW STATION AT RAW Al PI CRAW -0 56MX 5I•D/.67W PC 1906. 8520 61•11. 6)W Al.899. 130 1%1, 2M 66 •. ).6)W Pi 1880.)2W -5 000000 TABLE W ROADWAY CPWS-SLOPES (SWERELCVAT IN E• -NC- 1 IIAI IN SLOPE LEI) SLOPE RIRT VC LENGTH 1ON TANQ.TI Q OWO -IT 02W 15 W 1-1 orr- P4OPILE ENTRLL 10 P141 POINT • 0 OM FEET UNITS OF V41D ELEVATION AND CROSS-SLOPC DATA KGIN • OA IN IED 'Ill UGNI T[0 - FOLT LIK DATA LAIWI LINE WFIKD TO BE COINCIDENT WITH HRIZONt4 CONIRR KL STA OFFSET LAIWI LINE INTERSECTS KF LINE AT 66•W DODO 0.[IBI000M ELL00W WAD LOAD WllECE1ON DATA DErL[CTIONS AT TENTH POINTS FIN FITTED CR'JE 00 0.1 D0 0.] 0.1 D.5 IT 07 LLB 1.1 I.0 FR BENT LIKE CL ApJT 1 01 CARDS): I DIRECT! LINES KfEKKED By, E IKN 0. OD00 OOIM -0 W15 aC- 0. 3112 1- 03112 O.WW -0, DO O. DIM 0ONO IKH FONT ICOM 0.MI1 -00070 O.MW aO5 0.UMB 00259 OM -a W10 0.MEE '(IONO FONT SLOPE 11313333 -0. 313333 SLOPE 1•-216. WI A2•-219. 1W NI= 6l. RI) NO._. E2000 TOP - LIKE CL - 1 O) C-1. 1 (IRKR LINES BE-11) III: I AI•-226. 573 I" "W" W W a. 01]6 -a aBB6 n 06]. a M6] W 0 0. 15-3 IT W]. -0. CM, 0. 01% D. DODO I14N b- 453 1.7 FOOT aDONE D. WII -a W). 4OD53 0.W)2 a0316 0. WJ2 aDD53 -a M1. DM11 aD000 FMI b•-293. 281 00 O.E 02 03 01 0.5 D.6 01 0B 09 1.1 KIT LIK IxTERSE-OW POINT FIN LAIWI LINE PROJECT COCATI NATES KIT LIK GIRDER LIK ROAW DESCRIPTION : OFFSET OW WITE : NRTHINC [ASIING LENCtH r" SKEW : LENGTH FRON CRWS- ST.IION OFISET CLEVAIION � L y y-AKIS O H S REr LINE SLOP • HORIZOWI4 CON)RO. LIK • AT FINISHED RAW -HET LINK- 66-W. 0000 O. OOW 1W10199 Y ABWT I 66.66. 91W 00000 18)9. )SW [L AWII 66.69. OWN O. COW 1819.6SM 10 CL NINE 2' 61-12. I'M OOOW 1011. 1150 1 BF ABLE 2 67-11, 12W 0,0000 4817 M75 DO 0. DODO D. LAWO 101)63 DODO 211SM. D3W -W O W W W 0 MM •/ W0000 10))62. A>W 2116t1. 93)I O. OOW -21 .953.W 66. 91W •/-. W0000 0. DODO 69. WW 101162.852E 21162), W10 0. 00M -2E 19 55 W 69. 91. •/-.WOOED 0 OOW 112. 51W 101162. 1151 214670.595E 0. GOOD -21 .9 55 W Ill. 5)W •/-.pd'N00 0. DODO III. i2W 101162.1N9 2116I2. )ION 0. DODO -21 19 51. IT III. J2W •) WW00 u LEFI WI DECK ' PO4LIL TO HillCONIRR 0.250DW FEET KLOW FINISHED RAW BE" LINO S1N110N OFFSEI ELEVATION ELEV•K I I NOOINING EA"'N6 KNI -ET SKCV GIRDER INN CRS-SLP •REF LIK• 66-M.NCEM -19. 5000 IBB3. IB% -19 SOW CEOOM 107102."1 214558. 1121 -19, SEEM O W Dow 0. DODO •0. D20o00 OF AWTI CL AWII 66.59 W11 E, 61. 21)9 -19.SWO -19, SOME W0. 2B% IBM.1B11 -19. 5000 -E9 MW 59 W19 l0 Me 4111 ZE161 ). ]OW-2E.0066 -21 .915.W 61. 21i9 101182.125E 211619. NSW -2E.OD66-211955.W 59. W)9 •0020W0 61. NJ9 •O WWW F-Z 66.65. 5%9 -195000 1819.9636 W -19. SEE S 6W5519%099 2211I62%3 % 2215% - 69, 101)82. ]1% 1011)8822.. 3005.0EE S9M.% ••••000.... 00 OW0002222[0100WC000W r 6.11MET 66 -19MIKE -190 1819 W85 1.19 -11, S -1910 I1 MEN 10J)82. 321.632.510 1B_6119 »82. 2.1 J6651 14. 3W9 •0020000M0W0-1 •0W000 F 66.83 -19500 4811 W3E 41. 212 BlW9 •000t0000 F5 66.01. 359 66.9019-19 W10 81 -9OW -19 SOW 01.351 . W) 91 709 101)B2.IW 21Ifi19 0I. 351 9109 F -B 666.•%1A. ..559 -19, SOD IBIS, 1 096E1 %W59 f-9 ABUT2 61•W IW9 -19. SW -1.ONWB&%0 1B]&2232 -1900 50W O -W610582 DOJ2 II E1659. •0.020000 W 1W0 MOTTIN IN J00WWCL AWE2 61•W% I SO 1W19 I.IMI. 93 NA.1159OI.)9 2106-211955.W 106YET 11 •0W N LEFT FLOVLIK PM4LCL 10 NRItONI4 ENTICE. 0. 2M000 FOCI BELOW FINISICO RAW BENT LIK 1T.T10N OFFSET ELEVATION CLEV-W A I NpnN1NC CAST INC BENT LNIH SKEW GIPDCW LNT. CRS-SLP •Kr LIK• 66•W DODO -IA.OWO 1883 I5% -18 DODO a WAM IOJJAE.-a 21155E 1%1 -EB. DDDO D M mOO 0 Do9D •00.'OOW IF ABUT I CL AWl1 66.59. TIEN 66.61. BIBS -19. 0000 -1&0000 10K 2M 1B%. I211 -1& "No -TO W00 59. 6989 1011ED 9J% 211611. 8950 -19. ]901 -21 19 SSW 61. 0." 1C17M 91% 211620 NEE -19.]9111-211951W 59.6%9 •D @DODO 11, 8109 -0 WIEW F-2 66.66. 19% %•10 SSW -I8. DODO -EA OOM NBM %M IBM POOP -IB DODO -I0. 0000 66 19% 101>W 81A8 21162. J951 )0. SSW 1011W BWI 211628.)163 66 1999 •6 WOWO I055W •0.020000 r-3 66.>I, %19 66.N 2529 -I& W00 -EA.OWO IBM. 16" IBM ESOP -IB. WIN -Is WW )1 %19 ID))W. 1913 21163J W13 M. 2529 ICIPW 1565 211637.1181 11. W19 •O W0000 N 25M •0. W0000 f-5 F-6 1.83. WM %.81. 9519 -IB. MM -I0. DODO 1A19. 0333 IBIS. BIM -18.WW -W 00M 03 WW ID)18D. 7157 211611.1989 BI.%19 1011W 6>M 21.616. 119) 81 WM •a 02000D B). 9519 •O. WOOOD 1-1 F-B 66.9E M9 66.%.6569 -IB.WW -EB. WOO 1A1B. 59B2 181. WO) -I8. DODO -10.WW %,M9 IOJIM. 631E 2116505W5 %6569 IOI1M. 5934 21a659. M13 12. M9 •1 W0000 %.6% •0 W'0000 F-9 CLABuT2 11.01. WI9 67•D5, M` -IB.OWO -IB. WOp 1AIB. 16]I IB».'63' -18. WW -EB.MW ITT W19 IC11. W(i 211659. 2W1 ION. M89 101JW. 5119 2E166].55M -19.390J-211955,M 10L W19 •O.02- 105. 35119 •O. WOD00 K AMT 2 67•OJ 5089 -IB DODO 1BJ). DIET -IB W W ION 5p09 101>80 1911 2TA665. 7029 -19. 390> -21 19 SS. W 101. SW9 •0. WOOM 0 GI PAP4LEL TO WRIZONT4 CONTROL 0. 250000 FEET KLOW 11NISK0 RAW BENT LIK SIAIIM WfSCT ELEVATION CLEV-W A y AGPMINC CASIINC KNE L.I. SKCV GIRDER LNTN CRS-SLP •RCr LINE- 66.W DODO 11. ESOP 1%3. W.B -11.MW 0. 0000 10)))).1494 211550. 16M -1.. MW 0MMM 000M •0. 020W0 BF All I CL AITLE 66.61.201E %633512 1.25W -11. 25EO IBM O)81 IBM. 91W BJ9.9)W -I. riW -11. t500 61. W12 IOJ»). I)50 2TA619. 362E -I5. MI0 -21 19 SSW 61 M1t 10//1/. I551 211621. SIDE -15 M10 -21 .9 SS.W 61.201E •00 WOOM 61 M12 •0.0d]000 M12 1.)Wt 66.i2.OS3t 1.. ESOP -H. ESOP 1B19. 1134 8191111 E8]95159 B)9880 1.23W -IE. 250D 61. 7W2 101111. 11.9 1E16M. B628 12. a5R 10)11). D]I, 21E6M. 21M 6).)WZ •00ZOW0 )2. WJ2 •0. W0000 F-3 66116101E 66•00135t -1.. ESOP IA ZSW 1B/9. 318E BM 3233 IB19 EW1819. 126E -11. ESOP -1.. B500 )6.W2 10))/).0331 2N634,56 u gMSi 10))16. 99Z6 21.6]&'TV 1610E2 •o. 0.s0000 W155E •n 02LMW F-5 66.85. 106E -1. 2300 18/8. BBY B)8. 91% 2% -I.2S00 BS 106E 10)J16 ISIS 2116AJ 26W 83106E •O WOOW F-6 f-I 66.09 .51E 66.9E W82 -11. ESOP -11. 2500 18)& 818 6916 IBM I"'8M E531 -11. MOD -11. M00 O 15)2 1011)6, 9110 21161E 616E 93. W02 101768103 214651.%)6 B9 1510 •n WD000 918WE •a WDDDo f-0 f-9 661% IS% 6),W. 51W -1.. ESOP -I.. ESOP .81E 2M BID. 2235 IBIS OEM 878.0141 -11. MW -14. 2500 % 15% 101111 8295 211656 310E ION. STOP 101»6.1W1 21.660.669E %. IS% •0 WWW IW.SIW .O WOOW CL NOTE 2 BF ABLE 2 6),% 861E 6110 0112 -1. 2SW -I.. 25M IB». 195E 871. III IK). W79 -14 -A MW ION 861E 10/1/6. TIN 211.& 0200 -15. no -21 19 SSW 109 0112 107776. 727E 214661. 17M -15 MIO -21 19 55 M E W %12 •0 0t0000 ION. 011E .0 021e00 EI G2 FAR4LEL TO "IZONT4 CONIM 0 250000 FEET KLW FINISHED RAK KNI LIK STATION OFFSET ELEVATION EL[Y•W K Y NECE EISTINC BENT LNn1 SKEW GIRDER LNIH CRS-ILP •REF LIK• 66.1.M -1. 2500 1882.021E -1. DIED 0 DODO 101)6.. I.99 21.558. 011> -I. 2300 0 W W W 0 DODO .0 W0000 BF ABUT I CL PIKE I 66 66.109E 66 68 559E -I. ESOP -L 25W 1819. SSW IBM. 1505 819. E5D5 -1. ESOP -1. POO 66 109E 101161. 1276 21.621. TIED -I. 3166 -2L19 IS.W 68. 559E 10»6I. TONS 211626 5919 -I. ]I% -21 19 55. W 66. 1092 •0. 020000 60. 5592 •0. W0000 F-1 F-2 661 J2. 910E 11-11.261E -E. 25W -L 2M0 1819 2]M 8I9. 211E 1B)9. OE54 B)9. TOB1 25M .1. 25W )2. 91W 10>16.. W61 2116W 918J ». 2612 101]61. 0M9 11163S 2%S J2. 910E •0. A'0000 11. 2612 •00200W F-3 r-. IN, 01. 6122 66.05.%M L. 2SW -L 2500 IBM)919 BIB. DO 4810. SBW.18. POTS -1. 25W L. MW 81.6112 10)]61ME 21I631 6503 BS 96M 10J]63. 91I. 2116.1. W» 81.612E •0 W0000 85.%M •0. Oe0e CEe T. 1-6 66•W ]1.2 66.9..665E -I. 230p -1.251p 10)&]62B BJB.IW3 b10 115E 8J& IIEI -I.riW -1. ME %31Et 101)6190J6 21 E61&ME9 II - 10I113 862E 21161E. I028 %JI12 •a D20CW 9•, 66Y .0 OPENED F-> (-B 66.99.016E 61.OJ.%12 -I.- -1. ESOP 'I1111.9VI 817. 93M IB».1E01 811. IM -1. MW -1. M00 99016E 101763, Q. IT4111. OS% X72 101763.7813 211661..01. %. 016E •0.020000 101%I2 •D. WWW F-9 CL ABUT 2 6110). 11B2 6)•12. W92 -I.MW -1. 25pD .817. 1%6111, 4937 1621.27W 81I.2J50 -E. 2500 -E.MW :01 107. I182 10116E 710 211%5. 1552 112.%% 101163 6%1 214670. 1060 -21 19 SSW EST. IIB2 •E) W0000 112.%92 •O WOM K ABLE Z 61.1. 2192 -1.25W IB]i. 1675 1 MW 111, 2192 102763 67% 211672. M59 -1. J1% -21 19 55 W 11.219E •110"'0"0 11 KL/P4 PAR4LEL 1. NOITIZONI4 ICA RR a 150)00 FEET KIM rINISHCD RAW KNl LINE STATION OFFSET ELEVATION REV -DEL L I IUNHINC EASTINC BENT LNIH SKEW GIRDER LNIH CRS-SLP .R[T LIK• -CO OLAM 0.0000 1Wt Jq% 0.0000 O. atLV 10)163. 5000 21E55&OOG 0.OWO O W W W 00000 •/-. 020000 IFIMT I EL AKE 66.6691W 66.69. 0600 O. OOOD OOOW IBM. SOW 1BJ9. 1W5 D0000 0WW %. 91W E01162. BIM t11621.9]]I 0. DODO-21195SW 690600 10»62. 0528 211fi21. W)0 0NEW -2149 S5-W %. 91W •/-. 020000 690600 r/-. WCOW r. F-2 66•]J. 1110 66.1>. 16W 0 0000 O OWO IBM. IBM EA>B.%SI O.MM 0 WW 73. IIEO 10)162.BIW 2TA6J1.1110 1).%W 101162. 11E3 21.6M. )W6 13. 1110 •/-. W0000 )1. )620 •/-. 0.s0000 r-1 66.82. IT 66.96. I640 0. DODO D. DODO IBJB. 7119 IBM 5M3 0.DO O WED Q. IIM 10)1Pa.)M 21.61n 139E U. 4640 101762. 6"1 21.6E4 E9W 02. IIM •/-. 020000 W.1610 •/-. OZ0000 r-5 F-6 66•%.BIDE 66.95. 1660 00000 0 DODO 1BJ8. 31W IBM On' IT To O.WW 908150 10))62. 64W 211618.8110 95. 16W 107162. 6W2 214651. TIED III BEW0000 95 16W •/-. W0000 r-) r-B 66•%. 5110 6)•03. 86W 00W0 0 DODO IB11. 01» 1BJ). 660E OWM O WW %51 i0 10])62. 561E 21.65I. 1E26 103.%W 101162, 5266 21.661.093E %51 )0 •/-. 02']000 103.%W •/-. OZONO T-9 CL AMT 2 OF Ax11 2 6).W. 2E% 61.12. 17W 61.14 1- 0. DODO 0. DODO 0 OEM EB». 1- 1811. 2M0 IBM 1115 O. CoW 0 W W 0 ONE) ION 21% 101162.IMB 211666.211E 112. 57M 101)62. 1.5E 211610. M1 0. DODO -21 .9 51 W IT. I 1011R. 1219 2116J2. 71. O. W W -21 19 51 W ION. 21DO •/-. 020000 112. 51W •/-. W0000 III. 72W •I-. WODOp F 9 f '} b F NOTES 1. ELEVATIONS ARE AT TOP OF BRIDGE DECK. 3. THESE STATIONS, COORDINATES, OFFSETS, AND LENGTHS DEFINE THE LAYOUT OF THE STRUCTURE IN A TWO DIMENSIONAL HORIZONTAL PLANE. ELEVATIONS DEFINE THE FINAL 2. POSITIVE ROADWAY CROSS SLOPE IS UPWARDS FROM THE PROFILE GRADE LINE. GRADE OF THE FINSHED CONCRETE DECK. FABRICATION OF STRUCTURAL COMPONENTS THROUGH THE DIRECT USE OF THIS INFORMATION IS NOT INTENDED OR ADVISABLE. Print Date: 10 27 09 O O � 0 Sheet Revisions Colorado De OrtTenl p Of TrOnSportation _ 60%71.IT 62o S. PIE st-t ���_ PNgm: 91D-330-212a PAIL 970-J10-2198 Region 4 PJG 9 Cityof Fort Collins i^"� r1Y of Eon cww 2e+ A. cdr9. Aw1w. Eon c•9;+•, co. t91D) 221-6605 AS Constructed EB HARMONY ROAD OVER FOSSIL CREEK RESERVOIR INLET DITCH DECK ELEVATIONS (1 OF 2) Project No./Code @@@ File Name: brdeOI.dAW Dole: Comments [nit. No Revisions: STU M455-095 Horiz. Scale: None Vert, Scole:None Slat! Bridge Branch -Unit 022E RLO k f •eo+ arc leafs PM Swl• 100 Omar. co 8025E PNOP•: 3G3-2z1-7215 Revised: Designer: S. Abraham Structure FCHRMYE-0.7-125 1 J3-- Oeloiler; E. Schawo Numbers Void: Sheet Number 58 Street Subset: Bridge Subset Sheets:827 of 22 W MALLEL 101 BIMNTK CONIRR 0250000 FEET 9CLa FINISHED WADE son LINE STAT ION u RIWT SIDEVALA PMALLCL TO Iai]IZONIAL CONTR0. 0.2500W ((CL KLa FINISHED RAM OFFST 11-1-IONCLCV•K K V IOnNIK EAST -BENT LNTN SKCV .GIRIER LNIN CRS-SLP BENT LINE STATION OFFSET ELErATION .KF LIK. 66.OD Wr1J 11, 7500 ION. %AD II. 15W 0 DOOO 107751. 15W 214557. 11" It. J500 ELUIDE KRINIK EASTIK BENt LNTH SKCV GIRDER LNIH ERS-SLP CLAM 66.793767] IT. IBM W16 II. 15W )1. 6173 10>]St. 0191 2116a. S110 IT DO W W 12. 6510 -21 .955.W a. W00 -O. W SEED 71,6173 .KF LIK. 66.00. OD00 IT. 5000 IN . %% 1L 5000 O'0000 10]722. WIB 21.351. 6111 11. SOW O W CL AWII F-1 fiE.13. I103 %•]B. 75W 11. 75W IBM TIM B18. 711 150D 1B78.J1a.78. 11]] II. )SW ]]. )6E3 10115I. 0392 21.6]1.68]9 12. 6510 -2119 SSW -a W0000 13. Jn,3-0.02WOp VAWII CI AWTI 66r81335] 66reS 6B5N 41, 5000 11. SOW 48718/67 IB1). J792 11, SOW W W TOIL 533] 101I21.21W 21.6.1.1)71 11.]W1 -21 .955.W 0. 0000 -0. W0000 80. 535) -0. W0000 F-2 F-] 1613 66•B2. A69) %.86. BA) IT, 11. ]SOD IB)e. A9W B)e.1BI1 11. ]SOD 1818.2)]5 B)B. 2B28 T. II. )300 II. )SW 71.1183 107]51.018H 2116]6. 0]IB B2. 4693 107%9777 211610. 38% B6. A20] 10]>50. 9J69 10. II8J -a OLJ000 82.4693 -a W0(00 F-I F-2 66•W 036E 66.9A 381N 41, SOOD II. SOW 18E7. 521N 181N. WII n, SOW II. STOW 11. SOW 85.6B5] 1p1721. 1988 21.61]. J2W 11.]W.-21195SW IS 017 I01721. IYT 21I61].61J0 A5. 6B57 -O WOOW %.0]61 -0 a= F-I F-3 66.91.111E 66195. X2] 11, ]SW 1B)8. W99 BIB. OBJI II. NSW IB)]. BIN B7N. 8N99 11. )SW 21 %1.. 1361 91. 1111 IN7%-1 2116.9. W72 %. B20J -0 WTOOON 91. J13 -0. WOOTO (-1 66•%. NEB) 61.O1. 73 7 11. SDW 41. 5000 18)1, W66 181696W .I. SOW 9t. J81) 10)121. 11)7 21.6Y, W16 9e )a1 107121. TOTES 211E%. ]155 0.1. 9.. JB11 -a W0000 98. 1JB7 -0. WOOW (-6 %•99. BJ37 11. 15W I8E1. 6218811. 65N 11. ri00 II, NSW 91 Y2] 101)50. 835] 21I65].1W0 N. B)3] IaIW. B116 STIES/,]BBB 95. X2] -0 W0TO00 a. 8133 r-5 6J•01. 1101 41. STOOD 18716515 11. SOW 41. SOW IDJ. W9E 101721. 2116W. ]a] TOIL TINT 10l]A 9957 211INTO 3 W51) 0771 IOJ. 009N -M NT)DOD F-) F-B 61.01. 221] I1. ]SW .BEN TONE B1I. ITN 11. >SW TOIL 221] 101>50. )7]B 21.662. IJ% -002WW 101.-S -N 02WW r-6 (-7 61.11. 791i .1.5000 .B]61J39 a. SOW TO )411 ID7/A 211%9. TOIL 110] -0. 02M III. 1917-0.020000 r-9 61•W. 373) 6)•12926] 11. ISlp 18J), IB91811. 182N II. ]SW 18N6.9J228169)]] II. ]SW 11. NSW 1a.3]5] 101I50. )JW 211666. 190. 112.9a] 10)J50. 6922 2116ID. e112 la. 5ISJ -0. N0000 112.9a] 1-B 61.16. I121 61•A. .9]E .1. 5000 II. 5000 .816. 216. .875. Nees 11. SOW 11. SOW 116. IN21 101)W 9131 21.6N].1)B) IA 19J7 101IN, B126 2116N0. 12% i16. 1.2E -0, Y0000 CL AWII 2 OF ANT 67.19.4273 6)•19..2E3 1 750E 1876151E 816. 151E II. ]SW II1.2]73 10113p. 6315 21161319N 12. 65)B -21 19 53 W -N 020000 117.2173 -a 02000E F-9 EL AWT 2 6]•2.. 0.1E 6131 11. SOW IB)5. JB1] 11. SOW IN. B1.> Ip))A WI9 2116B2.IBW A. A9]E -0. WOOOp L II. JSW 1876. 617I II. NSW 1194273 107J50. 6313 214177.3419 12. 63)B-211955.DO 119. 4273 -0. NOTED KABYT2 19SJ 6N•31.JN3] 11. SEND 41. 5000 IBIS. %37 18J5.1562 II.500E la. 195] 101120.1911 211606. All I II. ]WA -21 19 51 W t21. a. B95J-00200LV _ W PARALLEL TO WRIZONtAl- CONTROL 025000E FELT BELN FINISHED GRADE u RIGHT Wt HECK 11. SOW IJI. NSE 1011A. 11W Z116N. 961E 167%-211953W t31. ].S) -00200W KNt TIDE STATION OFFSET ELEVATION ELCV•K A v NEl1INIK PARALLEL TO WIRIZONTr1 CONTROL TO. 2300W r[Cl DELa FINISHED WADE EA$tIK KNI LNIN $ACV GIRDER LNIN CRS-SLP KNI LIK ST.,,. OFFSET ELEVAI ION CLEI-k NWTHIK EASTIK KNT 1REF'L NEI %100 DODD 21.75W AM. 7010 24. 75W O. OOW 101738. MIT 214557. 7%1 24.7500 OWOU.W O. WOO -a DN00p INTH SKCV GIRDER THIN EDT-SLP K AWII [L AWTI %•I6 WS) 66•)89753 N. NSW .81631]2 2.. ]SW .8)B.IaI BEB.IW> 21. NSW 21. ]SW 768253 10)73d 03II 211631. 62W 78. 9731 IO7738.011E 2116%. 76% a6623 -2119510E &1. -2119%W )6.Bal -0DMEEI .OEF LINE. KAW11 66•W 0000 66•BI 366 13,0000 II DOOO INN. 9]9B 1877. 7867 1300W 11 DOOD IS 0000 WIM, 5019 211551. 62]0 11.000E OWp0.W P. 136E .01119. IT. 2I1611. )SN DOW 0.0000-0.02pp0p (-I 66•W.J26] 2.. NSW .BNB 1X2 A17191] N. ]500 el ]a) 10)J]J.9)W 2116.I.IA) ITT. 9753 -0. OAD00 8J Y6)-0.02OOW EL AWTI ITT %•%2866 110000 IDJ]. 67X COOD 11 WW .60221 -21 A951W Bi 2B66 101)19. 691] 21.61E 90'W I6 Y2J -2119 S&DO Ba -0.02DW0 (-2 F-) - 66rW. OONESNES 66.92. 21. 15W 4877. MIT 0)I.%Nl 2E ]5W TAN). 1111 8N7. N621 2.. 75W 21. )SW TOIL 6N7) 107)]]. 9291 211613.)IS 92. 0283 10)J31. BBB) 21.619. 822] 87,6773 -0 OA000 Y. 028) -0. Y0000 F-2 (-1 66 JJ6 66.91.988E I]. OOOO 41 COTT0 IB]J. 161E IB)I. SLIT 11 11000E DOE` %6]J6 101119. 6X5 214618. SENT N. SW6 107)19. 611E 211fiX.6115 6117 862866-0.02pOW 9116376 -002000E N.98% -a WW00 F-5 66•%.]MJ 7" 61•W SEES 2.. J500 18NJ. IMIT 7.-1 21, JSFp .171. 12A BIT. 1316 2.. )SOD 21. 75W %379] 10J131.8179 ST TES.. 1731 IW ITSI17 10713)WNI 21165B. 32J9 96319E -0 W0000 1Oa -002000E %•%. ]J% 17.03- 1]. WN 11000E IBNJ. 026E 1816. B090 110pD0 a0p00 99 lJ% ID7719 211656962E IW.69% 1011I93302 21.661. ]I]I %. )1% -O 020ga iW.69W-0.020pp0 F-6 F-N 6)•W. WI1 61.09.I 21. )5W .BEN. IOAI B)J. I]I6 21. 1500 2.. )5W IDS -WI] 10J7)N. 1661 21.662.87.) 1DO NETS WI] -OUNOD F-S (-6 61•00011E 61-12,392E 11000E .1000E IBM, W14 I10000 IW.ONI6 1017I9. IB91 i11fbS%]9 N16 IW.0.16 -0. W0000 F-8 67.1}N]] 3 IB160%98>6. 8922 21. NSW .8)6 %9]010.66N 21. 7" N. )S00 la. lyl IO11)7. )2% 21A66). 225E 107737. N48 211611. 576. IW 1]23. -0. W0000 (-) 6J•16 ).% .}pOTOp .B16 JNJ9 1BJ61%l 110ppp a. Do"HOD Ili-3926 101119...a 21%M DI11 1161.% 10J119. 10J8 21.6X0111 74X TOIL -0DNOLa .1671% 1-9 6]•IB 13.] 2.. NSW .8/6. .5188E6. Asa N. NSW :137833 IIO IJI) ION]]J. 6..0 21.6759212 11 ]. )B]J -0. O200W 118. 1343 -0 OMOOD f-B F-9 6]•21. 09.E .100D0 18J593N a. DOCO 121. :0NJ19.408 21I6]e 716] -0020LVW 121.09.E -O. WCRa [L AWl 2 K AWI 2 61.22..B5] 67121.6]3] 21. )SW .0E62112 016.2N2 - 21. NSW 1A)6. 1261 21. ]5W 21. i5W 122.1853 107731, W32 2116W 21W 121. 6]33 10)131. 5811 211682..219 266623 -21 19 55. W 26 662] -21 49 S5. 122. II -0OA000 CL AWI 2 67.2S 115E 67.29.196E 13. OOW 13.000E 18)31212 4875. W37 13 WW 410000 iri. 1.5E IONJI9. 326] 2116W%>I in196E 101119. N55 211W1. MIT 16. ]22] IT. 12511% -0. DA000 W IN.6J33 -0. 020000 K ADVI 2 6]•31. 9166 1]. 000E 4813. 3962 43. WW -21 19 SSW IJI. M. 107,19 aN 21.W9.%19 U23 -21 19 51 W la. 196E -0.0200D0 I)I. 916E :a O2 _ RIGHT FLOTLIK PARALLEL TO WRIZONtAI CONTROL 0.i50000 FEET BELOI FINISHED WADE KNI LIK STATION OFFSET ELEVATION REV111. K V KRTHIK EASTIK SENT LNix SA GIRDER LNIH CRS-SLP .K(LIK. %1W OTTOO 32. DOW 1882.159E 32.WW 0, GOOD 101])1. W14 211557. 73D1 M.M OW DO DO 0. DODO -0. W0000 BF AWI I EL AWTI 66.79. 729E %•B1. 81a 32. 0000 IBIS. 22TO 32.OWO IB78. 1193 32. W W 19. 72% 10N)30. 7542 21163/, 1%1 3C 1721 -21 19 55. W J9 ]29B -0 02ppW DMOO) 66.862JW ]2. OOW .7),9W0 32. OOW 32 OWO BL 87N ID77M 7341 2146396W3 .6. 2308 1D7730. 693E 211611%71 31. 1)24-211955,OD 81.81% -IT r-2 r-3 WIN MITI 66.91. 32.000E .877. 6914 320000 W. 50I8 ID77M. 6325 211618, 3019 B62WB -0.02000E W.SBIB -0.020000 (-5 SIM 66199 IOTA 6]•016]IS 32, 0000 .8]J..669 JL 000E .B)J. 2191 ]2. X, DOTO Y. OTT00 91. 93N IDI)W. 6118 2116Y. 658E %. N]B 1077 W. 5710 211657. OD% 9.. 9128 -0. 020W0 99 N]B -0. WOODS f-6 61.D). 985E 000E 18]). 03IS 32. OOTTO IB)6 BIAS 32. 0000 Y. 0TT00 LOS 6348 101]]0.5" 211661.3W1 101, W50 1011W 1a1 211.5. 7112 10J. 6318 -a W0000 F-E 6N•12. 3]60 32000E IBM. S%N 32. STOOD 112. 33W 1.17W4.91 21.610. OXO 101. WN -0. DMOTo F-B 61.1E 68]B 12.1, 000E 32. DOOD 116. W78 1011W .ON9 21.6NA. 11N 112.1%8 -0.0200W 116. W18 -0 02000E 1-9 R AWl 2 6]121.OIDB ]L OOW 1816161E 4876 161 Y. WCO 1U DIED -7W %)I 21.6JB. M% 121. WN -0. 02WW BF ANT 2 67.25.369E 67127.5390 72. DOW .975. 9110 ROUND IBM 8%5 Y. O OOD 32. OODO In INS 1077X W63 21I6011II. 121.5398 ID7730. ]OX 211683 all 34. 4724 -21 19 53 DOI233B% 31. 4724 -21 19 53 W -0. 0N000 27.5398 -a 02000E _ LEFT TIKVALK PMALLCL TO HERIA TK CONTROL 0 250WU FEET KLa rlxlpED WADE Kxl LINE STA71M OrrSE1 ELEVATION ELEV.0. F -THIK EASTIK SENT LNTN UN GIRDER LATH CRS-SLP .Kr LIK. K AWII 66.W 000E 71300E LOBS. 1298 1J. SOW a000D 10)]W WIS 21155).)161 ]7. 500E OW WW 0000E -0.02000E tt AWI I 66•W.]W) W1 IT. 1AJ8. TEND ]15000 IB>A 059S 33. SOTTO 3}SOW Do330E 10l]n. 24B7 2144RBAl2 B2.IA) J6. OBBJ-21495SW WIWE _D NOOW F-1 66.868]IE ,,,EM, l]. 500E IB/1. 8119 315000 101129. NBS 2116.0.1911 %.831) IDNIN.I877 21161I.0 %. ON3 -2119 n0a IS, DO 'D W. F-2 F-3 %•91,,'. %•935337 11 S000 .BJ).621. 315000 .8N7.1060 ]].SOW 335000 91. tR7 IN- 211618. B9IB n5337 11)77 . W2 214653 N% 831, -0. W00D0 91. IB21-0.4'Op00 n nI-002,0000 f-S f-6 IA N47 6/•01.2]57 31500E 4077. 1893 ]1.3W0 AB]6971) Jl. "TO 3J. S000 99, W.7 1017a W5. 21.651.5%1 ION. AY 107)a. W46 21.661. 9.72 99 88.7 -0 02W W 1N. 2J57 -0. 0.'lWW F-) 6)rDO 367 6]•12. 917E 3]. 5000 4876. 1312 )1. SOW 1Bi6.5%6 33. SBW ]150pD 1N. WI 1077N.%79 21.%629W 112.9J1) 101>N 91]I 21.67661N IW.S%1 -0. (SNOOD 112.931> -0. W0000 F-8 F-9 6N.17. NB7 6N121. 679E J}SOW 181E ]I91 ]}SOW/8161013 ]}SLMIp TIN.2N7 101)N. 5021 21161I. 99% 117.2N1 -0. WTOTT00 [L AWIB 6l•a,Ia ]1"1 .B1]. 31500E 121.6J97 10]iN. BETS 21 %19.JW. IN 9W1 107]N 82W 21I683. 7011 %.ON]-211953W 121.NBI -0.02000E Is AWT 2 67.28. IIO7 33. 3TOW 18/3. )16S 7765 33.500E ]]. S000 120. IIO] 10]1N. BOOS-685.8511 X' ON3 -21 19 51TO 125.9W1 -0. WOOW 128. 1101 -0. W0TTTO0 G5 PARALLEL TO HORICONIAL CONrRR 0. 25000D FEET KLa FINISHED WADE BENT LINE STATION OFFSET ELEVATION ELEV•DL v I NWt- EASTIK KNT LNIN SKCV GIRDER LNTN CRS-SLP .Kr LINE. 66•W OOW 31. JSW im 0.18 37.)SW 00000 IOJIa. 731E 21153]67Y )I. N3W OW DO DO OONO -O.WWW r AWi 1 [L AWTI 66.82. WIT 66.81 INS ]). 7300 18)1. 996A 7].]5W .877. BN3 BIT. BB9] J>. NSW 37.JSW TOIL 0]]7 10»21. 9829 21.639. 1059 81. 1833 I07121. 9627 21011. M58 .0. 666] -21 19 55 W 40.6%7-211935W 82. 0]]) -0. OATT00 BN.IW) -00.'.W00 - F-2 66•W SNIT 37, 7500 4877.6718 B]). 61a ]I. N. 531] 107724, 92A 21I6162066 W 531] -S aWOD F-1 f6.92. 8WJ %•9J.2%) 37.7500 1877.N3.2877.2417 37.7500 4817.2361 BJ). NI] I- J7. 15W ]1. i5W X. EINS 177i.. DO12 2116%5575 9i.2%J IWT21.B.a 214654.9W3 N.-3 -0. 02000E 91.2%3 -a O2N000 r-3 61.01. 587] 31.75W .8JN.0191 611. 8.IT 3J. 15W ION. M73 101121. 7N7 211659. 691 ION. Y13 -0.OM0.J Fi 6J.W.9303 67.1E Ml' 31. nE0 .8I6 W16 TOTE WEI 11.750E .8)6 YTa 8J6. 61W ]). 15W ]E.)f00 IW. 9303 1011N. I589 2116616a9 110.2891 10)]21. 1181 211%I.9W] IOi 93BJ -0. WWW 110.2891 -0 WOODS F-) F-B -IC 6A0] 37. ]50) IBM, Jfi658)63)I5 ]7. 75W 11..6.0E 107724,6773 21.672. 3115 NIA 61W-a0200pN r-9 6J•16"IS AT., 31a 3' "a"AM&11890169"" 3E.)500 18N59]II A719123 31, J500 ]7. i5W IIB 113 101]21. 636E 21.1716623 IA.NN 10112.. 59% 21.601. DI]1 110991E -0.02WW IA 112] -O. DMOOT(SMOO CL - 2 K AWt 2 61.27.6933 6I.a.81n 37. E500 IBIS )13A BJS. JI W 37. INTO 16 M3 3 l>. )SW 31. 7SOD 11). 691E TONES.. 535E 21I6A1 %J9 IN -BAT] 101121. 53.9 2116BE. 5138 .0 fi66N -21 I9 55 W 10 6667 -21 19 55. W 127. 691] -IT RCLVtO 1a. 8433 -D NODED NOTES I. ELEVATIONS ARE AT TOP OF BRIDGE DECK. 2. POSITIVE ROADWAY CROSS SLOPE IS UPWARDS FROM THE PROFILE GRADE LINE. Date- 10 27 OB O OO O Sheet Revisions Colorodo Deportment of TronSportatiOn cnyof - Fort Collins ,•20 SNDNNtl "n, f� -�� n% u<61A� co. solo, '" R4 9.- 24 eo Region 4 PJG roA) ::,- eos As Constructed Nome: brde02.dr' Date: Comments Inn. :. Scale: None Vert. Scole:None No Revisions: Bridge Branch"- Unit 0222 RLO IDa, oC,700.- 0co Bni AwNA,, 3o1-m-n75 Revised: 9 DDeesloi n Sheet void: 3. THESE STATIONS, COORDINATES, OFFSETS, AND LENGTHS DEFINE THE LAYOUT OF THE STRUCTURE IN A TWO DIMENSIONAL HORIZONTAL PLANE. ELEVATIONS DEFINE THE FIR GRADE OF THE FINSHED CONCRETE DECK. FABRICATION OF STRUCTURAL COMPONENT THROUGH THE DIRECT USE OF THIS INFORMATION IS NOT INTENDED OR ADVISABLE. DECK ELEVATIONS (2 OF 2) E. STU M455-095 17306 Sheet Number no STA 67.46.75. \17.97' LT BEGIN FLARED EryD SECTION \ ` ` - N EXISTING ROW STA 66+38.03, 17.97' LT STA 66+19.6 17.9 LT �-'������-'--•��- �0,�b BEGIN TRANSITION TY E 3C \STA 6 + .Ot, � 22.6.78 LT STA 65+83.84, 23.11' LT m S ` T oi LT I END RECONSTRUCTION 30 IS 0 30 60 14' BEGIN WID NING R @ L BEGIN 7' PAVING BEHIND 3 _�->-rST7:r'g55 22.15' T STA 68+00 EXISTING EDGE GUARDRAIL _ r t r t r '-END FLARED END SEC7I�N Of PAVEMENT STA-b5.+80.86. 22.92: LT _ _ _ - _ _ - _ STA 6 +28.34. - - -5 57t9253. „� BECiN-FLARED-END-SE- 0 - -'I-i:9 'T"8EB1 23 1' LTLT'j1 �- _ _ EAST HARMONY ROAD (WESTBOUND) TRASH -TY -pgyl G-BEFIIND - _GUARDRAIL))- 118+00 S 89.31.a7. E 119+00 1 +00 \— 11+00 122+0 123+00 124+00 N � 990.43 - +40.82, O-----.--__ _ + ----- -- \ M TOP OF CUT STA 65+65.86, 16.00' LT 3 ® 16' LT _____ - STA 68+50.00, -TOE OF� - O , 18.04' RT + FILL O - 64+00_ - _ - _ 65+00 66+00 _ 490579 . Z - io -STA, 66+56.76, 32. 5' RT EAST HARMONY ROAD (EASTBOUND) -v -BEGIN IMPACT. ATTENUATOR - CLAD GUARD n 68 00 69+00 70 a ., - _ - W 3 Z �...m-'"e.uaw __ _m-s�,'^w' ."•m-�•c--__- _.`�'i. —n_ S row- e$ c '-- - - ` STA 68+00• 7.92' RT STA 69+50• U STA 68+00. 18.02' RT 18.09' RT STA 66+22.87, 32.00' R7 t ST�Ao 67+31 20 ` - -" _ STA 68+00, 26' RT STA 69+00.00. EXISTING) —' 18" R- 25 1 STA 68+00, 32' RT ROW TOP OF CUT CSP STA 66+43,46. 42.82' RT , L .�2.00' RT 10 `E 17.57' RT \ �\ � STA 67+67.43, 32.00' RT `�•m� NOTES: 18" CMP F.E.S. EXISTING GRAVEL ACCESS ROAD 'A ` R- 10' J 1. FOR PROPOSED STRUCTURE, \ STA 67+( 1.13' \ STA 67+57.50. 43.13' RT EXISTING ROW SEE BRIDGE PLANS. STA 65+00. 32' RT END WIDENING OF GRAVEL ROAD MAINTENANCE 40� 7' RTC r� CURB TYPE 6 (SECTION M) ( ) a \ WIDENING .8 GRAVEL ROAD (MAINTENANCE) 2, FOR RIPRAP PROTECTION AT STA 66+95.77, 118.84' RT \ �� STA 67+60.80, 72.13' RT PROPOSED STRUCTURE, SEE RIPRAP RU DOWN, SEE RIPRAP DETAIL SHEET `` `\ R= 25 TOE OF FILL RIPRAP DETAIL SHEET. STA 67+63.97, 81.77' RT O + -FAST'HARMONY'RD. 4900 b - - -(EASTBOUND 4900 It -PROPOSED' RAOE-LtNE 4890 �rowr\ - 4890 -o'r-- — _+ .- _ - In - _ ........: _..-...... --- in - EXISTING. - - - _ -OPTIC - — 4880 ELECTRIC'—t_ \_f•� _ -- \ - 4ql—Wr= = o�w - °1 t=_ yr _ `— - 'n'- �_^�"^ ° 4880 EXISTING--'AS_LINE EXISTING_WATER_IJNE - --__ ExISTwC-FIBER o� _ W1 O o p _- — _ �w EAST -HARMONY (WESTBOUND) RD. --------- - _ _ _ - EXISTING -GROUND Q 4870 935-vC -- _., ��= ��= EAST-HARMONY-RD. 4870 A:D.-- 4:44 (EASTBOUND)- EXISTING-GROUND—J W S.S.D. DEStGN-SPEED'=-SS- --529.06 PH - _—_ - - -PROPOSED- STRUCTURE— —(SEE-BRIDGE-PLANS)- NM_�-per 0 _m tocow m .-01 w to Qj -m ph] fAV �__—� �- _� �__.--_� m 6! m rN m ODD to 4860'---- 63+00 64+00 65+00 66+00 67+00 68+00 69+00 70+00 Print Date: 12 04 09 O O Sheet Revisions Colorodo Deportment of Transportation 1420 s«o^a S-I ) o r G—'". e° eo6r 1 o•mw: 470-360-2125 9To-350-2166 Region 4 PJG 9 city of FOfi C011If15 ' ��` c1 ron cowm 261 e.°cm ron cal^.. �.m. (s2o) ---S As Constructed PLAN AND PROFILE EASTBOUND STA. 63+00 TO 70+00 WESTBOUND STA. `117+42 TO 124+42 Project No./Code File Name: RdDD07.tlw Dote: comments Init. No Revisions: gTU M455-095 Horiz. Scale: Vert, Scole: 12 Oa 09 i 7 UPDATE TOE Or nu uNE LLM -WI .w1 DTC BmMvma Revised: Designer. LLM Structure 17306 Deloiler: BEG Numbers Too 0-,, CO W2A PI o: ro3-221-T2T6 void: Street Number 33 Sheet Sunset: Pd:P Subset Sheets: 7 of t 1 0 0 0 • 1. Site Description Additional information for permitted projects. For information only to fulfill the .0 DPS-SCP (Colorado Discharge Permit - Stormwater Construction Permit) A% Project Site Description: The project involves widening Harmony Road between Strauss Cabin Road and Ziegler Road. Harmony Road wiI V be improved to three through lanes plus auxiliary turn lanes. Grading includes roadside cut/fill slopes and roadside ditches. Work will include embankment, excavation, drainage culverts, and asphalt paving. Disturbed areas will be landscaped with native seeding. The Eastbound Harmony Road Bridge over Fossil Creek Reservoir inlet ditch will be replaced. The replacement structure is also a bridge, although it will be wider and longer than the current overpass. The westbound traffic lanes and grassy median are carried over the ditch by means of a concrete box culvert, located just upstream of the existing eastbound bridge. Although a portion of this culvert will be removed to accommodate the wider bridge, the majority of the culvert will remain in -place. B. Proposed Sequencing For Motor Activities: 1. Roadway Earthwork 2. Bridge Foundation, Substructure, and Superstructure 3. Drainage and Storm Sewer System 4. Curb, Gutter and Sidewalk 5. Asphalt Pavement 6. Asphalt Milling and Overlay 7. Signing and Striping 8. Seeding 8 Landscaping C. Acres Of Disturbance: Total area of construction site: 25.3 Acres Total area of disturbance: 3.7 Acres Acreage of seeding: 1.75 Acres D. Existina Soil Data: The soil consists of gravelly sand and sandy gravel over claystone bedrock. Sandy clay and clayey sand fill was encountered to a depth of 4 feet. E. Existing Vegetation, Including Percent Cover: Prior to ground disturbance, at the environmental pre -construction conference, this shall be determined by the City of Fort Collins Landscape Architect date of survey: 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. Receiving Water: 1. Outfall locations: The Fossil Creek Reservoir inlet ditch is owned by the North Poudre Irrigation Company and is a flow controlled ditch running north to south to the outlet in the Fossil Creek Reservoir located to the south of Harmony Rd. Station 25+00 to station 67+e0 the roadside and median ditches drain to the Fossil Creek Reservoir inlet ditch. Station 67+00 to station 86+76.75. fill slopes drain to adjacent properties and the median ditch drains to adjacent properties at Strauss Cabin Rd. 2. Names of receiving water(s) on site and the ultimate receiving water: Fossil Creek Reservoir Inlet Ditch and Fossil Creek Reservoir 3. Distance ultimate receiving water is from project: 2 miles 4. Does the receiving water have an approved TMDL: No H. Allowable Nan-Stormwater Discharges: None 1. Groundwater -and stormwater dewatering: Discharge to the ground of, water from construction dewatering activities may be authorized provided that: .�. 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: No 2. Stream Impacts: No 3. Threatened and Endangered Species: None 2. Site Map Components Pre -construction A. Construction Site Boundaries See Erosion Control Plan B. All Areas Of Ground Surface Disturbance See Erosion Control Plan C. Areas Of Cut And Fill See Erosion Control Plan D. Location Of All Structural BMPs Identified In The SWMP See Erosion Control Plan E. Location Of Non -Structural BMPs As Applicable In The SWMP See Erosion Control Plan F. Springs, Stream, Wetlands And Other Surface Water See Erosion Control Plan G. Protection Of Trees, Shrubs, Cultural Resources And Mature Vegetation See Erosion Control Plan 3. SWMP Administrator For Design: Dan Liddle, P.E., PBSBJ 4. Stormwater Management Controls First Construction Activities The Contractor Shall Perform The Following: A. Designate A SWMP Administrator/Erosion Control Supervisor (To be filled out at time of construction; designate the individual(s) responsible for implementing, maintaining and revising SWMP, including the title and contact information. The activities and responsibilities of the administrator shall address all aspects of the projects SWMP.) B. Potential Pollutant Sources Evaluate, identify and describe all potential sources of pollutants at the site in accordance with subsection 107.25 and place in the SWMP notebook. All BMPs related to potential pollutants shall be shown on the SWMP site map by the contractor's ECS. C. Best Management Practices (BMPs) For Stormwater Pollution Prevention Phased BMP Implementation During design: fields are marked when used in the SWMP. During construction: the ECS shall update the checked boxes to match site conditions. Clearly describe the relationship between the phases of construction and the implementation of BMP controls. Add a narrative to the table or to the site map describing why the BMPs are being used in specific locations Structural BMP practices for erosion and sediment control; practices may include, but are not limited to: CHECK DAMS Check dams are to be placed in the ditches immediately after ditch grading has been completed. Check dams are used for the purpose of reducing the velocity of concentrated stormwater flows to non -erosive velocities, thereby reducing erosion in swales or ditches. Erosion bales (weed free) are to be placed in the ditch per the COOT M&S Standards in locations indicated in the Erosion Control Plans. Check dam spacing is to be per the COOT Erosion and Stormwa ter Quality Guide. Print Date: t0 iS 09 Q C=D����� O Sheet Revisions Colorado Department City of Transportation Fort Collins % i42o 5«ara sv«� ��- U 0•er Ce. BOa3i �' vaa,,.:io-Sso-zua ca ran co9:r iu: 910-350-3 9a —4. Mnw ran cm:,.. co.Numbers Region 4 PJG (91a) xxi-aCc 9 As Constructed SWMP CONSTRUCTION PLAN SHEET Project No./Code File Name: RdSwmpNotesOl.dwg Date: Comments IniL No Revisions: STU M455-095 Horiz. Scale: Vert. Scale: C O 1 aai om earr.ara LEA Revised: Designer: LLM Strutlure 17306 0— r . co 221- 303-z91-n1s void: Detail-LLM sheet Number 60 Sheet Subset: Swmp Subset Sheets: t of s SILT FENCE Silt fence shall be used at the toe of slope and shall be placed prior to earth work disturbance occurring. Silt fence shall be placed at locations indicated in the plans, and as directed to prevent sediment from exiting the project site. In areas with more than 100 feet of slope, the intermediate silt fence shall be placed as soon as the grading is complete. CULVERT EROSION LOGS INLET PROTECTION Erosion logs to be placed at culvert inlets immediately after culvert placement. Erosion logs to be placed as per the COOT M&S Standards. Erosion logs are used to capture and filter sediment laden run-off from disturbed areas during construction. CULVERT EROSION BALE INLET PROTECTION Erosion bales to be placed at culvert inlets immediately after culvert placement. Erosion bales to be placed as per'the CDOT M&S Standards. Erosion bales are used to capture and filter sediment laden run-off from disturbed areas during construction. BRIDGE SCOUR PROTECTION - RIPRAP RUNDOWN Riprap will be placed at culvert outlets and along abutment walls of bridge as indicated in the drainage plans. Riprap is to be placed immediately after the culvert/structure is placed. Riprap is used as an energy dissipation device to prevent scour and erosion at the outlet and the bridge by reducing the velocity and energy of concentrated flows. CONCRETE WASHOUTS Facilities or designated construction work areas where concrete waste is generated from demolition activities; where concrete is used as a construction material; where concrete trucks or concrete coated equipment are washed on site as permitted by the engineer; where slurries containing Portland cement concrete (PCC) or asphalt concrete are generated; and where mortar -mixing areas exist. STABILIZED CONSTRUCTION ENTRANCE Used to reduce the amount of mud tracked onto paved public roads by vehicles or runoff leaving the construction site. Used as a temporary feature. MP A]�1_n TYPEOFBMP CONTROL as Desf ned sehRST nUCTION iteTIES WRING CONSTRUCTION INTERIM/FINAL TABILIZATION arth Berm/Diversion erosion x heck Dams sediment x x Fence sediment z x ton Logs sediment x orary Sediment rap/Basin sediment x anent Sediment rap/Basin sediment x nkment Protector erosion x Protection erosion x [nlet et Protection erosion x rete Washouts constructionx ilized truction ance construction x terin - sediment x orary Stream sin erosion xr File Nome: Noriz. Scale: RdSwmpNoles01.dw Vert. stole: Dote: Comments Irit. O( TfOngpOrtotion Crt of y i Fort Collins As Constructed Re"iaiona: SWMP CONSTRUCTION PLAN SHEET Project No./Code O OT 42044s00rF,� �6� �f No STU M455-095 FM Aso, p c eogF.or4 su,,, 7 O PFV: 9)0 Aso ewes emmrswmdams m,> o, Fen C, . 28, e.17306 Revised:LLM Designer: Iruclure A m eo7�r ,,: >o _im_rxvs O Region 4 PJG Fort co '„fin. co, F. a, -erns void: Detoiler, LLM Numbers Sheet Subset: Swmp Subset Sheets: 2 of 4 Sheet Number 61 • NON-STRUCTURAL BMP practices for erosion and sediment control; practices may include, but are not limited to: SURFACE ROUGHENING/GRADING TECHNIQUES Soil surface roughening, terracing and rounding at tops of cuts, transitions and roadway ditches to facilitate plant establishment and minimize soil erosion. Used to temporarily stabilize disturbed areas and to protect from wind and water erosion. Disturbed surfaces shall be left in a roughened condition at all times by equipment tracking, scarifying or disking the surface on contour with a 2 to 4 inch minimum variation in the soil surface. Round channel bottoms to avoid V- shaped ditches and round the tops of cut slopes and the toes of fill slopes. SEEDING PERMANENT Seeding is used to control runoff and erosion on disturbed areas. Drill seeding shall occur on slopes flatter than 2:1 and shall occur on the contour of the slope. Completed areas shall be seeded within 14 days after final grade is reached. Seeded areas shall be inspected frequently for areas of failure. Slopes that are too steep for drill seeding shall have seed broadcast at double the rate and raked into the surface. MULCH/MULCH TACKIFIER Mulching and mulch tackifier is used for temporary erosion control on incomplete slopes, stockpiles and on slopes when seeding is not allowed due to seasonal constraints. Also used to cover permanent or temporary seeded areas. SOIL RETENTION BLANKET Shall be placed in areas as shown on the plans or as directed; all slopes steeper than 3:1 shall receive blanket. Slope shall be properly prepared prior to placement of blanket. If rills, rocks, etc. are present they shall be removed prior to placing blanket to ensure blanket is placed on the soil with no tenting; see specifications;, and M&S standards. Straw/coconut soil retention blankets will be used on all slopes steeper than 3:1. VEGETATIVE BUFFER STRIPS Existing vegetation shall be used as a BMP on the project. Existing vegetation helps with erosion and sediment control and protects water quality. Areas of preserved vegetation shall be marked on the site map by the ECS. The amount of sediment reaching buffer strips shall be kept to a minimum by placing temporary and permanent erosion control features on disturbed slopes. If sediment does enter buffer strips and covers existing vegetation it shall be cleaned and re -seeded as directed. Sediment in vegetative ditches shall be avoided to prevent sediment laden 'water from exiting the project site. All vegetative ditch outfalls shall be protected with erosion logs or berms as shown in the plans or as directed. PROTECTION OF TREES In Use First Type Of BMP As On Construction During Interim/Final MP Control De .,.tied Site Activities Construction Stabilization Surface Roughening/Grading Techniques Erosion X eedin Permanent Erosion X eedin Temporary Erosion X ulch/Mulch ackifier Erosion X x oil Binder Erosion X oil Retention lanket Erosion X X egetative Buffer tri s Erosion X X X rotec tion Of rees Erosion X X reservation Of ature Vegetation Erosion X X X ther • Erosion control devices are used to limit the amount of erosion on site. • Sediment control devices are designed to capture sediment on the project site, • Construction control are BMPs related to construction access and staging. • BMP locations are indicated on the site map. • BMP installation details and general narratives are in the SWMP notebook. D. Offsite Drainage (Run On Waterl 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 EntrancelVehicle 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. Existing trees in the vicinity of the work shall be protected with fencing. Prior 5. During Construction to construction a PBSBJ Environmental Scientist will complete an inventory of all Responsibilities of the SWMP administrator/erosion control supervisor during construction impacted trees. Three (3) trees of like species to be replanted for every tree -- - removed for construction within Senate Bill 40 areas. A PBSBJ Environmental The SWMP should be considered a "living document" that is continuously reviewed and modified. Scientist is to be notified 10 working days prior to tree replanting and shall be During construction, the following items shall be added, updated, or amended as needed by the onsite to direct locations for 're pl anting. SWMP Admiriistrator/Erosion Control Supervisor (ECS) in accordance with section 208. PROTECTION OF MATURE VEGETATION Materials Handling And Spill Prevention Existing shrubs and vegetation in the vicinity of the work shall be protected with A. Stockpile Management fencing. Prior to construction a PBSBJ Environmental Scientist will complete an B. Grading And Slope Stabilization inventory of all impacted shrubs. Three (3) shrubs of like species to be replanted C. Surface Roughening for every shrub removed for construction within Senate Bill 40 areas. A PBSBJ D. Vehicle Tracking Environmental Scientist is to be notified 10 working days prior to shrub E. Temporary Stabilization replanting and shall be onsite to direct locations for replanting. F. Concrete Washout -------- -- File Name: RdSwmpNotes0l.dw p Q p Date: oncct rncvrbrvrls Comments Init. wwr vuo vepvrvment City of of Tronsportotion Fort Collins r.to S.. sr.«1 Gn. C., eo631 f` --- ��/r / tin 07io-Sw-xixa gr ran c.... r1x: a1a-J50-] 9e Y o1 t81 N. cd RegionPJG (slo) �aw5 As Constructed SWMP CONSTRUCTION PLAN SHEET Project No./Code Horiz. Scale: Vert. Scale: No Revisions: STU M455-095 „ Revised: Designer: LLM Structure !k .ear OiC eoWer.rO an.vr, CO Ba237 Vaav'So3-zx1-1z15 void: LLM Numbers 17306 Sheet Number 62 Sheet Subset: Scamp Sheet Subset Sheets: 3 of 4 F. Concrete Washout 1. Concrete washout water or waste from field laboratories and paving equipment shall be contained in accordance with subsection 208.05. H. Saw Cutting I'. New Inlet/Culvert Protection J. Street Cleaning 6. Inspections A. Inspections shall be in accordance with subsection 208.03 (c). 7. BMP Maintenance A. .Maintenance shall be in accordance with subsection 208.04 (e). 8. Record Keeping A. Records shall be in accordance with subsection 208.03 (c). 9. Interim And Final Stabilization A. Seeding Plan Soil preparation, soil conditioning or topsoil, seeding (native), mulching (weed free), and mulch tackifier will be required for an estimated 1.75 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 Buffalograss Buchloe dact loides 8.4 Western wheat rass Pasco rum smithii 4.3 Slender wheatgrass E1 mus trach caulus 3.0 Sideoats grams Bouteloua curb endula 2.5 Blue orama Bouteloua gracilis 0.6 Sand dro seed S orobolus cryptandrus e.1 [Total 18.9 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. Mulchina Application• Apply 1 % tons of certified weed free hay per acre mechanically crimped into the soil in combination with an organic mulch tackifier. D. Special Reguirements; Due to high failure rates, hydromulching and/or hydroseeding will not be allowed. E. Soil Conditioning And Fertilizer Requirements: 1. Fertilizer will not be required on the project. 2. Soil conditioner, organic amendment shall be applied to all seeded areas at 3 cy/1000 sf. 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 City of Fort Collins 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 Descri tion Unit Quantity 203 Blading Hour 44 283 Backhoe Hour 40 207 Stockpile Topsoil Cy 1600 208 Erosion Log 12 Inch Lf 280 208 Erosion Bales Weed Free Each 200 208 Silt Fence Lf 1300 208 Concrete Washout Structure Each 1 208 Storm Drain Inlet Protection Each 4 208 Stabilized Construction Entrance Each 2 208 Erosion Control Supervisor Day 120 212 Seeding Native Acre 3 212 ISoil Conditioning Acre 3 213 Mulching Weed Free Ha Acre 3 216 Soil Retention Blanket Biode radeable Straw/Coconut S 223, 700 IErosion Control Fa 1 1. BMP maintenance shall be paid for as: Included in'the cost of erosion control device. 2. It is estimated that 1 concrete washout structures will be required on the project. 3. It is estimated that 40 hours of blading and dozing may be required for miscellaneous erosion control work as directed by the Engineer. It is estimated that 4 hours of blading may be required for erosion correction (Sta 115+28 to Sta 121+21). Work shall be paid for as: 203 Blading and 203 Backhoe. 4. It is estimated that 2 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: FA Erosion Control File Nome: RdSwmpNotesol.drrq O O Sheet Revisions Colorado Deportment City of of Transporlolion Fort Col ins O i 14M $Kane swwl --�- 'ru 'cis-]so--3i906 gy el ran cea„s 0amr's'e 9-"- 2e1 k tawq. - w ran cam.. 5 Region 4 PJG (s,o) 2i1-X* AS Constructed SWMP CONSTRUCTION PLAN SHEET Project No. Code Dote: comments !nit, Noriz. Scale: Vert. Stole: 46a1 OTC ."r No Revisions; STU M455-095 Revised: gn LLM Desi er; truclure Numbers r sou wa Dawn, CO 80237 ena+:.b]-221-tz]5 Void: Detailer: LLM 17306 Sheet Number 63 Sheet Subset: Scamp Subset Sheets: 4 of 4 • EXISTING ROW — _ — ---------- -------- ---------- EAST HARMONY ROAD (WESTBOUND) _------------- j------29+00-----30+00 — N RR•14'33- E EAST HARMONY ROAD ---------^_�S „. 32+00 WIDENING 8 N n En N J x U LEGEND p NI UU< DAM CHECK BALES EROSION LOC ® EROSION INLET PROTECTION -+ FLOW ARROW C==X:3 PIPE WITH F.E.S. — SILT FENCE Print Dole: 10 is 09 O O Sheet Revisions Colorado Deportment Clty Of of Tronspoftotion FortCOtlins I.m s«ab s1.«1 /"�f`, P— 70-350-2125 c: I rw cau,,. P10-}so-z oe y ^ asp as1 H. cawy. e..w. ran CMim. Co. Region 4 PJG (evo) 221-6wa 9 As Constructed EROSION CONTROL AND GRADING PLANS EASTBOUND STA. 28+00 TO 35+00 Project No./Code STU M455-095 File Nome: RdErosionCl10l.dW Date: Comments Init. No Revis,ons: Horiz. scale: Vert. Score: eo1 rc ««a Revised: Designer: LLM Structure 17306 N 700 on,wr. 0 eau' Plaoc: }o}-ial-atas void: Delailer: BEG Numbers Sheet Number 64 Sheet Subset: ErosGrd Subset Sheets: ) of 9 N 30 15 0 30 60 EXISTING ROW EAST HAF�Y NY ROAD WIDENING `\ EXISTING ROW ASPHALT WIDENING 39+00 5 S 89'27'47- E ASPHALT MILLING 4908.79' ASPHALT MILLING IM /J --'"EAST HARMON. ROAD (EASTBOU� Z TECHNOLOGY PARKWAY LEGEND DAM CHECK &ALES EROSION LOG ® EROSION INLET PROTECTION '+ FLOW ARROW GZ] PIPE WITH F.E.S. — — SILT FENCE File Nome: RdErosionCl102.Ow Q O O pole: ——....... comments Inil, of Tronsportotion crcyof Fort Collins 1120 ]«ona slrM UT s,,,Yy cP. span �'�-`/"-� FA2: s7o-sso-x se ,B,I xa��c� !» rat CPe+u, G. Region 4 PJG (s70) 221-w5 As Constructed LAND GRADING PLANS EASTBOUND STA. 35+00 TO 42+00 project No./Code MOriI. Stale: Vert. Scale: No Revisions: STU M455-095 —n + SO. orc eaw.Pra DDrn.«, co =31 M: & P, 303-221-7275 Revised: Designer: LLM tructure Numbers 17306 Deloiler 8EC Vold: Sheet Number 65 Sheet Subset. ErosGrdJ Subset Sheets: 2 of 9 - — EXISTING ROW - _ _l7 _ _ _ — _ _ —. _ _ _ _ _ _ _ _ _ _ �� //7 ASPHALT MILLING EAST HARMONY RdAD WESTBOUND 100+00 101+00 (WESTBOUND) S aa'so'2a' E � 102+00 �"103. 00 C 55D.6D r ASPHALT WIDENING 46+00 L-ASPHALT MILLING \ EAST HARMONY ROAD (EASTBOUND)..----J — — — — — — — — — — — — — — /— — _ — I_ _ D — + y ASPHALT WIDENING a1 a 47+00 a 48+00 I S 89'2747- E 4g 1a- 908.79 w Z LEGEND FDAM CHECK BALES EROSION LOG ® EROSION INLET PROTECTION + FLOW ARROW C=3 PIPE WITH F.E.S. — SILT FENCE Print Dole: 10 15 09 O 0 O O Sheet Revisions Colorado Deportment City of of Tronsportotion Fort Collins o... w. ees31 --- 07 I.xe s.c.m S-1 i^`� Pn.".:1io-Sw-7lxe C;Iy oI con CA., FAX: 97e-35e-2se xsI Nq. w.""r Fan Cae�rw. Co. Region 4 PJG (sTo)xz I-6s05 AS Constructed EROSION CONTROL AND GRADING PLANS EASTBOUND STA. 42+00 TO 49+00 WESTBOUND STA. 100+00 TO 103+42 Project No. Code J File Nome: RdErosionCl103.dw Dole: Comments Init. No Revisions: STU M455-095 Horiz. Scole: Vert. Scole: sal arc 0W... Revised: Designer: LLM Structure Numbers 1 7306 It 0 I rmCO =3x ' Rww: 3o3-xxl-Tzx5 Void: o: Oeloiler BEG Sheet Number 66 Sheet Subset: ErosC Subset Sheets: 3 of g N 30 15 0 30 60 CAMBRIDGE AVE. EXISTING ROW T \I � __________ _-- —___ —w____ EXISTING ROW -------------- 104 00 � S- 105+00 �ASPfiA`T MILLING EAS HARMONY ROAD (WESTBOUND) ----,\ S 88+5D0'26" E \1 06+00 107+00. 108+00 s 89 �y,E 109+00 ' +00 .! 7 O ----.—PHALT WIDENING _ _ _ _ _ _ _ _ 00 (A/ 0+00 51 +00 52+00 �3+00 _ _�`ln 54+00 — T� f� 55+00— F HARMONYROAD (EASTBOI�ND) Z 910 t• - EXISTING ROW EXISTING ROW LADY MOON DR. a LEGEND DAM CHECK GALES EROSION LOG ® EROSION INLET PROTECTION FLOW ARROW PIPE WITH F.E.S. F SILT FENCE Print Dole: 10 15 09 Q Q Q Sheet Revisions Colorado Deportment of Transportation P`ww: 07_ ]so-717s mmB J56-]199 cityof FOft Cothn i^^N`�..._ r I r.n cow. H ° tslron AS Constructed EROSION CONTROL AND GRADING PLANS EASTBOUND STA. 49+00 TO 56+00 WESTBOUND STA. 103+42 TO 110+42 Project Peet No. j No./Code File Nome: RdErosionCt104.dW Nori:. stole: Vert. Stole: Date: Comments wt. No Recisions: STU M455-095 1 rc erlr..rre Revised: 9^ LLM assigner; er` Mucture SO. mo FM 17306 DES, rmrr co 221- P wr: Jw-o:1-T:n O Region 4 PJG c�rrMr, co, roTa) ]]1_ee06 void: Delailer: BEG Numbers Sheet Subset: ErosGrd Subset Sheets: 4 of 9 Sheet Number 67 STA 115+28 TO STA 121+21 593 FT EROSION CORRECTION (WIDTH OF 10 FT FROM EDGE OF PAVEMENT) Ex1571NG ROW _ _ _ _ — __ _ _ _ _ _ _ _ _----4900---- ------------ I - - - - - -- ----- EAST HA ONY R ESTBO ( UN0' \ 69 III 00 112 0 1 13+00 99� 1 4+00 ) '115+00 •0 116. 00 117 + 0 `r $\ S 89' T30' E \ �a 'S 89 1'4T E \43 I + ;5 770-- — — 57 e - of 2+0 YSFck 63. W S 89'27'47- w>. iY"' .;7 f V7 , > ,..:_....-•.�„� ^dl :' a�. 61+0fi, s k T?t Z 908.79' F h 1 •'H¢la 'ia -# k Ac1i7 s li :. 4 ': �`v t oz �F�a `�u .,(. 7,`,y �� _ ,✓+ EAST HARMONY ROAD (EASTBOUND fi' Wr ,. = ASPHALT WIDENING -� ✓k "r y,'�+:�' L'- Y.f'��1 ��� 1 � ..�%�s yam.. A���� vc kin' ?• ^k R^ 0 i+ i' rg' 's�d E` d� t ^F 1 �y "''�'�y,�, � U — — —, r � : _. ).,-._.. —u_.: � («s ,_ .�t.: .Eam'..��_-.+.—e:^ _"'�`�;-{ �� ��'..�.�b . -x Ya •2>} ,.,;3's ..tad+ 'P dF �.. Y.l i C ------------ _._— -- -fo— ,Fo—v a f - � � / EXISTING ROw TOP OF CUT / / F.E.S. I 1\\ I / \ f 1&='CSP { - STA'80+29.07' 38' RT II BEGIN 18' CSP INV. EL. 4900.58 I EXISTIrG ROW i 1 i I I 1 I (t S TOP OF CUT I I ImI 1 u� I LEGEND DAM CHECK BALES ? 1 I I I I EROSION LO0 NOTE: FOR EROSION CORRECTION, REGRADE AND SEED FLOWLINE. WORK INCLUDED IN BLADING HOURS. TO MAINTAIN FLOW FROM EDGE OF ASPHALT TO I I I ® EROSION INLET PROTECTION I ' I I F FLOW ARROW ',• I I C=Q PIPE WITH F.E.S. a4 { SILT FENCE Print Date: 10is 09 0 (� (� Sheet Revisions Cotorodo Department cnyol of Tronsportotion Fort Collins a.Fc4y w. M3, f� --_ )f1T I'm s«.m S-1 /"�. P.m.: 9io-00o-010e 01r .I c.n C... cAx: 970-350-t19e aa, N. Calz — Fw coeu,r, co. Region 4 PJG (970) 291-460S .9 As Constructed EROSION CONTROL AND GRADING PLANS EASTBOUND STA. 56+00 TO 63+00 WESTBOUND STA. 110+42 TO 117+42 Project No./Code STU M455-095 File Nome: RdErosionCt105.dW Dote: Comments Init. No Revisions: Horiz. Score: Vert. Scale: solo e.w..aa 000 Revised: Desi er: LLM 9^ Structure 1 7,306 °O, Soil. Too PNra: 3w-ix1-7x7s 2,2 Void: Oeloiler: BEG Numbers Sheet Number 68 Sheet Subset: ErosGrd Subset Sheets: 5 of 9 EXISTING ROW STA 115+28 TO STA 121+21 593 FT EROSION CORRECTION (WIDTH OF 10 FT FROM EDGE Of PAVEMENT) N JO IS D JO 60 \ 1 I'-60' 11 \ \ 1 1 1 \ 1\ 1 1 1 1 EXISTING ROW -----------�----- !Too 489'31'sT E V'9+�o � � � 1120s#00 1�2+0q ASPHALT �+ �\ �\ /O 'n i Z 73 rn �! w Z i _ �' s b . ax j. 1 1'✓1' ,; EA T H RM NY ROAD EAS BOUND T EXISTING R)Y \ HALT ENINC } TOP OF CUBLA�0/ E I�IPa.DETAIL \ LHUTT C/91TRO { 18' C P F..S. \ � 7 / EX TIN. ROW STA 64+87.70. 38' R7 1\", END 18" CSP PQSEO INV. EL. 4887.96 RIPRAP PROTECTION `0 UC'(URE, SEE RIPRAP DETAIL BRIDGE LEGEND \ DAM CHECK SALES NOTE: FOR EROSION CORRECTION, REGRADE AND SEED TO MAINTAIN FLOW FROM EDGE OF ASPHALT TO �\\ EROSK)N LOG ¢ FLOWLINE. WORK INCLUDED IN BEADING HOURS. P' ® EROSION INLET PROTECTION [ `+ FLOW ARROW PIPE WITH F.E.S. f — — SILT FENCE Print Dole: 101s 09 Sheet Revisions Colorado Deportment File Name: RdErosionCt106.dW Cut AS Constructed EROSION CONTROL AND GRADING PLANS pro e Dole: comments )nil. of Transportation j ct No./Code Fort Collins . EAsreouNO STA. 63+00 TO 70+00 Hor z. stole: vent. Stole: _—_ UT . s,., n sv I /^ — No ReYirions: WESTBOUND STA. 117+42 TO 124+42 STU M455-095 1420 ce. a v"t F Q w-xlzs c a ra,l cos,,. R Designs,: t( S.A. no o mw o a Q ra: wo-sso-zlse mI w M e�Ised: e" LLM truclur 17306 g PI�°n""., 1--ni-')zr, O Region 4 PJG (970)c222—m- Void: Sheet Subset: EmsGrd NSubsets Sheets: 6 of 9 Sheet Number 69 _ ----_ - 7 �-- E%ISTING ROW -- � , /�E%ISTING 36" RCP ' -. -. _ ---.----- - EAST HARMONY ROAD (WESTBOUND) 125+00 126+00 127+00 128+00 S 89'31'47" E 129+00 130+00 131+00 00 TOE OF FILL 1990.43 END WIDENING RT - - _ + - - - _ - - _ - _-__-__--.------_S7A-73 .95 '--A- _ - - p 16.00' LT MA CH xIST EXISTING EDGE STA 76+76.69 - - - - - - - - - rn 74+00 W 75+00 76+OOS 77 89'27's7" E Z J _ — EAST HARMONY ROAD (EASTBOUND) — STA 72+50. 18.22' RT_—•-.--ETA_.:-Y--zT��_,- STA 71+00, STA 71+TOE �' �'• STA 73+50, 3. RT EXISTING ROW STA 76+76.57, r _E_ OF FILL STA 73+50. 1019-,RT 32.00' RT STA70+50. 18.1 RT STA 71+50, STA 72+9 STA 73+50, 18.27' RT 18,18' RT 18.20. RT STA 70+00. 18.17' RT STA 73+00, 18.24' RT s4 �s s� 4s O - O `—�,- =-_,_�-� --- _EAST-HARMON (WESTBOUND) _ EXISTMG_GROUND RD.-- —_--_-- �. T - ------ V1 _—_— -- -i — - W--� _ ._ _..T-- HARMONY .(EASTBOUND)-� .EXISTING -GROUND__._...--.— -RD.- ..._._........ _— - _— n - --- — ---- _________— W Z— _. - — - -_ — U 70+00 71+00 72+00 73+00 74+00 75+00 76+00 77+00 Print Dole: 12 Oa 09 Sheet Revisions Colorado Deportment City of AS Constructed PLAN AND PROFILE Project No./Code File Nome: RdDD08.dw Dale: comments Init. of Transportation F art Colons EASTBOUND STA. 70+00 TO 77+00 Stole: vent. Stole: DHoriz. M 12/04/09 UPDATE 10E OF GILL uNE LLM )�jT uxo s„om svm /"�``� No Revls;onr. WESTBOUND STA. 124+42 TO 131+42 STU M455-095 O --- vnw� uia Jw xiz° FAX: cl ron cauw Revised: Designer: LLM Slruclure 17306 ! PM sol orc eowwwo 5i"'• J0° � 9)o-J50-1W6 Nel x°Iro.i co`�°.• co.•'w Detail— BEG Numbers °•"'•'' CO °023' : Pnoro]DJ-xxl-)x)J Q Region 4 PJG Iszo) zzl-s4os vole : Sheet Subset: P&P $heel Number Subset Sheets: 8 0l t 1 34 N }0 IS 0 }0 60 1'.60• _ EXISTING ROW $ 'm w 1 S+OfY 1 6+00 ss EAST HARMONY ROAD (WESTBOUNO)� & 27+00 128+00 S 8 ' I'4T E 129+0 130+00 - 131+0Q-- 199 >43. � 0 �1"�" r?71+ � •'� �72 0 {fx t73+OOa� � �5100 _--a ----_7-7 —�---__76+00 i_ E n L79. WI E& EENVIG L 490& J MILLING EAST HARMONY ROA�TBOUND) U s _ Q __ 4845 E_ g8q�j EXISTING ROW 3 EROSION CONTRO, 30 BLANKET \ EXISTING ROW r LEGEND po 0 DAM CHECK BALES CDD< EROSION LOG ® EROSION INLET PROTECTION FLOW ARROW PIPE WITH F.E.S. SILT FENCE E Print Dote: 10 15 09 p O p Sheet Revisions Colorodo Department City of of Transportation Fort Cottins _ OT .zo s«aw su«I /' . -- Pnww: iu-}so-zlzs G weI r.n coc., cAx: i]o-}ja-x 9e xel Ca4q. A«nw rat car Region 4 PJG (wo) za-esos As Constructed EROSION CONTROL AND GRADING PLANS EASTBOUND STA. 70+00 TO 77+00 WESTBOUND STA. 124+42 TO 131+42 Project No./Code STU. M455-095 File Name: RdErosionCt107.dw Date: Comments Init. No Rcrisians: Horiz. Scale; Vert. Scale: OTC BpYvorC���� Revised: Designer; LLMITEC Structure 1,7306 Numbers 11wge01 0 Too g ow..., 10 eoax oww: w.1-m-zzn Void: Sheet Number 7D SheeDetait Subset ErosGrd Subset Sheets: 7 of 9 N 30 1 S 0 3(1 60 K U O D: ED U IN U) r EXISTING ROW 18 RCP EX SI A 79+ 9 47 LT 1 LF - — _ — — REWD MATH LE - \EI.D-VERIFY S BA F' RESET 8" RCP F-E INV IN FIELD VERIFY �'� r, " INV OUT L i LD VERIFY \ EAST HARMONY R D-(W.E TBOUND) RIM EL a. Fl LD VE ASPHAL WIDENING ASPHALT MILLING �89 132+00 S 89-31-47' E s 133+00 134+00 �_ 135+00 136+00 ; 0 N 88'S8'39" E 138+00 F 1990.43 � o w n 4846 00 r. ._ . f un 78+00 S 9'27'47" E 8—+00 8N 87*30'00" E W 368.06 4908 84 N - J I ASPHALT MILLING W ASP -T'WIDENING AHARMONY ROAD (EASTBOUND) EXISTING ROW t I � i $ I d 1 Z z & LEGEND B OAM CHECK BALES ull YEROSION LOG 1 I In ® EROSION INLET PROTECTION `+ FLOW ARROW PIPE WITH F.E.S. E — — SILT FENCE Print Date: 10 15 09 Sheet Revisions Colorado Deportment EROSION CONTROL AND GRADING PLANS pro File Nome: RdErosionCtIOBAd City As Constructed Dote: Comments Init. of Transportation jest No./Code Fori Collins EASTBOUND STA. 77+00 TO 84+00 Hari:. Scale; Vert. Scale: O w»r�`� No Revisions: WESTBOUND STA. 131+42 TO 138+39 STU M455-095 y M01 Pnww: ,0-350-71t6 I D 1ao O rAs: va-M-alga aa1' .. = F. Revised: Designer. LLM trudure 1 7306 Pnww: W3-a°�a1-1an O Region 4 PJG (270)�aawlm--aeon Void: SheeDetot BEG Numbers Sheet Number 71 Sheet Subset: ErosGrd Subset Sheets: B of 9 -STA 84+28.22. 35.10' LT CONVERT EXISTING TYPE C INLET -iO-' 110Li�F1EtD-V RIM EL = FIELD V IFY ASPHALT MILLING EAST HARMONv R AD (WESTBOUND) �-----� 9+00 140+00 4r 39• E 141+00 141 +80� 22 —..—.-- 86+00 86+76.75 85+00 N 87'30'0' 368.06 `9©aS•_� ASPHALT WIDENING EAST ,ARM0—N,,,P`(EASTBOUND) E PROPOSED TYPE C INLET TO (ISTING TYPE C INLET STA 84+29.33. 27.51' LT INSTALL TYPE C INLET p LEGEND 0 DAM CHECK BALES < EROSION LOG ® EROSION INLET PROTECTION — FLOW ARROW G'Z] PIPE WITH F.E.S. SILT FENCE Print Dote: 10 1s 09 p O Sheet Revisions Colorado Department CnYof of Transportation Fort Collins _-- fj� w s«� s«i / �`�� cy eI ren cec.. rAs: sxo-350-via xeI N. co' von � .. w, Region 4 PJG (170) 22I-e5o5 As Constructed JEROSION CONTROL AND GRADING PLANS EASTBOUND STA. 84+00 TO 86+76.75 WESTBOUND STA. 138+39 TO 141+80 Project No./Code STU M455-095 File Name: RdErosionCl109.dW Dote: Comments Init. Na Revisions: Horiz. Score: Vert. Score: Ynlw�.:uio-Sw-xlxs . Soule.are Revised: Designer. LLM lruclure 17306 ! '. MDTC �Taoo eox3T Rone: 303-xx1-)x]5 Void: Detailer: BEG Numbers Sheet Number 72 Sheet SuDse l: ErosGrdj Subset Sheets: 9 of 9 0 0 0 9 0 0 ^ WRONG 0 l if WAY PC STA 40. Do L/(/ RS-1A BEcw WB DETOUR. N 107845.54 E 213474.87 R4-7 CONffR'Erl—B-RA RTEii(TE IMPACT ATTENUATOR TEMP) 0 — — — - —BARRICADES CURVE TABLE CURVE C1 LENGTH 194.80 RADIUS 762.50 DESIGN SPEED 40 MPH C2 191.45 762.50 40 MPH C5 76.56 762.00 40 MPH C6 76.03 762.00 40 MPH 'o 11 ' r 0 n a N N W W i.+ a' DOUBLE SOLID WHITE C6 10 a" SOLID WHITE _ - - - - - - — -- xm JT W13-1 45+00 46+OOir 1 47+n0 —. v. .. as+nn o UMS G STAY C1 ROAD R11-`o IN " CLOSED _ m a LANE + DE ou Wa-1UL + m y R4-9 N 4" SOLID WHITE S ts'at 1vx ' r. y. ki gW13=1°p":Y'39�1,Ymilli i Imo' Wt-8 i" Print Dote: 10 1s O9 O Sheet Revisions Colorado Deportment p FCNyof 01 Tran$ ortation art Collins s... sv..l r cno^r: uvo-J50-2ga GI 1 rod car.,. cax: s2o450-xme No c.evised: �e,rwi cM"o.�" Region 4 PJG 07o) 221-sen5 As Constructed TRAFFIC PHASING PLAN Project No./Code File Nome RdTralPhase0l dw Dale: Comments Init. No Revisions: STU M455-095 Horiz. Scale: Vert. Scale: �eol orC Bow..«d ,38221-7275 R Desi er; LLM 9^ Structure 17j06 rYw co wxD t Phv,d: Void: Detailer. BEG Numbers Sheet Number 74 Sheet Subset: Phosing Subset Sheets: 1 0/ 3 CURVE TABLE 1 f t \ \ 1 \ t t CURVE LENGTH RADIUS DESIGN SPEED n II u R4-7 0 '''� m .� m m Fw+ + + � o N a 0 WRONG °io R5-1A MIN N WAY Ur C3 211.28 762.50 40 MPH C4 762.00 40 MPH C7 3 .138 30.88 762.00 40 MPH CB 30.59 762.00 a0 MPH LANE ONCRETE BARRIER (TEMP) TUBULAR MARKERS IMPACT ATTENUATOR (TEMP) 134-9 +00 50+00 3p r ' ^ C7 T"`—'��--•"'�--•-- e .. —S f00 — — 53+00 54+0 55+00 56+00_ I — -- — -- --- — - — — — — — — — ----- rr _ g• STA END WB DETOUR Ir'oor — — — — f• N 107ROO 10 " 2 + 0 23+E 215763.10-- ---(f'® 0 2+ +� 2+ —ir +0 9+ -- — -- -- � a0 ' 31+pp — —� W s _ DRUMS_(hP) — 2, -- -ram. - ___ -- —► a' DOUBLE SOLID WHITE a• SOLID WHITE \ , v n BARRICADE \ y ' f W1-48R \ v n it n uo Nw �, ROAD + + ,� CLOSED I & 40 \vv\ \ o a ,IA'o R11-2 a I Y.I.N. VJ13-1 \ N O 4 O A Wt-8 I m g II z d N 1 25 0 25 io .100OR '• � �,7 r � � ,� ''�� � S \� �• ¢ , • eRr.'� '�,'I '�fl ENEN S��+ fi v.. +: ._: A�,i<' '*" i:• W1 48R�ri�k'*'-`Va. "-s e•.c�-.,.. ,'.F�`+ •ra". ���. �DOUBCE„ u�•. �.. ® 'rSr#ii!!T 4'I' ��',3. ry •'�4: yv.�, -+w•. ��-e h.w. .*r..w.•..aar +:m _ � �� kf�"*..�.•��.a• s� IN ,WORKe 1 � `� q�; ,2�;z '�. E W �• • $� <, t a .: s `• y �t r'.,,. r ��'.,-; .,,; r.'s.�±�; fr �,-,.,,... 'R2-1 .«.. �:xs �� ''� " '�� - �3 ,� — ['�... �. .� .. :. .EAST' p '���f ,•ztid � � zoN w�, '� gy . �}d HA_RMONY 1?9AD� WE-9�BOUND }1r" °�`�"�+:slot.. x n``'�•J' �,Si�" � '�' • :fix T� ;,"•�''� ,x,j�'���T ^�d� � � w"'Sir• - A ':4-y+��,.aa+� _ � � y� t ��3� ,-� .:'� fc o-. -.,wc. }�R.u:Y Y.`,�.�•4.�F`k_.• t�'f,±-.±tip :.�� _..�'SSa. _ �{',Y* Aw`r"''sA`FURra3.yit�4'v4:a,•sir �`,�•s-s'�.Y±i.Ytn.'r--Js.•",war.!vF,y'+YtG Kvc �.'m'�'e.,.iv� Q'qu`'ti• x`3' H a fin'. ' -'i`t=38-+'88...n+--.^".z;,zc'-38+9828+.�,n. .:�-.;..a.•z.+...-r_zv::.t yz zu• �7t.>i' ;'.�, .f2r,+r'c .__3'T e»r'R r^<r+h;'+` .vi• t'a a .a;. 7 �C1.* ..�q.. .e �,_• sJI "R �7..tx'.•a�,A:,s...'�.-,.��r#���-1Mkt ���� :;.r� '1*: � ,>§hr �` z r t nw. -� .a rF?'..,',�ea -t. ,�:'' s+�ts s`r.1..�ai,�:3 s ''EAST�;MARMONY ROADS E 0 %,tf vcrr �il�+�. •rr•8� is w �,�� .xxaI?CzSI'38.t98.28...}.,� a d ,m:.� • ^� t •� r 'Ya �XYZ,a,. - �• yyF ~ y Y' „ ,,., .^w, "DET a oy„yy..1 NJY :-^r a �'' n t F. •� ��'%t CONSTAbC)ION � �. "� .s I,,.�� ,.A ,, S _- r. ,�. 07 4 ...A � ',���c�t3±x•.• v,° yz,Y,; n ��#p�?j ��' �;�fi' ��� �11MNNSaYW � t 4'�.at �"15.. i).P �" • a 6 rUn ) ,y dt v fi' s' rt•, ". - 2 .xr r r �: k z..� x V, FINES .o-,'{ ��nt 73 ' ...G 1. C�RK0•IiOUBLEs nr$,•> ` c ^#6Fgg, N'`}VORK g•t h�3 •' "'4 < +�* �" � k. v ^yjy�pfr •+�.��`� .g�•ZONE+�' �Y` n„��`,3c ��r R� ',. � :.- �,c^_ TMry. �^`y� ;�i � � i �.�y�,�,,,'N •w ��;ti�7.7 �� e t-` � �y ,�_ ; „�( i£- ..t :i. '�{, f i �� • .'1;4 �✓��� l.TM� i��,h �.�9���i�� ;���`��•�`.�-k IYIt"- - .' _....' {� ,•,„, - :r �a�" � �rr#ha.,p,::, ate• tr.,• TM..� � ''�_i 3�, �:r, ru )�*,. �• Print Dale:- 10 15 o0 Sheet Revisions Colorodo Deportment @@ File Nome: RdTrafPhose02.dYr p �Fo"ryf�o As ConstructedProject No./Code Dale: �• Comments ma. � of Trons ortotionHoriz. stole: Vert. Score: TRAFFIC PHASING PLANO -- OT wn�t / No Revisions: STU M455-095 o so- i � C FA s70-3saxlase 1er� x M Revised: Designer:. LLM tructure 2e 17306 D."'^'•'co ems? ron co2w, W. Detoiler: 8EG Numbers ¢ : w2-:'.7275 C= I Region 4 PJG (e7e) 22r-ee05 void: Sheet Subset: Phosinq Subset Sheets: 2 0l 3 Sheet Number 75 " : <f j Nv , � �`�� � r'"tr :L Ali. .¢c° � .,: �' •, , ' ' y4�)j��ar� 4,. � �1r a� ¢.>^ : . � xaa'" l;F � t rz a.,rq ^$ *�:^, e - .:;,}� , •, < ,�, .. a� �> *.� f �' " 31' ' i k'„ r.±n ru�;` : `k.,• �` _;�.. k4 ;,D 'x -ca..: P"n •Ry`� .. „pn�¢ _. "R .F,�.-' ';; `Y�qq >� .r,�:�r•> 6n .b � 'r � T ��.I �`t � .a. _ �;...;..� ',yl �ui� '�?, "� .� :;.0 � 'i'f. ;C;.;i'�•:- :'-{.' �., '$'CsY �.- •3 �... a. ,v.'?�•.ir''�"'KT�7! '�s� � '4 5.:�. �,: _�'�+" .r..;' �Q'.4 >, .. uE'�„+ �,f�t,:r ,`.7"s� •ter �:, :'", 4:g:.9�;- ._' .: �.� � ? ,+)' -,�. �� - � ,.a- ra"': n. .�.,. � ,hv�;_ .v^^., m^l c. �' ??i•,?.... L.. :, :.�' :. -�,r . i, �4w�::ir a�.'¢, �...� ., P �ro 1� `�_ F � `E/ r .f .� 'f+}. .,� .7[ v. . . ;4� .f ^7 .:���'���� �>A,N � e � 'A+�n... "".,Lt"' � e:.•, ' J�.. =.y ..� q,r: g :S: .ec ;^�.:, ,� =-* y'-•I DETOURS., 3{f�, ?�.. � �`�`w: F,. a ny..., .G .,o,x x ,. i-.,: ,''r .. I' ' r 3 �^.{"S. a h - ,r.'f(`.. '�,'+ •.' �_ '.r �,- �i+4 ,,,' ,,. , . >-: � -- ,iM -,...'r a<t : R.. '� .. �i, .• .; .,, -• ,, � ., . -� #,r�•� , ,=� � 'S'�i��:, �'�AHEAD >, * r ?r;;.,�� ,�? �.�,- y�,` �`�� x'' r ,.� ,sy.:t ,>• ,-'.. ,. •- ��,� :;_. e .ram: , .. - : •: s� . 3rr `� - �... { ` , . w,w :�+-;' 7.: t.,a�'",-_ �k�A e' .:.r- �-a < .,, .. .. �,..-r ! t• �U•'w .3� �4 '+F� 1N=�.. ,,.i=w W ::.:; v + .a•` j`i �"Z �5. �� ro,'�,]?t4W �r,.r.: .,..'r7 '4, •."±.' �v ,. r...',k•- .. r ,Jj1,_�;..,.- �-•. •w.-..:_9..•�. .wT,Sf:.- ,.-,.1,.m.,�_-e:..Beoz.d-a_„_-..4r•.' ..-i,e...?, i_h,s.-.?•?.�,;+nx,+3{?..,o.xd ..'..-_.r ..D_g}.r,,.,,n��..-o.„cx...h> ..;+-,hc�,.n....sr�,'�.k .°".�a ,' ..-,.,-.tw>R.*,D±. ,.IFS ,:a.r.: p1.;�r�i s..•�'.:;,x ..>Y:a�.'..� .>+Z,.,.<).,.,y+�; ,; .r.m:,...V yc�.u<:=-<,yr-tiS..,!za,*.. .'??.r .I;?�.m't }aKi..�N.�fir.r,. '{. :..•.«ary�3n.>,: ',`A..n.', -+' r.;�..,t;.,.ti,•i„t.;_".:.u�:R,.. +f.,atew..,S9.y.;,L�,::,qrt,1si 6.1r;.N.«,..r",., ,:',;u.',•..D....+...rr::.7,7(,..�,#.,e4-....,.',.-:,'"sK..j.s,....xLF, •'x �,.r., .�.P�t.',i,4,:5.�:#,;.:,u.�..iy.L.. ."/+,�c -.lf.:'•,,.'w•.rx'n.rn..,„t,.•+,.. Js n..,, x'..,"rdcj.5..:.,,,BF_Z.EIOWN. .C-YNE.O..SE..R.:� ,„'_Kt�, z. -;l<�.,',v.w,.,�tin?• ',�r.....aSp..._�r,.Srn'''zic `Y-•�+' ,,.tS,7»t•:.«e.-'.�.; .��> .9:y».G^�-!+:�er..�h'':�-..,?. ' _..- ��-..`5. . 4 4�T.JE:��..,->�.'"�ti.s,�:z:.Tt;i-..,`a�.�:,.`,;^-,P�.,�5S>;L+.��,, "V.�w��;:s�:' .Z''- ,y:'�'..'•.,t,r•':.e.,}.'a? ,-�r'.i...r t". ;,,�:.5`"- �y.�'CA_.'�.�� e ,.x.v->-$,i..•v4;,k-.:,"'..:ni,.,'�a'.1 Fxr.,o�'��W' -15ea•..ru�a�rr.;,.,, -u;,•.c..•..��.'.,x:r,,.�o-r,•,a.:w,'a3�'.S>a�ii+ �:`�Vi��x,z'_:,-,,<"- :.� � .:?:.�fz''i-'.•�,^i^;.`�S8 r.:ti.>ar.".-.f4 5^:S. ..-xrr_t'„.�i4�H';,'u`'.N�wLld'F.t.:3l:�r�t.`yp,A"'. :,}'f.7`.,_`. ,'l a- r�-�e+. 't�:, „t:a..i,�, wk..• �.',p,,„� %.�•, ;u3'ro:..3c.-••: 'Y=:"Y,'su ,,�s•.3,*�'f7T ;DOUB,v.,. -+,-�i��.�.,'t:,%,''F+t;eT"R`�.� .'44ir''W�.R�. OOARDK"5;r,15R�• i ". - F rF.'._'..' srX `X'�.e t"- ,�. �>.rs i :L. ,N4 STZHARMONYIROAD:(WESTBOUNIL).CF't- �rR526:k # s ..f.t � ' < �'kr„A;,�•-, "AFIEAD f: ` .�.n•,'.-i".,L .._4_ ..:.:.- :5.n.r i �-�>.,;..-.t3.^, ?�, na $1ru.,,.. _. ..�...,.ui,. `s:_. .:. _...: �f -.^.,. s..-*.'W't�^=a.- rra,`� .'w.5 � r�+l.-.t,'.53`� s+".�y 'x�,�+dt kxr+y',, ��6r,, ����'; J.... t,.:" +�, >+*�y,'„r y� �.f'.� h•.v.. _ W'_: �� i1�r ,,�/ :.J•., M.9 u.. _ .. tc� )n't}ji� {'ti'h•i'`'� '�... ,f'� 8' �:4�ea. " ��" �'I1. k{ �y+ .,n�� ,I�,`.+<,`S' .sin" ;t",n:; •q,. �"''k.: "Wts' - Li,L,t,rn>' - -;.." - tic...?. ,,•v, rrK..e c•>... ...,.�.�r^n: w,..n. ,!s:9r.:^• .x', k. r..._,r .:z;,s.•x..+._..?,a'5 '1;.:Yr L??t.s'. ,y'"'' . L , ":�a.. f :4'.C.:�ts: '<.K.•C.-`.Ct'_., ,,. 'r: : .-.• :ei;..' 1 �4 f�.. .r • W20,1 ^-�� ��.�t•: �"a'`.S •-a+-.� .,f,x F.. r -.-..' -,�• ;s. ..:,. l�,:a.: sue' �.;� : •:w., , �, Crk. ,w.�^Zr+•, " a �", t. e „�:: 't'F?",,�yg ..-;s s� r. - M-11-11 .4.<`*-'�f sue. ;+,. t� _ .. s'Fk�•.��' .-. ..^d.. ,_ ,{,y ...... ,}>.�,,,, t�e i .,:sv''-��Y,�,, y�'' _`+.s s�. ; -! a'N t,�" �t F"�% .,z .,�, �,,: r .. x. c y�;; '•i?. ter. ,e.-..}5... ,,ti• , :.. „z 5 SW5�5-555 ..•t_ 4s�`}'i��;+�a• . ... .. F , 'i- 3;. �- .;• � >9� 'v _ ..S _ ,*'. `END, •, 9�, .� , •,W' ,+'a.,,,. ' • ;. ,. ,d ar;+ ,� , .�i' �5,, �> y;r, =+iti ��as�t #�:.' `� t:�it� _ , t; ' r + , ,uw. '9. hz,= �'•'-• w' �"'X` �' �;.,"• ! '��•'{r �i �4 G.,,��-�•' ` ^� R•)'"T•K �";u'�-'�yY '� et < "%,if'+- � ti}+,, Rj sir R62 Gb R a 7 r' a „x, ul pyrr t �l)DUBlE i,.;� •� t w. + 5 , :.fi x' `5:>w 'a�,>•r • tu, •�•_ � , .e >%i �� � : j � ''�°�` ��:'ti ,r, its'. + � �e ``'t UIN'u1VQRK � .+5� !`s��,m-' -,s, ',t �,ir:, z �.p:�; - •.,K x. ck`^ ,z «&.v. .a ,�- ".,:t,ss ,' Vey f . _ r �� 4 ,..11CZONE t k. a :„' r Ari r £ { u� -i" f�'` �• t ;As.:r "..,., :.,�. r €y_�`.:- -e�; .. a,� .': �_.., �,n � � .u• :'?r,4ea sz.,� p<TrY, ,Zj'' �- „ �, �'r �� �". '^i+ ; .. ..• ..� r r. "�"`�•. c � . � ..r �� rF;��e �+"t r�,�tr' ,,. �iCr'F• `�'m...r. ` .� . »i::-rti. �'? �y �' v� 2� , �`rf' v .'�q, ' ' . , a. 'rfc94 a a i'+"z'>''i,ry u` ., ''.'.' �P' �', • va S. e*'i]eY,! f -'. ' ,�" d' >bj.. K "''d al k' @k4Y 'xY`. h. yr P:+f•..��,, ,. ,.'1,.,..� a A py}�.:,;+,� r .i° i �j, rA .� '�,"� r'=,i�,' '�5 i.o+w>k� � 1'x,�nrt a+�+�i r•a+i( trv'!^z,�'y �,"���g .i �„y , s / N 9 6 25 0 2.S�50 tp0 i F je 9 i % I t P 6 F - a F Print Dote: 10 1s 09 Sheet Revisions Colorado Department CRY of As,'Constructed Project No./Code File Name: RdTrofPhose03.dwg Dote: Comments Ina, of Tronsportotion Fprt CoilinS TRAFFIC PHASING PLAN Horiz. Scale: Vert. Scale: I.pS.—S— s„«I No Revisions: STU M455-095 O ) (I T ar.. er w. W6J, O Pl , sio-sso-7+zs cry el ren c— Revised: Designer: LLM Structure 17306 t .60, o c nxe rut: 970-3 -2 9e ze, . C.., •nro9 Numbers 7 Delailer: BEG sal9 too O r9n cm e, w. o«>.«. co 601- Region 4 PJG t9ro) xz,-eaos void: Sheet Number rmw,9: ]o)-Tz,-nDs O 9 Sheet Subset: Phasing Subset Sheets: 3 of 3 76 Horiz. NOTES: t. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN—ANELS PER LCUASS (BY CITY, OF FORT COLLINS). 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS, LIMITS OF REMOVALS INDICATED BY THE .E SYMBOLS. 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING. PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. Sheet Revisions I Colorodo Deportment Dote: Comments Init. of Tronsportotion )0T 1420 S- su..t c... c.. o-21 O Veorr; 70-350e-zfte O r7ut: 970-]SO-zf9e O Region 4 PJG 0 EXISTING ROW W 4" WHITE SOLID LINE J w FZi 8" WHITE SOLID LINE o— G 4" WHITE 8" WHITE BROKEN LINE _ _ SOLID LINE EAST HARMONY ROAD (WESTBOUND) + 4" WHITE BROKEN LINE j i J 25+00 — — 28 x 26+00 � 27+00 r / EAST HARMONY ROAD (EASTBOUND). O 0 DO NO DISTURB 4" WHITE SOLID LINE City of /^fir`` ns As Constructed No Revisions: Gt7.0 rM Co . 1efrM � CO.� Revised: Void: (970) 221-eeofi EXISTINGEDGE PAVE A OF PAVEMENT � zn— oN REMOVE SIGNING AND STRIPING PLANS Project No./Cod EASTBOUND STA. 25+00 TO 28+00 STU M455-095 finer: ELF Slrudure 1 7306 fHer : MTA Numbers H Subset: SNS Subset Sheets: 1 0l 10 Sheet Number 77 0 NOTES: 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS (BY CITY OF FORT COLLINS). 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS, STA 28+28 BEGIN LANE TRANSITION STA 31+37 84.75' Lt MATCH EXISTING STRIPING INSTALL DO NO DISTURB STA 28+28 74 R4-4 `-"'- '�' BEGIN LANE TRANSITION STA 31+37 76.75 Ll 1t a STA 33+33 00.00 Rt I c_. MATCH EXISTING STRIPING STA 33+25 12.00' Lt j rl& ; STA 29+56 10.45' RI BEGIN LANE TRANSITION MATCH EXISTING STRIPING 8" WHITE DOTTED LINE 8" WHITE SOLID LINE STA 33+33 12.00' Rt_ CJUCJ 1I " A P II B" WHITE DOTTED LINE STA 30+29 01.42' Rt 4" YELLOW / SOLID LINE IrA 4" WHITE SOLID LINE DO NOT DISTURB ........I _ - _ _ _ - - - - - _ - - _ - �\ _ _ _ _ _ _ - p — �' EAST HARMONY ROAD (WESTBOUND) R 2036' OD - - i -- P In 8" WHITE SOLID LINE - _, --_ - - - - - -' ___-._ --— --� --- + -~l W----._ M 00 _ .-___-___- 29+00 _ + } EAST HAR �EASTSOUN 2' _ 2' --_ .."" --- . ....--"" ___- ---'- -- --- STA 32+18 3.29'Rt , } R-1992' 3TA 28+24 22.25' Rt R-2000' BEGIN LANE TRANSITION MATCH EXISTING STRIPING 4" WHITE BROKEN LINE 4" WHITE SOLID LINE STA 29+97 3, STA 29+97 42.5 EXISTING EDGE OF PAVEMENT 0 DO NOT DISTURB 32+19 27.25' Rt 4' R=2012'J, STA 32+20 35.2a' Rl J WHITE PAVEMENT MARKING (TYP) 8" WHITE DOTTED LINE STA 32+77 31.02' Rt REMOVE R=-19 ! �l R-1992' REMOVE & RESET 11 R4-7 OM1-2 4 REMOVE & RESET R4-4 4" WHITE SOLID LINE 4" WHITE BROKEN LINE EXISTING ROW — 8 + n PROPOSED EDGE N OF PAVEMENT Z 12' J s 12' F 4" WHITE SOLID LINE 8" WHITE SOLID LINE \STA, 33+33 24.00' Rt STA 33+33 32.00' Rt IN 30 IS 0 30 60 1"-60' Print Date: 11 17 09 Sheet Revisions Colorodo Deportment cllyof As Constructed SIGNING AND STRIPING PLANS Project No. Code ) / File Nome: Si n5lripepin02.dw Oat.: I comments I Init. of Tronsportotion Fort Collins EASTBOUND STA. 28+00 TO 35+00 Horz. stole: vent. stole: O )OT sewn / No Revision9: STU M455-095 O a';;�" --_ Plq,w: 9)a-33a-,134 rrx: 9)0-l5a-] 98 G1 I ren car,.. MP Revised: Designer: ELF Structure 17306 orc e.,4..er4 am.r700 te1rai ca4q....-- Detoiler: MTA Numbers g twt3T P : !o!-zz1-n7s O Region 4 PJG (970) 221-4ms Void: Sheet Subset: SNSI Subset Sheets: 2 of 10 Sheet Number 78 NOTES: 1. INSTALL. NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS (BY CITY OF FORT COLLINS). N 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. aD t5 D Jo 60 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. STOP REMOVE h RESET DO NOT DISTURB R5-1 DO NOT DISTURB REMOVE k RESET I `) I �i WHITE PAVEMENTt-�dC;QOR5-to MARKING (TYP) C4" YELLOW SOLID UNE \QU JJj 4' YELLOW SOLID LINE EDGE OF PROPOSED \,�,/4" WHITE SOILD LINE IN BROKEN LINE24,00' EXISTING EDGEPAVEMENT OF PAVEMENT8 WHITE SOILO LINE 4" WHITE BROKEN LINE \4"HITE Rl STING ROw ` 4' WHITE SOLLDLINE .( EXISTING EDGE EXISTING ROW OF PAVEMENT \\ 6 In — j EAST HARMONY ROAD (WESTBOUND) o _ a ! 4 In W 2- \`\4 r ¢ 2 .01 12' _# 4' PROPOSED EDGE N i = 12' 12' 12' J9+00 OF PAVEMENT W Z _ 12' EAST HARMONY ROAD (EASTBOUND) 12, I 12. _ 12 r_- -- J = i 12• _ 12' — 1 2' 12' �Q e' 8• 1 _ 12' 1 12' 3 8 y I a" WHITE SOLID LINE 4" YELLOW SOLID LINE 4" WHITE BROKEN LINES I JI J 4" WHITE 'IRKEN LINES ) 8" WHITE SOLID LINE 8" WHITE SOLID LINE \ EXISTING EDGE OF PAVEMENT 1 4" WHITEI SOLID \ i LINE WHITE PAVEMENT l� DO NOT DISTURB 1 tJ i MARKING (1YP) STA 38+17 12.00' Lt I STA 39+56 31.20' Rl TECHNOLOGY PARKWAYI 0 �I I 1 8 K DO NOT,OISTURB �=1 DO NOT DISTURB DO NOT DISTURB Print Dote: File Nome: Hon:. 10 15 09 Sheet Revisions I Color do Deportment Si nStripepin03.dw Dote: comments In;t. of Tronsportotion C_Ctty.f As Constructed SIGNING AND STRIPING PLANS Fort Project No./Code Stole: Vert. Scale: O )UT zo s«ow su«1 Collins /^�``` No Revisions: EASTBOUND STA. 35+00 TO 42+00 c..err ce. eowl ° ''sjo-sso-712e STU M455-095 FMeo1 0 _-- Sub 700 O pe0-I 9e '' eo217 c Na1 r- comp. 281 Revised: Gow Ca �« Desi er; ELF 9n $trUclufe 1 7306 °n-: 303-22t-7275 O Region 4 PJG ron (970) 221-se05 Void: Detail er: MTA Numbers Sheet Subset: SNS Subset Sheets: 3 of f 0 Sheet Number 79 t 3"0 PVC SLEEVE (CENTER ON GIRDER DEPTH), ttP, 4 ERG, ABUT. & 4 PVC SLEEVE - _ _ _ - _ _--- - - - - - - - - - - - - - - - - - -- _ _- _ _ 3 •�. B BRG. ABUT. & X 4 PVC SLEEVE �—� I 3" IB SPA 0 3" 53 SPA 0 8' MAXIMUM SPACING 18 SPA 0 3" _ 3" 4 -6 EII ROUGHEN SURFACE r[ I, OR r l (WHEN FANNED IN ENDS) = 4 -6 EXTEND --STRANDS 2'-0" (APPROX. Y," AMPLITUDE) L—� �� T� (MIN. 4 IF NOT SPECIFIED) LI IIYP. EA. END) I1 TAPER FLANGE THICKNESSES ------------- ac f4 CONT. END DETAIL (PLANT (PVC SLEEVE NOT SHOWN FOR CLARITY) HARPING I w PRINT (rYP.)_� Ln ELEVATION fL SPAN W ♦ f4 CONE. 0 8' MAX. 4" CL. B FIELD BEND OVER TOP MAT OF LONGIRIDINAL SLAB STEEL. n T,.. TYPICAL SECTION C.G. OF ♦ LIGHTLY TENSIONED STRANDS MAY BE USED AS AN ALTERNATE. f4r------ S jP4 IT I4 STIRRUPS. SSPA. WITH t4 STIRRUPS. rC.G. OF STRANDS / HOOK ORIENTATION c,�IS ATTHECONTRACTOR 4 /. (ttP.) PORN 14E A ITEA H END OF GIRDER.) GIRDIR SCHEDULE ALL WORK NECESSARY TO FABRICATE AND INSTALL THE INTEGRAL PARTS OF THE GIRDER (INCLUDING THE INTERMEDIATE DIAPHRAGMS, IF ANY, AND BEARING DEVICE (TYPE 1). AS SHOWN ON THE PLANS, SHALL BE INCLUDED IN THE BID PRICE FOR ITEM N0. 618, PRESTRESSED CONCRETE BOX (DEPTH LESS THAN 32 INCHES), WITH A PAY UNIT OF S0. FT. MEASURED BY L X W. WHEN APPROVED BY THE ENGINEER, A MINIMUM OF TACK WELDING WILL BE PERMITTED ON ASTM A706 UNCOATED REINFORCING STEEL. REINFORCING PROJECTING FROM THE TOP OF THE GIRDER AND REINFORCING WITHIN EIGHT FEET OF AN EXPANSION DEVICE IN THE BRIDGE DECK SHALL BE EPDXY COATED. DAMAGED COATING ON GIRDER REINFORCING NEED NOT BE REPAIRED. THE MINIMUM COVER FOR REINFORCING STEEL IS I'. WELDED WIRE FABRIC MAY BE USED WITH D20 WIRES IN LIEU OF THE 14 BARS SHOWN. AT GIRDER ENDS NOT EMBEDDED IN CONCRETE DIAPHRAGMS, CUT STRANDS OFF I" BELOW THE SURFACE OF THE CONCRETE AND FINISH WITH AN APPROVED EPDXY GROUT. AT GIRDER ENDS EMBEDDED IN CONCRETE DIAPHRAGMS, CUT STRANDS TO PROJECT 3", EXCEPT AS SHOWN. DO NOT MAKE COSMETIC REPAIRS (DAMAGE LESS THAN 9f" DEEP) TO THE PARTS OF THE GIRDERS EMBEDDED IN CONCRETE. USE LOW RELAXATION STRANDS MEETING THE REQUIREMENTS OF ASTM A-416 GRADE 270. THE MINIMUM CLEAR DISTANCE BETWEEN GROUPS OR INDIVIDUAL STRANDS SHALL BE 2.3(ds) BUT NOT LESS THAN ly THE MINIMUM COVER FOR PRESTRESSING STEEL IS >!S". As' = MINIMUM AREA OF THE PRESTRESSING STEEL. ds = NOMINAL STRAND DIAMETER. I: = UL11MAlE STRENGTH OF PRESTRESSING STEEL. Fi = JACKING FORCE PER GIRDER. Fi FINAL FORCE PER GIRDER AFTER ALL LOSSES. Fc; = REQUIRED CONCRETE STRENGTH AT RELEASE OF PRESTRESS FORCE. = REQUIRED CONCRETE STRENGTH AT 28 DAYS OF AGE. L = LENGTH OF GIRDER ALONG THE GRADE OF THE GIRDER. A = DEFLECTION AT CENIERUNE OF SPAN DUE TO CAST -IN -PLACE SLAB, DIAPHRAGMS, ASPHALT, CURBS, RAILS. AND WALKS. B = BRIDGE SKEW ANGLE CONCRETE SHALL BE CLASS PS. ENTRAINED AIR IS NOT REQUIRED FOR GIRDER CONCRETE END BLOCKS SHALL BE USED ON ALL GIRDERS UNLESS OTHERWISE NOTED USE K' CHAMFER ON ALL CORNERS. EXCEPT AS NOTED. PREDICTED CAMBER IS THE CAMBER FOR THE GIRDER ALONE AT 90 DAYS. THE CONTRACTOR SHALL LIMIT THE CAMBER GROWTH TO A VALUE NOT TO EXCEED THE PREDICTED CAMBER PLUS I. PRIOR TO THE DECK POUR BY WEIGHTING, SCHEDULING FABRICATION, POST TENSIONING, OR OTHER MEANS AND MUST REPORT TO THE ENGINEER VALUES OF CAMBER WHICH EXCEED THE PREDICTED CAMBER PLUS 1". REMEDIAL MEASURES, AS APPROVED BY THE ENGINEER, SHALL BE TAKEN IF THE PREDICTED CAMBER PLUS I' IS EXCEEDED. THE APPROVED REMEDIAL MEASURES SHALL BE FREE OF ANY ADVERSE IMPACT. THE COSTS ASSOCIATED WITH ALL REMEDIAL MEASURES SHALL BE BORNE BY THE CONTRACTOR. DEPTH (D) TOLERANCE SHALL BE +�", -Y', THE CONTRACTOR IS RESPONSIBLE FOR DETERMINING NECESSARY BRACING REQUIREMENTS, AND FOR PROVIDING ADEQUATE BRACING FOR THE SPECIFIC WIND AND WEATHER CONDITIONS TO BE ENCOUNTERED FOR EACH SPECIFIC PROJECT. DE BONDING SHALL EXTEND IN UNIFORMLY VARYING LENGTHS i0 3 FT. BEFORE THE HARPING POINT SHOWN, BUT NOT CLOSER THAN 15 FT. TO THE CENTER OF THE SPAN. GIRDER DESIGN CONSIDERS A SINGLE CONCRETE PLACEMENT (NO COLD JOINTS). If AMULTI-SEQUENCE METHOD IS i0 BE USED. THE MANUFACTURER SHALL SUBMIT DESIGN ACCOUNTING FOR SEQUENCING TO THE ENGINEER FOR REVIEW AND APPROVAL PRIOR TO FABRICATION. Print Dole: 12 04 09 ALL WORK NECESSARY TO FABRICATE AND INSTALL THE INTEGRAL PARTS OF THE GIRDER (INCLUDING THE INTERMEDIATE DIAPHRAGMS, IF ANY, AND BEARING DEVICE (TYPE 1). AS SHOWN ON THE PLANS, SHALL BE INCLUDED IN THE BID PRICE FOR ITEM N0. 618, PRESTRESSED CONCRETE BOX (DEPTH LESS THAN 32 INCHES), WITH A PAY UNIT OF S0. FT. MEASURED BY L X W. WHEN APPROVED BY THE ENGINEER, A MINIMUM OF TACK WELDING WILL BE PERMITTED ON ASTM A706 UNCOATED REINFORCING STEEL. REINFORCING PROJECTING FROM THE TOP OF THE GIRDER AND REINFORCING WITHIN EIGHT FEET OF AN EXPANSION DEVICE IN THE BRIDGE DECK SHALL BE EPDXY COATED. DAMAGED COATING ON GIRDER REINFORCING NEED NOT BE REPAIRED. THE MINIMUM COVER FOR REINFORCING STEEL IS I'. WELDED WIRE FABRIC MAY BE USED WITH D20 WIRES IN LIEU OF THE 14 BARS SHOWN. AT GIRDER ENDS NOT EMBEDDED IN CONCRETE DIAPHRAGMS, CUT STRANDS OFF I" BELOW THE SURFACE OF THE CONCRETE AND FINISH WITH AN APPROVED EPDXY GROUT. AT GIRDER ENDS EMBEDDED IN CONCRETE DIAPHRAGMS, CUT STRANDS TO PROJECT 3", EXCEPT AS SHOWN. DO NOT MAKE COSMETIC REPAIRS (DAMAGE LESS THAN 9f" DEEP) TO THE PARTS OF THE GIRDERS EMBEDDED IN CONCRETE. USE LOW RELAXATION STRANDS MEETING THE REQUIREMENTS OF ASTM A-416 GRADE 270. THE MINIMUM CLEAR DISTANCE BETWEEN GROUPS OR INDIVIDUAL STRANDS SHALL BE 2.3(ds) BUT NOT LESS THAN ly THE MINIMUM COVER FOR PRESTRESSING STEEL IS >!S". As' = MINIMUM AREA OF THE PRESTRESSING STEEL. ds = NOMINAL STRAND DIAMETER. I: = UL11MAlE STRENGTH OF PRESTRESSING STEEL. Fi = JACKING FORCE PER GIRDER. Fi FINAL FORCE PER GIRDER AFTER ALL LOSSES. Fc; = REQUIRED CONCRETE STRENGTH AT RELEASE OF PRESTRESS FORCE. = REQUIRED CONCRETE STRENGTH AT 28 DAYS OF AGE. L = LENGTH OF GIRDER ALONG THE GRADE OF THE GIRDER. A = DEFLECTION AT CENIERUNE OF SPAN DUE TO CAST -IN -PLACE SLAB, DIAPHRAGMS, ASPHALT, CURBS, RAILS. AND WALKS. B = BRIDGE SKEW ANGLE CONCRETE SHALL BE CLASS PS. ENTRAINED AIR IS NOT REQUIRED FOR GIRDER CONCRETE END BLOCKS SHALL BE USED ON ALL GIRDERS UNLESS OTHERWISE NOTED USE K' CHAMFER ON ALL CORNERS. EXCEPT AS NOTED. PREDICTED CAMBER IS THE CAMBER FOR THE GIRDER ALONE AT 90 DAYS. THE CONTRACTOR SHALL LIMIT THE CAMBER GROWTH TO A VALUE NOT TO EXCEED THE PREDICTED CAMBER PLUS I. PRIOR TO THE DECK POUR BY WEIGHTING, SCHEDULING FABRICATION, POST TENSIONING, OR OTHER MEANS AND MUST REPORT TO THE ENGINEER VALUES OF CAMBER WHICH EXCEED THE PREDICTED CAMBER PLUS 1". REMEDIAL MEASURES, AS APPROVED BY THE ENGINEER, SHALL BE TAKEN IF THE PREDICTED CAMBER PLUS I' IS EXCEEDED. THE APPROVED REMEDIAL MEASURES SHALL BE FREE OF ANY ADVERSE IMPACT. THE COSTS ASSOCIATED WITH ALL REMEDIAL MEASURES SHALL BE BORNE BY THE CONTRACTOR. DEPTH (D) TOLERANCE SHALL BE +�", -Y', THE CONTRACTOR IS RESPONSIBLE FOR DETERMINING NECESSARY BRACING REQUIREMENTS, AND FOR PROVIDING ADEQUATE BRACING FOR THE SPECIFIC WIND AND WEATHER CONDITIONS TO BE ENCOUNTERED FOR EACH SPECIFIC PROJECT. DE BONDING SHALL EXTEND IN UNIFORMLY VARYING LENGTHS i0 3 FT. BEFORE THE HARPING POINT SHOWN, BUT NOT CLOSER THAN 15 FT. TO THE CENTER OF THE SPAN. GIRDER DESIGN CONSIDERS A SINGLE CONCRETE PLACEMENT (NO COLD JOINTS). If AMULTI-SEQUENCE METHOD IS i0 BE USED. THE MANUFACTURER SHALL SUBMIT DESIGN ACCOUNTING FOR SEQUENCING TO THE ENGINEER FOR REVIEW AND APPROVAL PRIOR TO FABRICATION. Print Dole: 12 04 09 Sheet Revisions Colo rada DeportmentCity AS Constructed EB HARMONY ROAD OVER FOSSIL CREEK Project No./Code File Nome: brb Ol.dw Date: comments knit. of Transportation of Fort Collins RESERVOIR INLET DITCH Horiz. Scale: NONE Vert. SCOIe:NONE ' 0 12-04-09 ADDED NOTE DAN )0T 1420 5«wa st'"t ��� No Revisions: PRESTRESSED CONCRETE BOX STU M455-095 = Staff Bridge Branch - Unit 0222 RLO O W..49 Co. 6065, - . P6on<: 9]0-]!0-2126 Fes: 9]0-]50-i,96 Car W Fork Colu.. Revised: Designer: C. Putnam iructure FCHRMYE-0.7-125 t 7306 .60, otc t. O xe, N. cwrq. 6..•,,.. F. t c0ow. Co. Detoiler: 0. Ober-- ler Numbers �_]] ..: w-]2,-7ns O Region 4 PJG (...) ]Ik-660! Void: Sheet Subset: Bridge Subset Sheets:B13 of 22 Sheet Number 50 0 0 0 NOTES: 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS (BY CITY OF FORT COLLINS). 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS, 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED, 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING. PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. 8" WHITE• DOTTED LINE 4" WHITE BROKEN LINE STA 101+04 12.00' Rt DO NOT MATCH EXISTING STRIPING DISTURB 8" WHITE SOLID LINE STA 100+00 24.00' Rt c� 4' WHITE BROKEN LINE BEGIN LANE TRANSITION q" WHITE SOLID LINE - 4' WHITE SOLID LINE EXISTING ROW MATCH EXISTING STRIPING 3 ---- ------------------- ------ -- - -�-- --- -------------------------- . .................•-..-.-. .... ...... _ _ aAalEs o o EAST HARMONY ROAD WESTBOUND 100i-� z t +00 — y — + ( ) 02+06- 10T+0 Iz• m a a 12' Q Q i 1 2• t~n u7 EXISTING EDGE m W PROPOSED EDGE OF PAVEMENT Z Z OF PAVEMENT J J ,z 46+00 47+00 L=7 _ 72_ Iz —i _ _ _ EAST HARMONY ROAD (EASTBOUND) _ _ _ _ _ 12' 2' e• tz' EXISTING EDGE STA 47+13 12.00' Lt 4" WHITE SOLID UNE OF PAVEMENT MATCH EXISTING STRIPING 4" YELLOW SOLID LINE E�" 4" WHITE BROKEN LINE R; 8" WHITE SOLID LINE REMOVE Print Dole: 10 1s 09 O' O O O Sheet Revisions Colorado Deportment Cltyof of Transportation Fort Collins _ ���,• 1ao s«aid sv.a /"•�f� o...b, co. Bowl ��� Fnw: 47o-ow-212e Uy'I ron ws.. FAG: 970-3sb-219e 28i C." Mm� rat —.. Co. Region 4 PJG (s7o1 221-aeon 9 As Constructed SIGNING AND STRIPING PLANS EASTBOUND STA. 42+00 TO 49+00 WESTBOUND STA. 100+00 TO 103+42 Project No./Code File Nome: SicjnStripepin04.dwg Dote: comments toil. No Revisions: STU M455-095 Horiz. Scole: Vert. Scole: Drc BOMe«rd Revised: Designer: ELF Structure 17306 Deloiler: MTA Numbers s W 700 Pw.a01 o..«., 00 e0237 v — ]w-221-7275 Void: Sheet Number 80 Sheet Subset: SNS Subset Sheets: 4 or 10 NOTES: 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS (BY CITY OF FORT COLLINS). 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE F— SYMBOLS. 3. ALL LANE_ DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING. PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS. PAINT INSTALL STA 105+01 31.61' Lt OVER EXISTING MARKINGS. W4-2R f STA 105+01 23,67' Ll 4" WHITE SOLID LINE STA 105+01 11.6 t' Lt 8" WHITE SOLID LINE 8" WHITE STA 105+01 0.39' Fit STA 106+02 32.00' Lt DOTTED LINE STA 105+01 12.39' R STA 106+02 24.00' Lt REMOVE k RESET R5-1 1 =l CAMBRIDGE AVENUE 4" WHITE BROKEN LINE 4" YELLOW -� EXISTING kOLID LINE -- —_- 4 ROW - \ ---- _--- —w—w • w w 107+00 4" WHITE SOLID LINE 8" WHITE SOLID LINE 4" WHITE BROKEN LINE REMOVE RESET R4-7 4" YELLOW SOLID LINE OMI-2 n STA 107+44 00.00' Lt ® pU nG/ STA I09+73 22.60' Lt — -- - - -- -EXISTING ROW t- - - - - - - - - - - - - - EAST HARMONY ROAD (WESTBOUND) 107++00 — —109+Od — 1 N 30 15 0 30 60 "-60' Z i EXISTING EDGE --------------- A 7 OF PAVEMENT 1in x 52+00 _ --- La � 2' trl z J 2• 2, / 12 — EAST_ HARMONY_ ROAD (EASTBOUND) 12' x 9 8 / 12 Q - a' WHITE SOLID LINE / PROPOSED w_-w w. �— / w. - -. - ._. —.-- — — — — _--- _ _ — EDGE OF PAVEMENT 4" WHITE I - - 4" WHITE BROKEN LINE /T BROKEN LINE , WHITE 4" WHITE SOLID LINE EXISTING ROw J 8" WHITE SOLID LINE / PAVEMENT W 1 WHITE PAVEMENT MARKING (TYP) MARKING (TYP) v STA 51+59 32.00' CI i / LADY MOON DRIVE STA 53+03 24.26' Lt REMOVE STA 107+44 12.00' Lt BEGIN LANE TRANSITION STA 107+44 24.00' Lt �1 _ BEGIN LANE TRANSITION � s®` JU'r J> DO NOT DISTURB I EXISTING ROW DO NOT DISTURB Sheet Revisions Colorado Deportment O O O of Tronsportotion _ 1•Tp s«em su«1 u«.W0 co. eos3t ": 970-3l0 2?L!e ams6rs�us® City of Fort Collins ./_ ` 01, a r,n cos,,, ]et As Constructed SIGNING AND STRIPING PLANS EASTBOUND STA. 49+00 TO 56+00 WESTBOUND STA. 103+42 TO 110+42 Project No./Cod Dote: comments nit. Vert. Scolr. No Revisions:' STU M455-095 Revised: Designer: ELF Delailer: MTA tructure Numbers 17306 O Region 4 PJG Fen cow'C I..o) xit-aeon Void: Sheet Subset: SNS Subset Sheets: 5 of 10 Sheet Number 81 0 0 0 NOTES: I. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS (BY CITY OF FORT COLLINS). 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. , 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. STA 110+78 11.54' Lt 8" WHITE SOLID LINE STA 111+07 21.91' Lt STA 111+62 21.04' Lt 114' WHITE SOLID LINE STA 112+27 32.73' Lt WHITE PAVEMENT STA 112+26 24.79' Lt STA 113+16 12.00' Lt MARKING (TYP) END LANE TRANSITION 4" WHITE SOLID LINE EXISTING ROW 8" WHITE DOTTED LINE 4' WHITE BROKEN LINE --- --- - ------ ---- EXISTING EDGE --- _ OF PAVEMENT .................. ` _ _ _ _ _ EAST HARMONY ROAD (WESTBOUND) 00+ t+00 t12. I t3+00 1t4+00 115+00 176+00 117+00 _ Q .". ..... .."" 12 ... .. ... ........ .. Z PROPOSED EDGE 4' YELLOW SOLID LINE EXISTING EDGE J Z) L OF PAVEMENT OF PAVEMENT N 30 15 0 30 60 1'.60' W 12 12' EAST HARMONY ROAD (EASTBOUNDD)—�--�— 0 z u 12• _--r_ _ _ _ 2 d \ —ro—y w�s—o�LID [LsuN sE EXISTING ROW PROPOSED —TIC.— OF PAVEMENT WHITE SOLID LINE a" WHITE BROKEN LINE I I I / \� — t 1 STOP DO NOT DISTURB DO NOT DISTURB j.. I I INSTALL R7-1 I .J@4jj p Z O I I INSTALL E DO NOT DISTURB I 1r I I I I R6-1R I IM 1_1 I 1 f I 1)I 1 Print Dole: 11 17 09 O O O O Sheet Revisions Colorado Deportment City of of Transportation Fort Collins _ )()% 1420 s«.aa Sv . --,Z7_ ��� anoa.: Oio-]w-x1xB Cory o1 Coon we . 2.1 N. Cd4q. �wenw Fan cww. Co. Region 4 PJG (910) u1-mo5 9 As Constructed SIGNING AND STRIPING PLANS EASTBOUND STA. 56+00 TO 63+00 WESTBOUND STA. 110+42 TO 117+42 Project No./Code File Nome: Si nStripepinO6.dw Dote: comments Init. No RerisionB: gTU M455-095 Horiz, Scole: Vert. Scole: 4W1 OTC BWrvorO Revised: Designer: ELF Structure 1 7306 Deloiler: MTA Numbers s t. 700 P Orn..r, Co Wx]x }, Tmoa.: 303-221-7275 Void: Sheet Number 82 _ Sheet Subset: SNS Subset Sheets: 6 of 10 NOTES: N 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS (BY CITY OF FORT COLLINS). 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS.. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. . ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED, 1 JO 10 0 30 60 I 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING 1".60, STPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS\ 1 1 1 � 1 1 I 1 EXISTING ROW 77 EXISTING ROW 1 4" WHITE SOLID LINE � 4" YELLOW SOLID LINE 3 1 --- — r �t L 1 1 4" WHITE BROKEN LINE -- ---r—— -- --- _ EAST HARMONY ROAD (WESTBOUND) f 0 118+00 — 119+00 — 1ITS+00 — — t t+00 — 11 + t22+0 _ n 123+00 124+00 iO S J o EXISTING .EDGE PROPOSED EDGE — — — _ _ —n OF PAVEMENT OF PAVEMENT 3 ® PROPOSED EDGE OF PAVEMENT z— EXISTING EDGE — OF PAVEMENT _ EAST HARMONY ROADjEASTBOUND) -12 Z J r=V- 12' am —WE — — — 3 12' — — — — — — E--•—E E EXISTING EDGE j EXISTING ROW J °-` OF PAVEMENT PROPOSED EDGE PROPOSED 4" WHITE SOLID LINE / EDGE Of �� �� a PROPOSED �1 \�� PROPOSED EDGE PAVEMENT \ ` STRUCTURE, OF PAVEMENT E E -----_.,- I 4" WHITE BROKEN LINE \ `� S% BRIDGE �� OF PAVEMENT PUN$ \ E E_ ® EXISTING ROW S 7� I I REMOVE REMOVE \\\ \ I 1 1 Print Dole: File Nome: Horiz. 11 17 OD Sheet Revisions Colorado Deportment Si nstripeptnO7.dw Dote: comments Init. of Transportation cityof As Constructed Fort Collins SIGNING AND STRIPING PLANS EASTBOUND Project No./Code Scale: Vert. Scale: p 1o.•20w:«V s�1rm �`� No Revisions: STA. 63+00 TO 70+00 OT O Pnoo•: WESTBOUND STA. 117+42 TO 124+42 STU M455-095 re0i OTC e•w.•ra _-- 970-350-2126 sm• 700 EAC: 910-350-219e c, Cron cos,.. Revised 0•rv.•r, O Co. Designer: - ELF. lruclure 17306 002J1 Eon E.oN PM,r: JOS-221-71ri O Region 4 PJG (970) 221-6eas Void: Detoiler: MTA Numbers Sheet Subset: SNSJ Subset Sheets: 7 of 10 Sheet Number R'I NOTES: 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS (BY CITY OF FORT COLLINS). 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED, 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. EXISTING ROW STA 128+16 25.00' Lt - — - - — - - - - _ 8" WHITE DOTTED LINE ������������ /•� - _ - � _ _ _ _ 4" WHITE SOLID LINE STA 124+96 MATCH EXISTING STRIPING B" WHITE SOLID LINE 1 4" WHIT ROKEN LINE EXISTING EDGE `EX 1 - - - - - - / OF PAVEMENT - - - - - - - - 1 o— _ _ ....... ... ............. _ EAST HARMONY ROAD (WESTBOUND) 12 +00 126+00 0 127+00 _ _ 128+00 129+60 1J0+00 131+00 0 + 12' o --------------- Q 4" YELLOW SOLID LINE ---------- PROPOSED EDGE __ EXISTING EDGE 4f OF PAVEMENT ENT OF PAVEMENT " - -. - -. - - - - - - - - - - - - - ( n Li- - - - .. - . _ . ' W j 12 4+00 75+00 Z tZ, EAST HARMONY ROAD (EA B UND) Q_ - - - - - - - - - - - - - - - - - - - - - 4 WHITE BROKEN LINE 4" WHITE SOLID LINE PROPOSED EDGE OF PAVEMENT - -� ^ / /8" WHITE SOLID LINE EXISTING ROW- / o a� zz U3 3 DO NOT DISTURB N 30 16 0 30 60 Print Dale: 10 1s 09 Sheet Revisions Colorado Deportment Cltyof As Constructed SIGNING AND STRIPING PLANS Project No./Code File Nome: "SignSlripepinO8.dw Dote: Comments Init. of Tronsportotion Fort Collins EASTBOUND STA. 70+00 TO 77+00 Horiz. Style: vent. scale: O 11i7 alp s� co eosi /""--� No Revisions: WESTBOUND STA. 124+42 TO 131+42 STU M455-095 O _ ��� rn .:io-Jso-xixs ca ren cew,. Revised: Designer: ELF Structure 1 7306 p �f■ .eoi arc I1aAr.aa s i. roo O • rAx: svo-Jso-x se Na 291 ca 'u— ran coc , co. Oetailer. MTA Numbers Sntel Numbed a'" '• e011- rw,.: JOJ-xxxl-ns O Region 4 PJG 9 (e)a) 22t-66a5 void: sneer 5ubsec srts subset sneers: 8 of to 84 NOTES: 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS (BY CITY OF FORT COLLINS). N 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE SYMBOLS. 3. ALL LA�; DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 30 IS 0 30 60 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. REMOVE & RESET "-60' R5-1 INRSTA IL STA 133+48 32.00' Lt 4" WHITE �OW SOLID LINE STRAUSS CABIN RD. CR 7 REMOVE & RESET WHITE PAVEMENT R5-1a 8" WHITE 4" WHITE SOLID LINE MARKING TYP STA 1}6+86 32.00' Lt SOLID LINE EXISTING ROW ( ) g :a 8" WHITE DOTTED LINE B' WHITE o STA 135+28 32.00' Ll 4" WHITE DO NOT DIST B SOLID LINE 4' WHITE BROKEN LINE BROKEN FSTA+91 12.00' Ll LINE-Eb`���0� Q (9 ' 1 / OTTED LINE EXISTING ROW 1 i n 732 00 N 1133+00 aN -- -- -- R - y 12W I t - — _ TA +0! 7W \ E�- 4" YELLOW�\ SOLID LINE \REMOVE ) 8" WHITE n - I SOLID LINE j [ 4" WHITE 9 SOLID LINE Iitti�� a" WHITE I BROKEN LINE I m U DO NOT WHITE PAVEMENT DISTURB I 1n f MARKING (TYP) I I I Q I � EXISTING ROW I I ' T3a 00 12' EAST HARMONY ROAD (WESTBOUND) 12 u' 135+b6 136+M — 7+00 t38-M 12' o 12' H 2'- ------------- ---- ---------------------------=-- 12 JktF g caD PROPOSED EDGE OF PAVEMENT 4" YELLOW SOLID LINE /-EXISTING EDGE OF PAVEMENT 79r� ------ - — -------- W 2 u \ EAST HARMONY ROAD (EASTBOUND) p• I- D' Lt VARIES . . -- -- ----. -------- - \ 4" WHITE BROKEN LINE 4" WHITE SOLID LINE \ 8" WHITE DOTTED LINE 8" WHITE SOLID LINE _ STA 80+12 24.00' Rt J \ STA 79+06 Lt STA 80+12 32.00' Rt STA 82+69 33.87' Rt EXISTING ROWJ .HITS ......... ___... ._._ "11a------G1- --- i - ' I m 0a `-'-I r NOT 00 STA 80+12 47.55' Rt S I oU URB INSTALL REMOVE & RESET R4-7 W4-2R OM1-2 O O OI Sheet Revisions Colorado Deportment cltyof of Transportation 1a20 5«aa sv Fort Collins«I /"��� 1 PF— '270 920-33 2121 car .I F..I c.N.. let N. EgYp. M.n« Fat c..w• �. Region 4 PJG (970) 221-GM As Constructed E WI Dole: Comments Init. Vert. Scole: No Revisions: Revised: Desig Detail Sheet Void: ) STRIPING PLANS Project No./Cod I'A. 77+00 TO 84+00 4. 131+42 TO 138+39 STU M455-095 ELF Structure 17306 MTA Numbers SNS Subset Sheets: 9 o1 10 Sheet Number 85 0 0 0 NOTES: 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS (BY CITY OF FORT COLLINS). 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING. PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. 8' WHITE DOTTED LINE STA 140+30 12.00'J.E 4" WHITE BROKEN LINE )C.U: DO NOT DISTURB EXISTING ROw a' wHITE SOLID - --- �--- ----- EAST HARMONY ROAD (WESTBOUND) tV � 1 — EXISTING EDGE 9+00 140+-7 T41+00 12' 1 + 0.05 _ — OF PAVEMENT PROPOSED EDGE OF PAVEMENT—. —1— — — — — — "' — — �. 5+00 86+00 _ / — EA T HARMONY ROAD (EASTBOUND) STA 84+50 �\ -4- YELLOW SOLID LINE ,STA 84+2, 12.00' Lt MATCH EXISTING STRIPING 4' WHITE SOLID LINE MATCH EX�STING STRIPING �_ o\ 8' WHITE SOLID LINE w — — — 3\4" EXISTING ROW 3DO NOT DISTURB DO NOT DISTURB DO NOT DISTURB WHITE BROKEN LINE STA 84+24 24.00' Ll WHITE DOTTED LINE ii Print Dole: 10 1s o9 O O O Sheet Revisions Colorodo Deportment City of of Tronsportotion Fort Collins _ )OT •zo s«<m so-«1 / `` f..� .�•4y, Co. Ba631 ��� : 910-35a-0126 ca Ne1 ren coa., �rax: 910-J50-2 99 20, Owl.q....w. r n Comm, co. Region 4 PJG (910) 221-6605 As Constructed SIGNING AND STRIPING PLANS EASTBOUND STA. 84+00 TO 86+76.75 WESTBOUND STA, 138+39 TO 141+80 Project No./Code $ File Nome: Si nStripepinl0.drg Dote: Comments wt. No Revisions: STU M455-095 Horiz. Scale: Vert. Scale: .sal OTC 9oW.onf Revised: Designer, ELF Structure 17306 Deloiler: MTA Numbers g �. 700 eo231 Pnane: ]O]-221-1215 Void: Sheet Number 86 Sheet Subset: SNS Subset Sheets: 10 of 10 9 8 Nora. • Vert. 4930 ..__ _._ ...... 1___.—_. ------ --1 -80 ---- ------------ --------- -- -60 -40 -20 4930 ._- _......_........_........`.--- ....._.---- ._..:.........._...._I - ------------ *-`_...........�.._------- ..._----1--- -- ....-------- - ---t---. --_-- -- — _ - -80 -60 -40 -20 4930 ______...... 4920 .._____._. __.........__ _._.......— —_._.-........_._ ...__..._...- 41 1 -100 -80 -60 -40 -20 4930 4920 -1__ O O O 35+00 0 20 0 20 34+00 0 20 33+50 0 33+00 20 4930 4920 40 4930 4920 40 14930 __4920 40 4930 ._..---------- 1 4920 40 ......__.....__._..._..__ ........_.._—i......_.......-,-_ i 4930 . _....--- l 80 60 40_...----- ZO__.__--- .1_........._3'O__..___._-......_....._.i_.___ - - - ------ 20 -----I-...------3J �.---- .._..._....,__.__..._...I 4920 40 iheet Revisions Colorado Deportment Comments in{t. of Tronsportotion City of Fort COUIns As Constructed ROADWAY CROSS —SECTIONS Project No./Cod 1420 Smc Su.4r 4-2„ � No Re iaions: EASTBOUND HARMONY MEDIAN WIDENING STU M455-095 - f�4io-Sso-m24 ��-219e cc r ran caH, M�Cgl4gr Revised:truclure Designer: LLM Region 4 PJti 281 Mmu, ran. co. (ego) 221-4445 void: Deloiler: BEG Numbers 17306 Sheet Subset: xsections Subset Sheets: 1 of 28 Sheet Number 87 J7+5O 37+8O �� �� ' J6+5O 36+00 35+50 Print Cate: 10/15/09 sheet Revisions Colorodo Deportment Cityof As Constructed ROADWAY CROSS —SECTIONS Project No./Code Date: Comments Fort Collin - EASTBOUND HARMONY MEDIAN WIDENING PH9Ew, 'TCCO "=023-7 Region 4 PJG (970) 221-6605 Void., Sheet Subset Xsec Sheet,: — Sheet Number 88 Hori2. 6 4920 _t 4920 _t 4920 -1 4920 _t 4920 _t of 42+00 20 20 20 4920 40 1 4920 40 4920 40 _....--...___. }....._.__.....r_..-...._- ._.-. ........1........... "-I _------ --_....._._}....__......_..._......_e_L .,.._........_....(__..._....__.i.......__.....__...._....a, -40 -20 ......._.... L._.—...._-I ..__.............._......___..L._..__.._..J "0 .._.....j._.._._..._.1 20 40 ---------- ----------- 40+00 _-_....._....._..._._. .._.._._.._.1---- ------- ----- m.l-------------- 4120 -40 -20 _ p0 20 40 Deportment �ortotion Otynf Fort Collins As Constructed ROADWAY CROSS —SECTIONS Project No. 1 No./Code r•2o s.e•ea sv..r )T c••4r c•. eosn Nfi i50-nxe ��1� No Revisions: EASTBOUND HARMONY MEDIAN WIDENING STU M455-095 .� Fnw flat: 9xo-350-219e 20' M°CM4q•o w• Revised: Designer: LLM tructure 17306 4 PJG F. c•9w, c•. (9M) 221-s4o5 Void: Detoiler: BEG Numbers Sheet Subs— %sections Subset Sheets: 3 of 28 Sheet Number 89 0 0 0 STA 115+28 TO STA 121+21 593 FT LOSIONCORRECTION (SEE NOTE) IDTH OF 10 FT FROM EDGE OF PAVEMENT) EXISTING ROW EAST HARMONY ROAD STB ttt+00 11 Q0- t13+00 9 ) I \ os t L4+00 S !\1.7'30" E \t\15+00 �00 1 16` 00 117+Q0 9\ € `S 89-3311'47E --- 1013.78 — n S 89•zT47" E� +, 2+00 -1"' EAST HARMONY ROAD (EASTBOUND) 'to ,1 1 �'� i r. 0 = ASPHALT WIDENING J - _ I I I a � EXISTING ROWJT 70P OF CUT / I ' CS P F.E.S. I {t� STA-60+29.07, 38' RT I BEGIN 18" CSP 1 'I EXISTING ROW INV. EL. 4900.58 I I J` I I I e I nl CD 8 TOP OF CUT Iail I rn 1 LEGEND m IL DAM CHECK BALES EROSION LOG $ NOTE: FOR EROSION CORRECTION, REGRADE TO ELIMINATE SCOURING AND MAINTAIN FLOW FROM EDGE I 1 g OF ASPHALT TO FLOWLINE. WORK PAID FOR UNDER BEADING HOURS AND SEEDING. I 11 �jj' EROSION INLET PROTECTION r F — FLOW ARROW 1 1 I I C=Q PIPE WITH F.E.S. SILT FENCE f g Print Dote: 12 04 09 Sheet Revisions Colorodo Deportment $ File Nome: RdErosionCtl05.dw p clryof As Constructed EROSION CONTROL AND GRADING PLANS project No./Code Dale: Comments nit. of Transportation Fort Collins EASTBOUND STA. 56+00 TO 63+00 Horiz. Scale: Vert. Scale: CEI) 12/04/09 MODIFIED NOTES LLM 1420 s — SVNI /"'�f� No Revisions: WESTBOUND STA. 1 10+42 TO 1 17+42 c...Ny, c.. sosol STU M455-095 0 PNm.:97o-5so-z1z6 Designer; LLM 17306 [ .6m ou eowe.are FA.: q7o-550-21g6 c1 No1 Fon cou�m Revised: 9^ Structure s°'I. 70a HIS 2eiFmi can°; co "v. Detoiler' BEG Numbers Den 1 0 8021- Region 4 PJG (970) 221-6605 Void: Sheet Number 1 Pnorc: wo-mans 9 Sheet Subset: ErosGrd Subset Sheets: 5 of 9 68 4920 ..------..__.---------- I------.-- ..............._._... _.._................_.-......_i ....�.—_______-T'___ ::: { --. -- I -100 -80 -60 -40 -20 4920------------f-----_-----t---_---------------- ----.. E......_._----T-�- --- - ----- _-J--- --_--- 1-------------- f_ �------------1._ k:_-- - -.. -100 -80 -60 -40 -20 4920 4910 4920 4910 -1 44+50 0 43+50 43+00 42+50 4920 4910 4920 4910 P 4920 .................. r""-""""'- "- - ..................._____{_..._.__._...__...t........._.......:-:.-2,009....................__..:. II 4920 —._...=_-t _ _ _ _{ _ _ _ _...�__-.._.._._._.i i4910 j --__...___1_._.-._...-.._!_._____...0.............. -100 -80 .._.___,. 1_.---___...-I__._--------- _.............._..__._____L.--.-...._al...::. -60 - -40 -20 --- ::::._.1_.---- ...___..._.__-... p0 ... 4910 20 8 F Print Dote: 10 1s 09 Sheet Revisions Colorado Deportment cityof As Constructed ROADWAY CROSS —SECTIONS Project No./Code 8 file Nome: RdCrossSeclOt.dwg Dote: Comments Init. of Transportation Fort Collins EASTBOUND HARMONY MEDIAN WIDENING STU M455-095 {[ HoriI. Scote: Vert, Scole: 1420 S« S11.1 No Revisions: O ��� PMro: 410-150-MG 1— 910-150-2 " cry a ran coicm Revisetl: Designer: LLM lructure 17306 Mg �60r 0it eoukrx4 O ter w. 1tl " ww ran coos, co. Moiler: BEG Numbers g 0ermror�000 W231 PM 303-221-1213 O Region 4 PJG lslo) 22r-seas Void: Sheet SAubset: Xseclions Sheet Number Subset Sheets: 4 01 28 90 45+50 4920 .1 ---------- ------------­ ---- - ------- ------------ 4920 - --- i - - --------------- ------- -------- ------- --------- - --- 4910 -100 -80 4910 60 -40 -20 0 20 40 45+00 -------------- 4920 :--: --- ---I ------ ----- -_ I - I --------- ­=:_-Z - -------------- -- -------- --- T - . 4920 -r-ocx . ...... .... ------ --------- - - J - ---- ----- - --- ------- - - - 6 - -- - -- ----- --- I 4910 -100 ------------------ -80 --------- ------ I -- - ----- ------- ------------ -------------- --- ------------------ ------------ - - ------- 4910 -60 -40 -20 r 0 20 Print Date: 10/15/09 Sheet Revisions Colorado Department of ronsportotion Oftyof Fort Collins 1.20 S.— S-1 Cil, .1 F- C­ F.: 970-3W-2198 n, .. — As Constructed ROADWAY CROSS —SECTIONS EASTBOUND HARMONY MEDIAN WIDENING Project No./Code File Name: RdCrossSec(01.cPwg Dote: Comments Init. Horiz. Scale: Vert. Scale: ,a Re,i.ior.: 7TU M455-095 R-ised: Design— LLMIStr.ct.,e 17306 .60, OTC �'. 700 Mailer: BE_GJN.rnb�rs�_ - L=_� 0­ co M3, Pl—, 303-M-7275 C=:) F. = Region 4 PJG; (970) 221-dws Void: Sheet Subset: __ Xsectionsi Subset Sheets: 5 of 28 Sheet Number 91 0 0 0 4900 -100 -80 -60 -40 -20 0 20 40 nuw 60 TELEPHONE LINE 20 40 60 20 40 60 20 40 60 4910 4900 80 4910 4900 80 4910 4900 80 4910 4900 80 .... = q �.._1L._..__..-...-.yi_-...—_._..-._... f_LL...-....__......_.. �...........t...... -100 -80 -60 -_...._.— _.._-.___ T -1 -a - �.�._.... ...._..----__..._.._. ..... ...... .... 1......___.....1....._...__.J......-.------.._-..___- --- -40 -20 0 .-_-.-._........._._._.................._...._.-. _-�(.4910 . .__..._............._._...... 20 _.--.-_..---_.._...........__._._...__. ..._.-_.____�}_..-.__.._..........__-_�._.-.-._ _........ ._...._._._..... . 40 60 -------- 1 4910 -.....-..._. ._._.......-._..-_..... ._.I: 49004900 80 Print Dote: 11 09 09 Q Q Sheet Revisions Coll rodo Deportment of Transportation W.e4F. Co. ae T _-- faro a«oro sv31 rno-v: ono-sw-xua F•.: 410-sso-2,se �I¢er s• Region 4 PJG 9 crtyof Fort Collins /"�- V uy of Fw coam �e1 cp1'q' V. Fw cae:,.. co. (s�o) ti1-aeos As Constructed ROADWAY CROSS —SECTIONS EASTBOUND HARMONY RECONSTRUCTION AREA Project No./Code File Nome: RdCrossSeck02.dw Dote: Comments Init. No Revisions: $TU M455-095 Morii. Scale: Vert. Stole: iQ ! .eo, arc eoJe.na Revised: Designer: LLM truclure 17306 Deloiler: BEG Numbers saI. roo a,..... co eozn void: Sheet t Number 92 Sheet Subset: xseclions Subset Sheets: 6 0l 28 4910 4900 - I 4910 4900 4910 [ - - ----- ------ --.T - ----------- --------- -- - -- - - Lwm ----------- ------- ------- ----- --------- ---- :.i --- ---- - --------- 1: --- ------------ -- -------- 2.DOX__ ......... .. ELECTRIC _LINE. -- --- -- - - - --- .-UN --- ------ . . .......... ---- ------ 4910 4900 -100 -80 -60 - - ----------- _1 -40 -20 20 40 ROW 60 80 4900 4910 4900 - 1 4910 4900 - 1 4910 4900 4910 4900 4910 4900 ......... ... . ...... E -100 ------ . ....... ........ .. - ------- ----­-­---- - ------------- -- -------- - ---- ............. ----- --- -------- -- - --- ------ -80 -60 -40 I ............... . - ---------- ----- ---------------- ----- - --- -- ----- - -- - ---------- . . . . . . . . . . . . . . . ..... . . . . . . MOX­ -- ---- ---- -- T- ­ ----------- r� ­- - --------- ----- -------- ---- ------ ------- - --------- ------ -- - -- ------- -- -- --- --- - - - - ---- ------ ­'. f . . - -- -------- . .......... .... ...... -20 .0 ­ ­-- - -- ------ ..... __ -- - - - - - - - - .. .. _ -- - --- ----- _- — -- ------------ 20 40 ----- --- - -- ----------- - -_ ------------ I ------ ----- - -- ----- ---- - - - - ------------ --- ROW 60 -- - -------- 4910 ------ - ----- - ----_- - ----- - ------ *] - - - - - - - - - - - - - - - - 4900 - ---- ----- --- so Print Date: ii/og/og = C=D Sheet Revisions Colorado Deportment of Transportation �o sv"t F": 970-350-2196 Region 4 PJG City of Fort Collins Oty ItFld C, � F.n 1.70) 221-6605 As Constructed ROADWAY CROSS -SECTIONS EASTBOUND HARMONY RECONSTRUCTION AREA Project No./Ccide File Nome: RdCrossSect02.dwq Nora. Scale: Vert. Scale:14" Dote: Comments I wt. No Revisions: STU M 455-095 Revised: Designer: LLMtructur Numbers 100 O� CO W237 P�: 303-221-7275 Void: Detoiler: eEG 17306Silt' Sheet Number 93 I— Sheet Subset; Xsectionsi Subset Sheets, 7 28 4910 ------ - -- ------ - ---- ---------------- --- ................. -- - ------ ----------------- ................. ............ --------------------- - I - -- ---- - ------------------ I ... . ................. ....... ...... . 4900 -------------- ---------- . ...... .......... ... ....... ------- - -100 -80 -60 -40 -20 39.46' RT, 4900.44 2" GAS LINE 31.54' RT, 4898.59 42.71* RT, 4899.39 6' WATER LINE 6" FIBER OPTIC LINE 60+2527.85' RT. 4901.g4 46. 08' RT, 4902.78 10"ELECTRIC TELEPHONE LINE --------.............. - - -f . . ...O.....N.....E.. 'a2 ............ .-.-L.-.-E-.-C.-.-.-T-..-R..-..III .— .LINE ... .. ................................ . ... . ............ I ----- --- ---- --- - ------------ ---- - -- - --- 4900 a- 20 40 ROW 60 80 4910 ...-.-..-.---- - ---------------- ------------ .......... .... ...... ----- _ ........... .. . .... ...... ... ...... . ........ ......... . ..... -------------- 4910 --...... ...........--------T. ........... ................................................ .......... ... ................... - ........... --------....... ------ --- --- 4 - - ----- - 4900 -- - ----------- --------------- ... ............ .... . ......... . .......... f ...... .. . ..... ---------- ------------ ------ - ------ -_ . .......... . 4900 ---------- --- - - ------- ------ --- -------- ... ------ ------- L -------------- . .... . ROW -100 -80 -60 -40 -20 0 20 40 60 80 1A 71' PT &OAn AS 4910 4900 _ I 4910 4900 4910 II.......---------{-------------.----------------- 4900 ::::w:.*.,:::::: 1 00 ---------- .... -- --- -- - --------- --- - ------- ------ . . . . . ----------------------- ------------------ ------------- - -- ----------------- -------- - -------- .... ........... ... ... - ----- ------ - ---- I ­.- ­ :: ----- ----- ---- --- - ---- ------ --------------------------- -------- - -- ------------------ ---- - --------- -80 -60 -40 . . . ...... . ....... - ----- --- ----------------- .... ............ ----- ... ...... ..... . ow ------------- ---- ------------- ------- - --- --- ___­ ...... - -------------- - ------------- --- ----- ............. -20 0� ............... .. .... .... - --­------------ -- -------------- ---- ----------- - ------------------ --------------- - --- - ------------ - - - - - -- - -------- --- ----- ---------- - --- ------------------ 20 40 ...... .............. .... T .... ....... ......... ............... -------- - - ---- -------------- ---- - ---- -- - -- ---- - -------------­ ------------------ - .... -- - -- ........... .. . ............. ------ ---- ROW 60 -------- ------ 1 4910 - - ------ --------- ---- ------------- ---- ­ 4 ............. -- - -- 1 . ................ 4900 . ......... --­ ­­ 80 Print Dote: 11/09/09 C=) C= C= Sheet Revisions Colorado Department f Transportation ;Z' Fb�) 0 T c* 0-350-2125 FM: 070-350-2108 8 0� Region 4 PJG City0f F6rt Collin 2 C; y ., N. F� C�. C,. (970) 221-6605 As Constructed ROADWAY CROSS -SECTIONS EASTBOUND HARMONY RECONSTRUCTION AREA Project No./Code File Name: RdCrossSect02.d,g Comments Init. No R.,i,ion,: STU M455-095 Horiz. Scale: Vert. Scale: eoWe.aOON" El Revised: Designer; L MIStructure 17306 5L Oetailer, BEG Numbers �tl 700 0—• co pw E",13-221-7275 Void: Sheet Number 94 Sheet Subset: Xsectionsl Subset Sheets: 8 of 2� i 0 4900 - I 4910 4900 -1 4910 4900 -1 4910 4900 -1 4910 4900 4910 4900 -1. V 20 40 ROW 60 80 4900 100 ------ --------- ---------- ---------- - ------------ - - ------------ --------- - - ---------- - --------- ------. ---- -. -- .-.-.-.------------- -------- ---------- -------_------ ---- -4----------------- ............ ------- - --------- ----- ----------- ------ . ....­..­..-.-.--.--.--.-.---.--.--- ------------------ -.--.--.­­...--.--.- .I I 4910 ------ - ------ - ....... ............ --------- - ------ 4900 — - -------- -80 -- — -------- - . ........... -60 -40 .-20 0 a Lsp�r 20 40 . ....... - ------ ------------ --- ---- — ROW 60 -- - ----- ---------------- 80 Sheet Revisions Colorado Department Dote: Comments Init. Transportation Otyaf F(5rt Collins As Constructed ROADWAY CROSS -SECTIONS Project No./Code 1420 $­ SU., No Revisions: EASTBOUND HARMONY RECONSTRUCTION AREA ST_U M455-095 P F": 970-350-21" CAY 0 r� C� 28, .. = — Revised: Designer: LM iructure — 17306 O Region 4 PJG ranC.. (970) 221-Seas Void: Det.iler: BEG Numbers Sheet Subset: Xsectionsl subset Sheets: 9 of 28 Sheet Number 95 4900 4890 -1 4900 4890 -1 4900 4900 4900 4890 'o 4900 4890 i0 4900 IO 4900 a -100 -80 -60 -40 -20 0 20 40 60 80 100 Print Date: 11 09 09 O O O Sheet Revisions Coiorodo Deportment City of of Transportation Fort Collins - I)T 1r20 sn9�4 si.w1 /`�`�� vnaa: 9io-33o-212e City Fen Ca F• 910-330-219e Mi e, cyy- v— F9n c . w. Region 4 PJG (9m) 221-6606 As Constructed ROADWAY CROSS -SECTIONS EASTBOUND HARMONY RECONSTRUCTION AREA Project No./Code $ Fib Name: RdCrossSect02.dw Date: Comments Init. No Revisions: STU M455-095 Horiz. Scale: Vert. Scale: 601 0iC B9Wer9rU Revised: Designer: LLM Structure 17306 DetaJer: 8EC Numbers e •a m eo23i viwa: 303-221-7216 void: Sheet Number 96 Sheet Subset: Xsectionsi Subset Sheets: 10 of 28 Print 6 4900 4890 —1 4900 4890 —1 4900 4890 —1 4900 4890 —1 29.36' RT. 4895.55 31.36' RT. 4893.69 29.29' RT- 4R9R.49 4900 4890 w .u0 ..._ ------- 1 4900 ----- --- ------------ --------- 1 4890 10 ROW 60 80 100 4900 4890 ou luo ----�-----_$. m -- - '-a- Asa--- - - - —___— �0 20 40 ROW 60 80 100 Colorado Deportment of Transportation Ct of Y Fort Collins AS Constructed ROADWAY CROSS -SECTIONS Project No./Cod stmrj o Revisions: EASTBOUND HARMONY RECONSTRUCTION AREA STU M455-095 YM: r4s: 9)e-sso-tree 70-350-2198 zB1� w cdr�y,c Revised: '. Designer: LLM truclure 17306 Region 4 PJG w of �i "'s s Void: Deloiter: BEG Numbers Sheet Subset: Xsectionsl Subset Sheets: it of 28 Sheet Number 97 �► s • • i 4900 4 . . ................ .................. ................ ...... ........ ­ - -------- --- ---------- ........... ...... . -- - - ------------ ... . ....... ... - ---- .................. . ............... .................. ................. =.__ -- ------- ------ ........... ..... ------- - -------- ------------ -- T . .............. ­---------------- - - -- ------ - --- --- ----- --------------------------- .... ------------------ ----------------- --- . ....... ..... ---------- - -- ----------- --- ---------------- . ..... ... ..... -- -------------------- ........ ........ ......... ------- .. .......... ------------- --- ---------- ----------- I I " ------ - - I ------------- - ---- ------------- - - - -- - - -------- ------- ....... ..... T ---- - ---- ..... ........ ..... ... -------- - ---- - ----------------- -- --------------- ------------------- ---- --- --------- ......... ........ ... - ----------- ------------------------ ............... .. ......... -- ----- - ------- ---------- - -J 4890 ------ - ---- �; - ------ ----------- - ----- ... ........ . ... . ... -100 ... - --------- ------- . ........... -80 ......... ... .... . .......... -60 ... -40 -20 1 0 ------- . ............ 8' 20 CSy ROW 40 60 --- -- ----------- 80 100 4900 --- --------- � ....__...._._.'"'.__.....__ - --- .................. .................!j........_......`{ ------------------------------------ --------- ------- ------ - --------- - ................ ----------- ---------------- -------- - -------- --------- ------- ... . .... ....... .... ------------------- ... ---------­­---- I:_..._-_ ---- 4890 i ------------------ . --- ------------- ................. .. . . .... .. ............... ................. ...... ............. ..... ........... . - ------- - --- I -- ---- - --- -- ------------- - - - - - - - - - - - - - - - - - ­_____. - -100 - — ----- -------- -80 -60 -40 -20 4900 ..... . ........... ------------ .................. ................... -------------- --------: --- ........ ........ .... ...... -------- - - - - - - ...... .......... . .. .......... - -------------- [ ....... . ....... 4890 ----------- --- ­ ------------- ------ _- - - - ------ ---- -100 -80 ................ -60 -40 - ------- ------ -20 0 20 40 ROW 60 80 0 20 40 ROW 60 80 4900 4890 100 4900 4890 100 4900 ............. 4890 ...------ -100 - -- ------- --------- ---------------- t - ------- -------- ------ - --------- ------------------ r F - - -- -- ------ . ..... -- ---------------- - - -------------- -- ­ ---------- - ----------- ------ - ------- -- ----------- - -------------- -------------- - ------ ------ -- ---- ----- -- ------- -------- -------------- -- - -- ..... -80 -60 -40 __ -, - ____ - , , "" - ___ --. .......... ...... ....... .... -------I ------------------ ----- ------------ --- -- - ------------- ..... ox ------------- --------------- i................. --------------- - - - ... ..... -- -- -------------- -20 0 20 --------- - ­------------- ------- --- ---- --------- . . ... ... 40 ROW -------- -- - -- ---- - --- --- -- ... . ................ . .. ...... ....... ..... ----­---- -- 60 80 4900 --- -------- - -- 4890 100 Print Date: 11/09/09 O Sheet Revisions Colorodo Deportment of . Tronsportotion ao S. d $.- C.. $0631 X�esigner: PbP­ 270-3W-2126 I.: M-350-2198 Region 4 PJG City of Fort Collins I .� C. 2a"yN.oCW1" (970) 221-6605 As Constructed ROADWAY CROSS -SECTIONS EASTBOUND HARMONY RECONSTRUCTION AREA Project No./Code File No— RdCrossSect02.dwg Dole: Comments -nit. - No R;sio­ STU M455-095 Horiz. Scale: Vert. Scole: — Revised: LLMIStructure 17306 SWI. 7 �'�',,,102'21-7275 D­ CO M37 Void: Detoiler: BrrINumber$_ Sheet Number 98 Sheet Subset: Xsection3i Subset Sheets: 12 of 28 Scale: 0 4890 4680 _I u 20 40 ROW 60 4890 4880 -1 28.34' RT. 4886.26 33.57' RT. 4885.67 4900 4890 4880 -1 80 4890 4880 100 4890 4880 wo 4900 4890 48M ,u0 4900 - ------_---_ I - - ----- ------- ----- -- ----- --------------- - - - ---- ------ ------ .. ........... ... .......... .. -- -------- . .......... ---- ------- ------------ ------- ------ — ---------_----- - - ------------- - - ------------ ..... ------ ­ ----- ------------ --------- - -- ---- ------ --------- ---- - - -- ------- - -- - 4900 4890 - -------- — — ---------- - ----------- --- - - - - - ------ ---- ---- --------- - - - --- ---_------- ---- . ........ .... - ----------- ---- .... .................. ... . ��o - --------- --- - ------------ ------ -- - - * - -- --- ------ ---------- - ------ ----- ------------- -4 -- . = . --- -- - ----------- ----- ...... ....... ------- - ..... ---- --- ------ -- ..... ....... . . . ----- ------ - - . ..... ...... - -------- ..... 4890 L .............. --------------- .................. ---- ------ ----- . ....... ..... ...... .......... ................. .. -100 -80 -60 -40 ....... .. .... .............. ... .. .......... f V___ -- - --- -- --------- -20 0 .. . ... -------- _J_ ------- ----- * 20 40 - - --- ------- ------ --- ---------- ----- ROW 60 80 100 Dote: Sheet Revisions Comments I Init. Colorodo Deportment of Transportotion 0--ty of Fort Collins As Constructed ROADWAY CROSS —SECTIONS Project No./Cod Vert. Scole: C=D 0 JT 1420 �­e St­1 I- R. Revisions: EASTBOUND HARMONY RECONSTRUCTION AREA STU M455-095 C=) C 2C 1 ;1yw.GCLZ�,C=" Revised: R" Designer: LL ' iStructurei — 17306 Region 4 PJG Z . .. (.7o) 22—Gos Void: Detailer: BEG'INumbers J _13of Sheet Subset; Xsectionsl Subset Sheets: 28 Sheet Number 99 r 0 0 0 0 d Y 3 C t a" t 3 H g% 6 ff F - 3 B fi F Print Dote: 12 16 09 Sheet Revisions Colorado Deportment File Nome: RdSA001.dw City of As Constructed SUMMARY OF Project No./Code Dale: Comments toil, of Tronsportat14M Fort Collins Harlx. Scale: Vert. SCOIe: 12/04/09 ADDE rt u6 AND VPMTED LLM ����- 1.xo s«om su«1 /^�`�� No Revisions: APPROXIMATE QUANTITIES G STU M4„5-095 ms� 12/16/09 cussow ITEu NO. a DEsafmTWN LLM ���� c1 con cwun Revised: Designer: LLM lruclure a.1 WC _ PMm: 970-J50-21xe 1 7306 � — cAF: 970-750-x198 eoWwaO Wo' JIM sulr 700 @ tB1rai �� Detailer. LLM Numbers C.I. Co Miner, co 80237 Sheet Number f P— ws-2x1-7x7e C� Region 4 PJG 1970) 221-asps Void: Sheet Subset: Detoils Subset Sheets: 1 of 2 8 SUMMARY OF APPROXIMATE QUANTITIES BID CONTRACT ROADWAY BRIDGE - TOTALS NO. ITEM NO. CONTRACT ITEM UNIT PLAN AS CONST. PLAN AS CONST. PLAN AS CONST. 1 202-00000 CLEARING AND GRUBBING LS 1 1 2 202-00010 REMOVAL OF TREE EA 1 1 3 202-00035 REMOVAL OF PIPE (181NCH CSP) LF 250 250 4 202-00037 REMOVAL OF END SECTION (18" CSP) EA 2 2 5 202-00210 REMOVAL OF CONCRETE PAVEMENT SY 23 P3 [4,095 6 202-00220 REMOVAL OF ASPHALT MAT SY 5,633 5,633 7 202-00220 REMOVAL OF ASPHALT MAT (DETOUR PAVEMENT) BY 560 560 8 202-00240 REMOVAL OF ASPHALT MAT (PLANING) SV 4,095 9 202-00250 REMOVAL OF PAVEMENT MARKINGS (LANE LINES AND SYMBOLS) LS 1 1 10 202-00400 REMOVAL OF BRIDGE LS 1 1 11 202-00495 REMOVAL OF PORTIONS OF PRESENT STRUCTURE (BOX CULVERT) LS 1 1 0-0 0 U C SIFIED E V TI N COMP E N P C C 0 7 03 13 203-00040 UNCLASSIFIED EXCAVATION (SPECIAL)(WASTE) CY 4,217 4217 14 203-01500 BEADING HR 44 44 15 203-01510 BACKHOE HR 40 qp 16 206-00000 STRUCTURE EXCAVATION CV 1,528 1,528 17 206-00100 STRUCTURAL BACKFILL (CLASS 1) CY 947 467 18 206-00200 STRUCTURAL BACKFILL (CLASS 2) CV 227 227 19 206-01781 SHORING AREA 1 LS 1 1 20 206-01782 SHORING AREA 2 LS 1 1 21 207-00205 TOPSOIL (STOCKPILE AND REDISTRIBUTE) CY 1,600 1,600 22 208-00002 EROSION LOG (121NCH) LF 200 200 23 208-00010 EROSON BALES (WEED FREE) EA 200 200 24 208-00020 SILT FENCE LF 1,300 1300 25 208-00045 CONCRETE WASHOUT STRUCTURE EA 1 1 26 208-00050 STORM DRAIN INLET PROTECTION EA 4 q 27 208-00070 STABILIZED CONSTRUCTION ENTRANCE EA 2 2 ' 28 208-00100 SEDIMENT REMOVAL AND DISPOSAL LS 1 1 29 208-00206 EROSION CONTROL SUPERVISOR HR 120 120 30 210-00010 RESET MAILBOX STRUCTURE EA 1 1 31 210-00015 RESET END SECTION (181NGH RCP) EA 1 1 32 210-04015 MODIFY MANHOLE (CONVERT TYPE C INLET TO MANHOLE) EA 1 1 33 211-03005 DEWATERING LS 1 1 34 212-00032 SOIL CONDITIONING ACRE 3 p 35 213-00002 MULCHING (WEED FREE HAY) ACRE 3 3 36 216-00006 SEEDING (NATIVE) ACRE 3 g 37 216-00042 SOIL RETENTION BLANKET (BIODEGRADABLE STRAW/COCONUT) BY 2,235 2,235 4 39 403-33721 HOT MIX ASPHALT (GRADING S) (100) (PG 6428) (MODIFIED BINDER) TN 1,525 1,525 40 403-34721 HOT MIX ASPHALT (GRADING SG) (100) (PG 6422) TN 3,093 3,093 4 03- 21 OT IX S HALT (G IN � 1) G 58- 8 (W D E S E E TN p 42 503-00030 DRLLED CAISSON (30 INC.) LF 220 220 3 2 ( q 44 506-00218 RIPRAP (18 INCH) CY 17 67 45 514-00200 PEDESTRIAN RAILING (SPECIAL) LF 7g 7 1 1 1 1 1 1 STA 115+28 TO STA 121+21 \ ` 11 - , 593 FT EXISTING ROW EROSION CORRECTION (SEE NOTE) - - - EXISTING ROW (WIDTH OF 10 FT FROM EDGE OF 1 - -� - - — - - — - - — - PAVEMENT �`��'� �`"'-'T'7 r—=T —r-c - err-_= —TTT�1 IS k'Ill�-1i [d11Y1"1 �C\\ \7.C'`���""- 118+00 �.- \11 1 0 6 +00, 66+ 0 t 1, S 89 27 47' E�� l " T "5-" ='r ,a... _ t mt7, 4908.79 t / \ 73 L j5 Jj .It EXISTING RyW\� �) A HALT Wit ENING� /�- TOP 0\CUT 1RIIjRAP R DOWN, a9GG� ` 1 SEE RIPRA DETAIL p\\\\ 1 1SACSP F. S. ` w, `� \\\�� 1 v.,.�,/ EXISTING ROW 64+87.70. 38' RT \ \�\,\ ` END 18" CSIC eettOPQSED LEGEND INV. EL. 4887.96 RIPRAP PROTECTION $T$UC'�URE, SEE RIPRAP DETAIL `\\ 4E„ BRIDGE P` DAM CNECK BALES EROSION LOG NOTE: FOR EROSION CORRECTION, REGRADE 70 ELIMINATE SCOURING aND MAINTAIN FLOW FROM EDGE - OF ASPHALT TO FLOWLINE. WORK PAID FOR UNDER BEADING HOURS AND SEEDING. ® EROSION INLET PROTECTION E\ i d �j f - ` \ FLOW AR OW C==Z3 PIPE WITH F.E.S. — — SILT FENCE g Print Date: 12 0a 09 O O O Sheet Revisions Colorado Deportment of Tronsportation _ )IIT 1.zo s«PnC.a sv..1 ��� Peons 970-350-2126 rAX: 970-350-2196 Region 4 PJG 9 cicyof / Fort Collins City W ran Cairo. 281 . Coi rwI ca+°.: co �W (M7 ]21-6W5 As Constructed EROSION CONTROL AND GRADING PLANS EASTBOUND STA. 63+00 TO 70+00 WESTBOUND STA. 117+42 TO 124+42 Project No./Code STU M455-095 9 File Nome: RdErosionCt106.dwg Dote: Comments In;t. No Re.tsions: HDI12. Scale: Vert. Scale: 12/04/09 Ort NOTES k UPDATE GRADIN ELM 1 601 OtC BOWwPl6 Revised: Designer. LLM Structure Numbers 17306 Deta;le, BEG 9 s.it. 700 e D.rner. CO W237 d Phone: 203-221-7275 Void: Sheet Number 69 Street Subset: EmsGrd Subset Sheets: 6 or 9 LINE 68+25 r �4A R' 4.17,12 ~880 4880 -.~ `~ `~ _. -~ . ~ ~ -- ~ ~ .~ 6" WATER LINE 2' GAS LINE 10" ELECTRIC LINE INE i... ...... . . . . . ..... . ........ L ........... . ...... L ......... ...... L .......... - ----- 4890 4880 -. 4890 4880 m ------------ 4880 ... ........... ............ ... ........ __ .... ......... ....... . to Print Date: 11/09/09 Sheet Revisions Colorado Department As Constructed ROADWAY CROSS —SECTIONS Project No./Code File Name: RdCrossSect02.dwg I I Date: I Comments I Init. of Transportation Fo"'ryflLotlin EASTBOUND HARMONY RECONSTRUCTION AREA STU M455-095 Hor;z. Scale: Vert. Scale: =11 a Revisions: Designer: 0i,nv,,, co =31 Region 4 PJG (.70) 2-6,105 Void: Sheet Subset: Xsectionsl Subset Sheets. 14 of 28 Sheet Number 0 0 0 4860 [_..--------- ..------ .. __------ ".------- _----- ..--- ........._._... } _..............._....... �..�:.'::.�..*.-.:.:_.::.._..._._...LI........_....... .... --_::::::"::-__------I-------f---_---:::::_-_.:::::_::::_::: .................._......._-i-------..._. ---........-----.......I I...... _-------- -----... - ...... I .-- -- - :.. -100 -80 -60 -40 -20 4870 .....--- ........._ [_.............L_..._._...._1......._..._...._.........i_.__...._------__--- [....................__._ ------- _..---- _.I............... ....._......... { I _. T................. _---_------..._.......__ _ - _.. ...... (------------...4, T.. - - 1---_.._----------- --------------.............._E_.. 4850 1--_---- ----- ,_..........._........._....._. ----------_:::..:--------- ... ........ 11 j'----_..-....... _._...._. --------- ..............."...... ----: -------- -100 -80 -60 .... L....._._._ -40 -20 70+00 EXISTING 0 20 40 60 80 69+50 EXISTING 0 20 40 60 80 69+00 EXISTING 4860 4850 100 4870 4860 4850 100 c4870 } ..................._....._.__..i..._...................._.......{......__.......}..._..._._...{._...............I_._.............I................_L....._...._._ � .m..r.�.._._.. _. 1 z-OOL........... ._.................. __2=%....._ ......... I..... .._....... ... .... ._i._..... 2.00X......_........._..._.._...L._....._...-.._... ........ ...._.__......-'I ........... _..__.. -------- .----.. ......._._----- ..__---------...i._------__-- _.........._...--------------------- 4870 f .�..-......_.......... ................. .._ . ..................._............................-........._.......__...l.........'__.. ......_.............._........_................................................ J I ................ ..._, ....._.............-. ..._. _-.}................. ..........._. .._.............. _...._................. T ..... ........... ....... ........... .4. .7 .......�......_ ...........---------.---------.._. ..................._..... �- ._......._._......._....-- ....... ....... -'-.._-...._...........-...... __.............. ........ _._.._. � ............ ._.. I 4860 --------...._._.....--'------------ - - . .. .................:......................................................4............._....................................�.._....._1..[........_ # I - I .._...... _....._._.__ } _ ....._._......-..._..._...._ .. 2:_.........-�....._. .z--_......_....--- ....... .................... ............... ......._....._.�...._......_....1 .- --------- 4860 i I t I b� 4850 -..........................................._...-1---.............1.._--_._...._..........___!............_---------...............-.......-..#......---mod-W..__.._..-1--- �...._.._...._.._...... E ---.._`I'----------1..---._......-----.._..........-....._._..._i_...-"--�-----I-...._..._--------------------!-------------� 1_._... --i r.......... 4850 s- ....1....- _.._.f --..---------.._--------.L. .........-.i-- _.._............._...:�.._._..... -t _......._._.._....._�................_._._..... - .. -100 -80 -60 -40 -20 0 20 40 60 80 100 t 68+50 EXISTING 2 •._..._.............__.__.-.........._....._._.._._.._.._................._..............__...........__..--_._._-.._......_...___-'._........_._.........._.._........_......._......._.._..._.._.........._i.........._.........._._...............................................-----_----- _._. CROWN 1. -_..._ROW R _ ...... ....... .. . ------..._ .-------- _--...._.-- --------- a870 � _,_ --'---... _. .,.... .. _ ........._...._..._........._.._' ..................._..._.._..... � ..._... _.._ .... -_- a. ^t 2: 07.._.-.. R ..q.1. 1 1 _. ....L._ ._..... ....L... ------ ------- ._...-- .... ----------..... .._ ...., 4870 }_._.-_-----.__. .------.- - ._.._.....__i_....__....---------:.._- i .--- _ ............_..L._..--_...�.._......._..._._....__.._.1 ......_. =¢ - ._._...... i... — - _._.}}._............. ' -:.... -1 ........ L _.._.._...._- - ................... --1---- ... 1 _._....__... .- ---- i .......... -...._....._.........------...... I 1..._...._ ..i.....?�......�. _......_....----:---- - ----- ...- .- ----..__-- -------................._._.....I....... r -- } ..-.. � 4860 1. t..- E f .......... _.... - - - ..... - -' - - � - -- - -i -----_-- - -- ------_---?----_-_ 1 �---- 1..._.......... - - - " I a;-. ��- - a, - ---{._....._.-- � ....._..__...._�.... _} __ � ._........_._[..._._.._ "-I - -- ----i 4850 r -----------_...... -------- ---------------------.--...... ' 1.....-----I---- 1 .............-----------.......---1--------.....i..._...---...-- - b,ar --.....-�-------1---- -------------------i..... ------ ......J........_-----•-----..._.......�.-------. -..._...._..i - ............. I ._T........------t_..---......_ 11 1 4850 1 -100 -80 -60 -40 -20 0 20 40 60 80 100 Print Date: tl 0e 09 Sheet Revisions Colorado Department ct or Y As Constructed ROADWAY CROSS —SECTIONS Project No. Code 1 File Name: RdCross6ecl02.dw Dote: Comments Init. of Transportation p Fort Collins No Revisions: EASTBOUND HARMONY WIDENING RT & LT STt1 M455-095 Horiz. Scale: Vert. Scale: Q T 1420 S. — SVn1 Q M•raVt Co, BDe]1 - ��� : 9io-Sso-2i23 vr.r: 910-!!a-2i9e city ei yen cew,. Revised: Designer: LLM Structure 17306 PM9uil. 4601 DTC BaJ..or9 Tao Q 231 M. cd Ar.rv. rw1 c9cm co. Deloiler: BEG Numbers JW a'"""• LO ea23) Pn9n.: la!-221-T2Ts Q Re Ion 4 PJG 9 (9To) 221-GWS Void: Sheet Subset: %9eClian9 Sheet Number $UDSeI Sheets: 16 OI 28 1D2 1 S Horiz. 72+00 EXISTING 4860 4850 _1 71 +50 EXISTING- 4860 4850 _1 -- -- --.. -ev u - 20 40 71 +00 EXISTING 4860 4850 -1 0 20 40 70+50 EXISTING 4860 4850 _1 _----- -- ----_--_-------- 4860 - �...- ----------- 60 80 ., 100 1 t- --t - _ - T- -- - j 4860 -- _ _ _.------- - .._ _-. _- -I . _-- .. 4850 m 60 80 100 ......_..._..__- .__........... _-----.....------ 4860 --" ...._._ _ .- s}. 7J� 4850 __- — - . -_L _ : -j 60 80 100 4860 4850 u eu 40 60 BO 100 09 09 Sheet Revisions Colorodo Deportment ros_Sect02.dw Dote: Comments Init. of Transportation City of FortCollinS As Constructed ROADWAY CROSS -SECTIONS Project No. C 1 � Od Vert. Scale: O UT 142aS4 SV u«My co. eos31 r No Revisions: EASTBOUND HARMONY WIDENING RT & LT STU M455-095 OpMn4: eia-3Sa-2126 Too 4v0'4 O ie rA;. 92a-350-219e 281 N. CN nv. Revised: Designer: LLM Structure 1 7306 "• co eo232 3o3-n1-T22S O Region 4 PJG ran cwlz Co. (9Ta) 221-eeos Detoiler: BEG Numbers void: Sheet Subset: Xsectionsl Subset Sheets: 17 at 28 Sheet Number 103 0 0 0 74+00 4850 —100 —80 —60 —40 —20 0 20 73+00 EXISTING 20 40 60 4850 —100 —80 —60 —40 —20 0 20 40 60 72+50 EXISTING 4850 4840 80 100 4850 40 60 80 100 4850 80 100 4860 ----------- fodorwl__.:::� ------ ..... I �j 4860 ------- ............................ -- ... ... ... ....... ..... — ------------ _ — ----- -- -------------------- ------------------ ------------------ --------------- ----- -- -------- ............ .. . ......... .. . .. ........ . ....... .. ----- ---- — -- — --------- ---- --- — -- — ------- ---------- --- -- - ----------- - 2-009 ------- — L*2_00% .I 40 . .. ... .... 1 ......—.... .... --------- — ------ ---1 4850 ......... ...... .......... - -------- - ------- --- --- -- -- — ---- ------- 4.50 .. ............ .... . . --- ---------- i ... ......... . .......... .... . ............. . . ................. ................. -- - ----- T ----------- ---------- ------ ----- I - -------------- - - -- - - - - ---------- .. - - ---- . .... ...... ------- ... . . T... -- - -- ------ -- -100 -80 ---------- - -60 -40 -20 0 20 - ----------- -- 40 - ------------- - 60 so 100 Print Cote: 11/09/09 Sheet Revisions Colorado Department Cityof As Constructed ROADWAY CROSS -SECTIONS Project No./Code File Name: RdCrossSect02.dwgDote: Comments Init. I at Ir nsportotion Fort Collins Horiz. Scale: Vert. Scale: C L:T'. =S;.gv ­.-v J No Revisions: EASTBOUND HARMONY WIDENING RT & LT STU M455-095 O .) "rM: ci,, ., ran -- Revised: Designer: LLM IStructurel 17306 rw "'a, "' C= 70-350-219a 2sl H. = .— ran co. Detailer: EIEGIN.mber. D— 00 80232 �, W3-2­1275 C=) Region 4 PJG (970) 221-6605 Void: Sheet Subset: Xsectio,s] Subset Sheets: 18 of 28 Sheet Number 104 mm mm -. 4850 4840 -` 75+5U - - -~ -~ " 75+5U 74+5O zo 20 m w 4850 = � � ��- wm mw w 60 80 nm 4850 4840 m 60 80 xm � m mm 4840 60 80 .00 t= 4850 --------------_ .. . .......... ---- - ----- - ---- --- Sheet Revisions Colorado Department 0 ronsportotion City-f As ConStruCted ROADWAY CROSS —SECTIONS Project No./Code C.—M. OTI Region 4 PJG (970) 221-M5 Void: —of28 Sheet Subset: Xsectionsl Subset Sheets; i; Sheet Number 105 4850:.._.....__..-t--------'-------------I------------'----------....._......------------' ,-- --- _._... .... 4846 -100 -80 -60 -40 -20 4850;..._._.._---L....-.._-""---..- _"_.-- -".........4................._......--------L.._........._��"-"---"----- "--- ' . ........._......L-......___...._......-.._."---..--... I- - -----._.._-- __....._......._.._...... .... 4840-.....------------_------�------1-------1.._------- -- -�-- - -1-- -100 -80 -60 -40 -20 485D.._.__...__.{....._......._.._-----._..._............__..........._......-h:::::::::::::::::.4::::::::::::::: t 4840 f.........:::.....1._..._.__..1........._........................_...................._.........-.I.._............._..................... -100 -80 -60 -40 -20 4850 4840 _1 81 +00 0 80+50 -------- -- }------------ 80+00 0 79+50 79+00 20 20 20 40 40 40 -._:--: --- _.:.-:� 4850 4_ - 4840 60 - 4850 . i._.._...._._J 4840 60 4 ......... ............. 0 85 ..:L......____.. _..._..__... 4840 60 80 4850 4840 D f 4850 .._..----_ .. x_.----. _.._._._..- - - I - - I-----------..-------------------.:.......__-....--.____._.-.:_--------_-_-----�4850 -100 -80 -60 -40 -20 0 20 40 60 80 Print Date: 11 17 09 O O O O Sheet Revisions Colorodo Deportment of Tronsportotion _ 1(I T l.xo s«..e%F`\ 1.10 r — ea411 ��� 9n.«: 9io-lso-x:Te r.x: 910-150-2199 Re ion 4 Pi Reg;on City of rt CO^ltIns CRT .: 1.n C.... T91 . Cdl.4....— ron c..n., c.. (910) 2xl-4sos As Constructed ROADWAY CROSS —SECTIONS EASTBOUND HARMONY MEDIAN WIDENING Project No./Code File Nome:, RdCrossSeclOt.dwg Dale: Comments snit. No Revisions: STU M455-095 Roriz. Scale: Vert. Scale: .eat OTC BaY..ar4 Revised: Designer. LLM Structure 17306 oetaaer: BEc Numb<rs sw. mo o..«r. co eo21T _ gwv:_w3-n�-ms _ Void: _ Sheet Number 1 O6 Sheet Subset: xsections Subset Sheets: 20 of 28 _ _ - _ _ _ _ 0 0 0 103+50 4920 [ - -- ---------- - - - - ---- -- - I -- -------------- - ------ .. .......... -- ----- - - ----- . .... .... ........... .. I ==q --- . . . . . . .... . *" ...... ......... .. ....... : _-_ - ---- ------ ... A = -- I 4920 q :::::T: ..... . J=-7- - ... d.- 411" - ------------ --- --------------- --- ----------------- -------------- - -- --------- ----- _ ------------------ --------------- - ................. ............ ........ ........ ---------------- j ............. ------------ . ... ------------ .910 -40 -20 0 20 40 60 so 100 103+00 4920 --- -- - - ------ 4920 . . ............ . .. ... 4910 4910 -40 -20 0 20 40 60 BO 100 102+50 4920 ................. . .................. .................. . . . ... f - -- ---- .. -- ---------- - - - ­- .............. ................. . .. ----- ............... . ...... - -- . ... -- 4920 49,10 ....... ... ... ... ------------- ............... -------- --- ......... - ------- - �:._l .... . - ....... .... ..... ......... ................. .. .... .............. ...... 4910 .... .................. . ........... . . ........ _ _ _ . . ........ L ----------- -40 -20 0 20 - -------- ----- 40 60 80 100 102+00 4920 - -- ----------- - ---------- 4920 ..... ........ ..... -------------- -------------- ------- - -- -------- - . ........ ............ .. ............... -- --------- - --------- - _---_---------- J,­ . ..... 4910 . ...... ....... 1 4- ---1 ---------- . .......... .............. - - --- - ____.4 - -. t ...... . ....... ..... ... .......... - - -- ......... - I -------------- L ------- -------- ---- --- I . ..... I --------- ----- - 4910 - 40 -20 0 20 40 60 80 100 101+50 4920 ­ ­ - --- ---- ... . ......... ......... . . . ... .................. ...... ... ...... - ----- ---- ------- ------- ------- JT - ---- J T --- -- - ------- 4920 49 10 4910 -40 -20 0 20 40 60 80 100 Print Date: 11/06/09 Sheet Revisions Colorado Department Cityof As Constructed ROADWAY CROSS —SECTIONS Project No./Code File Name: RdCrossSectO3.dwg Horiz. Scale: Vert. Scale: Date: Comments Init. of Tronsp rtotion o 1 F6rt Coltin A_� No Re,isions: WESTBOUND HARMONY MEDIAN WIDENING STU M455-095 C= 070-350-2125 : .'.-350-� M R-ised: Designer: 17306 TC 7 Detoiler: BEGINumbersi Tj — CO W237 0 �, 303-221-7275 C=D Region 4 PJG; 22-605 Void: Sheet Subset: Xseck;onsi Subset Sheets:- -_ ;T2 of 28 Sheet Number 108 » / ` °w Is wm 2.1 lO5+0O wm l04+5O lO4+OO 4910 Sheet Revisions Date: Comments lOG+O0 � w m 49m 80 .00 m m m m Colorado Department of Transpo tation City of 6 As Constructed ROADWAY CROSS —SECTIONS WESTBOUND HARMOW Project No./Code MEDIAN WIDENING PJG NX) 221-6&* Void: _,28 Sheet Subset; x5—ectionsi Subset Sheets: 73 Sheet Number log 0 0 9 0 0 N }0 t5 0 }0 60 1'=60' ____________ _ EXISTING ROW \s k ��25+OOd 126+00\ s 127+00 128+00 EAST HARMONY ROAD (WESTBOUNQ) 1'13T+00 k S 89:j1'47" E 129+0 130+00 a G 199P.43 _73+00'..` — — N ti :z 75f00-----------_-76+00 Z7 89'27'47" E' _ J ASPHALT WIDENIj�S —ASPHALT WEDGE & _ a908.7g"-----t_ _ k t r ' LEVEL 0 cx<,...,.- iASPHALT MILLING J EAST HARMONY ROAD. -(EASTBOUND) x 3 4645 7 - ��., _ _ aga5 EXISTING ROW iBSO EROSION CONTRO0 \ BLANKET EXISTING ROW s LEGEND k R DAM CHECK BALES F < EROSION LOG e EROSION INLET PROTECTION } x X FLOW ARROW [—T PIPE WITH F.E.S. F SILT FENCE k S Print Dale: 12Da 09 Sheet Revisions Colorado Deportment City of of Transportation Fort t�I Collins� As Constructed EROSION CONTROL AND GRADING PLANS EASTBOUND STA. 70+00 TO 77+00 Project No. / Code File Name: RdErosionCt107.dwg Dote: Comments In;t. e HOriz. Scale: Vert. Scale: C� O O 1z/oa/o9 UPDATE GRADING LLM t Iao s«P o sv.a ` f� 10 T 2 �- PMm: 9]a-05a-9t2a rn ran emc^. Fr.: 9)0-360-zI9a 28I N. Ca1" •.•. — C'm.. co. No Revisions: WESTBOUND STA. 124+42 TO 131+42 STU M455-095 Revised: Designer: LLM Structure z •601 DIC BPWaarO s"A• ]oo Detail— BEG Numbers 17306 p�� "3_e22}-]i7a O Region 4 PJG (970) zn-asos Vold: Sheet Number 70 Sheet Subset: EmsGrd Subset Sheets: 7 of g 0 0 0 4850 4850 4840 4840 l34+5O °850 wm 134+OO 4850 1JJ+5O Print Dote: 11/06/09 Sheet Revisions Color do Department City of AS ConStructed ROADWAY CROSS —SECTIONS Project No./Code File Nome,. RdCrossSectO3d*g Comments Init. a ronsportation FortiColuns WESTBOUND HARMONY MEDIAN WIDENING STU M455-095- 11. Revisions: 17306 PJG Void: 110 0,­ CO =237 Region 4 (970) 221-GW5 Sheet Subset: Xsectionsi Subset Sheets: 24 of 28 138+00 4850------ ---- _.._{ ...._...._. _..._.___ ._....-._..__....._.__.-I_.._..._._.-_4...__-_- _ 1 _ _ 3:E10R._____�;.).._ _._....i...—..._.___...... . jj fi _. 4840 _v _ 1 -- 4840 -40 -20 0 20 40 60 80 100 137+50 4850--------------- 1-------._._.----..... -------------- ----- - �--------�_------.. t - — ::__:_::::.:::::::_::: -:.-.-.-�.--.-.- 4850 4840 — ...... .........._._. _ ... -- 0-..._......._._ :::::::: — — — i .. ............... _...._.._........_ - ....._]]II -.. 4840 -40 -20 0 20 40 ..............80 ._...........�_._._......1 0 fi a 137+00 8 9850 .....__ ....................— ......_..._.__ ......__.............._......_....__.._.__---- ......_-- ------------ _.---------- . ......._._...... 4850 r - - - _- - -------- -- -. ,- _ ... - I4840 a �0-------- --�- - -40 -20 20 40 60 80 100 i 136+50 4850--_.-_----- ..._._:::::. _ _ _------_ -�-'-----.L.. -------Il-------- �--- -----I-- -- - --:OOR--'----------'--T---.:-----r---_....--------..-...._--; -..._----1-_...------ 4850 s 4840...__— 4840 4 -40 -20 0 20 40 60 80 100 8 ii d Y t 136+00 s ------—,(....._.. --4850 Y — — — _ 4840...._..... ..... ----.....------...-------- ..-..__...._r.{...__...__�_.._._..._._------ +_....._.._... L------ f -60 -40 --- ------'----------:-------r------ -r--- --------- _.1.------'-.------.__L_:: -20 0 20 40 --- .::::::_=-T_:::----}-'----: -60 8 4 40 80 100 5 Print Dale: 11 06 0g Vert. Scale: O Sheet .Revisions Date: Comments Init. Colorodo Deportment of Transportotion Ctt 0f C_ Y Fort Collins As Constructed ROADWAY CROSS —SECTIONS WESTBOUND HARMONY Project No./Code Re Nome: RdCrossSectUd. Horii. Scale: t)_ s«� svxx /" -L No Re.iaiona: MEDIAN WIDENING STU M455-095 IT, SW,a 100 .( $ A r: b,-221 7275 O --_ cno..:�io-5so-iva r a: 970-350-x 9a Region 4� PJG r i r,n c.�.. M o w. �•.�. xe( T0)cx 1-GMZ Revised: Void: Designer: gn LLM BEG lructur Numbers 17306 SheeDetateS Sheet Subset: %sections Subset Sheets: 25 Of 28 Sheet Number •�'•� 0 0 0 140+50 4850 f - - -------- --- I -- ----- -- ----- ------- ----- - ---- ---- -- ----------- - -_ ----- __ ........... 4850 4840 - i __ __ � 4840 40 -20 0 20 40 60 80 100 140+00 4850 ----- ------------ ... ....... --- ------- ..... - - -------- 4850 - --- ------- - --------- - I - ---------- -- --- --- ----- =t - ------ ---------- - :_: ... . . ... . . 41140 4.4. -40 -- - ----------- ------- ----- ----------------- ---------- ---- ..... -20 0 20 40 . ................ ___ 60 ---- ----------- - - ----- --------- 80 100 139+50 4850 ----- --- --- - --- --- -- ----------- ---- ------ ------- !:-: ------ 4850 I ...... ..... I ..... . .......... .......... . .......... . ... ............... 4840 ......... ............ . ... ............. - - ---------- - ---­------­------ ............. I . ..... .. .. ...................... ----------------- _1 ............. . . -------------- - ------------------ ......... . . 1. ......... ...... ............... .... .......... . ..... ............ ..... .... . ... ......... 4840 . _J -40 -20 0 20 40 60 80 100 139+00 4850 -- -------- ---- ----- - .......... .. ... .... ........ - ----- ---- -- I ------------- . ...... 4850 .......... ......... — - --- - -- ---- --------- --------- -- - 4840 .. ....... . .... 4840 . . . -40 ........... ............ . ... ..... .......... --------- -- ---- - ----------- ....... -20 0 ... - ----------- 20 ---------. -- --------- ------- -- ---- 40 --------- ..... ........... ..... 60 . .... .... .......... ...... .. .............. so 100 138+50 4850 4850 4840 4840 -40 -20 0 20 40 60 80 100 Print Dote; 11/06/09 Sheet Revisio - ns Coll rodo Department As Constructed ROADWAY CROSS —SECTIONS Project No./Code File Norne: RdCrossSectO.d�q Date: Comments Init. of Tronsp rtotion 14- -- sl— Fo"'K�ollin R­isi ... WESTBOUND HARMONY MEDIAN WIDENING STU M455-095 Horiz. Scole: Vert. Scole; G­ F­ 970-350-!198 C;ty .1 Nd R-ised: Designer: LL .1 17306 11 DTI 11 SWI. 7 MOVATICURM 281'�. C. Detoiler. BEGINumbersl D­ 00 WD1 P�, 303-221-7275 C= Region 4 PJG 22—W6 Void: Sheet Subset: Xsectionsl Subset She Sheet Number 112 No Text 9 0 0 20.00: LT, 4902.08 17.42' LT, 4900.45 TELEPHONE LINE 2" GAS LINE 15.00' RT, 4899.75 4" ELECTRIC LINE 24.43' LT, 4900.45 9.93' LT, 4902.06 2" ELECTRIC LINE TELEPHONE LINE - - ----- --- -- - - --- 4900.................. _._............. ..._........._.. }.............y. h..........._.......... __....I.................. ._.............. 4900 — ........)— ..._...... ROW ROW -40 -20 +0+ 20 40 2+50 20,45' LT, 4902.05 17.99' LT, 4900.52 TELEPHONE LINE 2" GAS LINE 13.92' LT, 4899.89 11.09' LT 4902.11 4" ELECTRIC LINE 25.16' LT 4900.47 T PHON IN 2 E G R C E r .... ........ ........ .... 4900...............................__7.........................................._.........i_._........._ .............- m--.................. ........... ...........-..._ ......_.........I 4900 .........._........................I_......_.._....t._......._..ROW.................._...........�..............o.l o.......,........................I..............ROW .............) -60 -40 -20 2 0 20 40 4900 -100 -80 -60 -40 -20 0 20 2+00 10 p i 4900 �....._..........I_..._......- -100 f , _ ......_....._)-_......... _... - �___._.......1__.-----i_...-- �-.._..._- = ......._. .�.- ROW -80 -60 -40 I 1 ---1...- ---1.._..._n.�g....._._.1.._._....._..1......_._...... -20 •0+ 1 +75 r ------ .1......--- ROW 20 40 T 4900 I _ '--—...--r--- ......!...__.........! -- —..L. - - -1 60 80 100 Print Dote: 11 06 09 (� Sheet Revisions Color do Deportment of TronspOrtation ,.xo 5— s,.«, ���� nro,.: Oio-sw-z, xa cu: va-.150-2 se+ Region 4 PJG City of v t=ortColtins C;" . ren caw. xe, .cars. ,w.w. c.n cw .. co, roro) xx,-e4os As Constructed ROADWAY CROSS —SECTIONS CINQUEFOIL LANE Pro�ect No. Code p File Name: RdCrossSectO3.dwq Comments I hit. No Recisions: STU M455-095 " f Horiz. Scale: Vert. Scale: p mi orc eoa..aa Revised: Designer: LLM t,ucta,e 17306 Detailer. BEG Numbers z 0 1....� rn eoxsr cno..: w�-zx,-lxls void: sneer Number 114 Sheet Subset: xsections Subset sheets: 28 of 28 iTEP 2. PLACE AND STAKE THE ERDSION BALES. STAKE (2" X 2" NOMINAL) STEP 3•EROSION BALES SHALL BE ENTRENCRED 4 IL MINDAUM INTO THE SOLL, TIGHTLY ABUTTED WITH NO GAPS, srmw,AND BACWILLED AROUND THE ENTIRE OUTSIDE PERIMETER STAKE ENTRENCHED N AND STAKED RD" ROSITWINE OR WIRE FLOW 4.N TERED FLOW EROSION BALES TOE OF FILL-4 END EROSION BALES TO BE KEYED INTO FILL SLOPE 2" MO.4 " TYPICAL EROSION BALE TRENCHING AND STAKING PIPE END SECTION F1Dw POST (I%2" x 11/z" NOMINAL) SILT FENCE FABRIC - 12" BURIED IN TRENCH AND FIRMLLY ATTACHED W� STAKE (TYPP.) (2" x 2" MINI O TO POST e e e o e e. a BRIG ✓ 24" ) TO MIN. TR NCI H RYP.) NIA. rA 7i�' FLOW EROSION BALES SMALL BE ENTRENCHED 4 IN. MINIMUM 4 " INTO THE SOIL TIGHTLY ABUTTED WITH NO eAOS MIN. % STAKED AND BACKFO.LED AROUND THE MIRE OUTSIDE PERIMETER p,� &MKFILL Li N PLAN VIEW G1 CULVERT EROSION BALE INLET PROTECTION P,P Y'REMOVE ACCUMULATED SEDIMENT WHEN IT REACHES )NCH x 6" SILT FENCE ONE HALF (IF EXPOSED SILT FENCE OR BALE HEIGHT. INSPECTION SHALL BE PERFORMED CONTINUOUSLY FOR PROPER FUNCTION. P A STAKES (TYP.) L I% 18" x IB" x 36" A EROSION BALES (TYP.) a o c PLAN POINT A STAKES (TYP.) POINT C POINT A POINT B POINT C I4M' 6" MIN, k iP \ POINT "A" SHALL BE HIGHER THAN SECTION A -A POINT "B" AND BELOW POINT IV. fzow EROSION BALE L 4, kL- LIP TO 2% MAX. SLOPE EROSION BALE CHANNEL PROFILE SPACING BETWEEN EROSION BALE S NOTE: EROSION BALES SHALL BE ENTRENCHED 4 TN MINIMUM INTO THE SOIL TIGHTLY ABUTTED WITH NO !' lA STAKED AND BO �FDElPEEDRIMEETUERR.. --1-. -.1 File Name: RdErosionCtIDetoilsO1.d. Horiz. Score: Vert. Score: 1 � O I� O 1 Sheet Revisions Colorado Deportment OI TFOI1SpoftatiOn CHyof Fort Collins _—_ !�T 144m•s S— / � "roe•: Oio-35a-71]e Fax, sIo-sso-z ae car "' F. Cese. maismreia�sess zee w, uwy. •..e,. Fm cea., ce. Region 4 PJG Ksvol za-asps As Constructed TEMPORARY EROSION CONTROL M-208-1 Project No./Code Dole: comments Init. No Revisions: STU M455-095 PM 4401 DIC 1a — sm• Ioo ov ' m eozv Fro..: wA-m-nn Revised: Designer: CBOT truclure Numbers 17306 DeioSheeteS WO7 Void: Sheet Number 115 Sheet Subset: EDetols Subset Sheets: 1 of 9 0 0 0 STEP 1. PLACE UPSLOPE END OF STEP 2 BLANKET IN A TRENCH USE A 4 IN. OVERLAP T WHENEVERTWO WIDTHS 6 IN. DEEP BY 6 IN. WIDE. OF BLANKET ARE INSTALLEDDSIDE E BY SIDE. STAPLE PATTERN: MINIMUM 3 PER SQUARE YARD. F--IY FLOW_ T 6" BLANKET FABRIC 4 ...— 6v-J ANCHORED IN TRENCH STEP 4• CHECK SLOTS SHOULD BE MADE EVERY 35 FT. AND AT TERMINAL ENDS. INSERT A FOLD DF THE BLANKET INTO A TRENCH 5 IN. WIDE BY 6 IN, DEEP AND COMPACT �( IN CONFORMANCE WITH MANUFACTURER'S RECOMMENDATION STEP 3. USE A 6 IN. OVERLAP LAY THE BLANKET SMOOTHLY ON THE SURFACE OF THE SOIL WHEREVER ONE ROLL DO NOT STRETCH THE BLANKET AND 00 NOT ALLOW WRIWaS. OF Ell ENDS INSTALL STAPLES 12 IN. DN CATER IN FRENCH. AND ANOTHER BEGINS. /(O 4" 6 STAPLE PATTERN 611 x 6" TRENCH low," BLANKET ANCHORED IN TRENCH 1' AS DIRECTED B THE T ENGINEER FLOW LOW STAPLE 6" (IN CENTER ALONG EDGE DITCH ♦ ♦ ♦ . •�•♦♦ ♦ ♦ii♦♦i♦i♦♦ii♦♦�i•�i ♦�•� ♦ �♦�• • • r• ♦ / / r •i0♦0 i�••i�iii�ie • Y �/`�\�/(`�i;�%��i♦�:�•��♦�i �i/\�/i\�//\��i\ J �%1�1�i1�♦ �ii ��i� j:� i•♦♦ice• 6- TOE OF 1✓ DIRECTION OF FLOW.11 NOT JOIN STRIPS IN TIE CENTER OF DITCH.1 ]1 PLACEPARALLEL IDIRECTION 1 1 BRING BLANKET I1 1SLOPE O DIRECTED BY THE ENGINEER BEFORE TERMINATING THE INSTALLATION. SOIL RETENTION BLANKETS IN AC10JAN.C- WITH SECTION 216. Date: 10 1s os 1 O O O O 1 Sheet Revisions I Colorodo Deportment Cit of r of Tronsportotion Fort Collins Lm s«eea sv.,l u i ano�.:�iow 2iie , ��� cywa re.l c•1:.. ra: 9I0-350-2199 2e1 tyyp •.e.u. ren car.., ce. Region 4 PJG (s)0) 221-6605 9 As Constructed TEMPORARY EROSION CONTROL M-208-1 Project No. Code 1 File Name: RdErosionCllDetailsOt.dwg Date: Comments Init. No Revialons: STU M455-095 g Horiz. Scale: Vert. Scale: F .601 pTt 8ou1wa0 Revised: Designer: CDOT 9^ Structure t 730Ej DetoBer: COOT Numbers �i sal. 20o r peMer, 00 $0232 k avr: ]Op-z21-n2s void: sheet Number � �6 Sheet Subset: EDatails Subset Sheets: 2 0/ 7 YO TO Ve' OPEN GRADED GRAVEL FILTER DROP INLET WITH GRATE A WILE SCREEN PLACED AROUND CONCRETE BLOCKS PERIMETER 0 RYPJ A CONCRETE BLOCKS STACKED AROUND THE DROP INLET GRATE OR SLOPE AND DITCH PAVING PLAN VIEW DROP INLET WITH GRATE PLAN VIEW .'ii CONCRETE BLOCKS TO PREVENT' ENTRENCHED STACKED 24' lr H OF GRAVEL (TYPJ BALES 'MOSION .IIG ui1G FLOW THE 69NIMUM STAKING DEPTH IS THE SAME AS EROSION ` I 2•A1 DROP INLET DROP II SECTION A —A SECTION B—B STORM DRAIN INLET -PROTECTION (TYPE C OR 0) INLET EROSION BALE FILTER (TYPE C OR D) NOTE: EROSION BALES ARE TO BE ENTRENCHED 4 N. INTO THE SOIL, TIGHTLY ABUTTING WITH NO GAPS, STAKED AND BACKFILLED MOUND THE ENTIRE OUTSIDE PERIMETER OF CRATE OR SLOPE AND DITCH PAVING. NOTE f� REMOVE ACCUMULATED SEDIMENT WHEN IT REACHES ONE HALF OF EXPOSED INLET PROTECTION HEIGHT. INSPECTION SHALL BE PERFORMED CONTINUOUSLY FOR PROPER FUNCTION. CURB INLET C 1 r I•. I•.I ••I u INLET PROTECTION DEVICE ` � � FILII:FED FLOW CURB INLET SECTION C—C STORM DRAIN INLET PROTECTION (TYPE R) NOTES: 1. INLET PROTECTION SHALL EXTEND 12 Di PAST EACH END OF THE INLET AND BE 4 N. TO 6 M N DIAMETER. 2. INLET PROTECTION MAY CONSIST OF CONTINUOUS FILTER TUBING FN l m WITH GRAVEL OR PREMANFACTUHED DEVICE. 3sioncuoeloasotdw O O O Sheet Revisions Colorado Deportment of Transportation CNyof MDT 1.m sv..1 Forte., t�lColli`S - ce. eos31 �� F^ma Y20-35e-2126 Fa: sio-350-2'" 281 �a= Region 4 PJG i wl`zi "'ems As Constructed TEMPORARY EROSION CONTROL M-208-1 Project No./Cod Dote: Comments Init. Vert. Score: No Recisions: STU M455-095 OTC 6o 4 too C0 °"!3/ . 303 221 nn Revised: Designer: COOT lruclure Numbers T 7306 o°'°i'°': cool void: Sheet Number 17 Sheet Subset: EDelods Subset Sheets: } of 7 • -0 POINT C POIRT C * Pm IT A � # POINT A POINT B .: « �; �'• ` EARTH BERM OR - - - - — 6• MIN. \`� ,. �. c • `:• ., . SILT FENCE BERM 4`6" MIN. — _ +1 ` * POINTS A SHALL BE HIGHER DIVERSION BERM--,, \ . �) FQ>' THAN POINT B AND BELOW POINT C 6" MIN. 1' TYPICAL SECTION VIEW PIPE 6" MIN. DIA • FLEXIBLE PIPE 3 1AMSSHIN IOUTLET PROTECTION `t ON THE PLI.NIS ` 1•\` • fL OR DITCH L = YAR1E5 " • _ L� SECTION v` zx MA)MUM SLOPE . PROVIDE OUTLET PROTECTION AS SHOWN ON THE PLANS GEOTDLTILE EOM EROSION CONTROL' v EARTH BERM (CLASSI) i TEMPORARY SLOPE DRAIN SECTION VIEW ALONG DITCH FLOWLINE I ' % 1�0�//;✓I>yl�y�y�/I�/l�yl>yl�. %��/�/I ` 10. 1 IT ,•� DIVERSION DAM FLOW SUBEXCAVATE BELOW FLOWLINE 3'1 11 YI '�I SECTION DETAIL CHECK DAM FOR EROSION CONTROL NOTES: 1. RIPRAP SIZE 0550 = 6 IN. OR AS SHOWN ON THE PLANS. 2. THE ENDS OF RIPRAP CHECK DAM SHALL BE A MINIMUM OF 6 IN. HIGHER THAN CENTER ff CHECK DAM. 3. SEDIMENT SHALL BE REMOVED WHEN THE DEPTH UPSTREAM FROM CHECK DAM IS I/¢ THE CREST HEIGHT. 4. CHECK DAMS MAY BE TEMPORARY OR PERMANENT AS SHOWN ON THE PLANS. Print Dole: 10 1s 0e 1 Q Q Q 1 Sheet Revisions Colorado Deportment CltYaf of Transportation 14M S—W Su«t Fort Collins ��� vnrn.: ago-Sso-�Ixe rhN"1 ren cmn, �� rw3: 910-]SO-119e a91rM �— Re ion 4 PJG 1910) zit-saos 9 As Constructed TEMPORARY EROSION CONTROL M-208-1 Project No./Code File Nome: Rd EroslonCtlDetoilsOl.dW Dale: Comments Init. No Revisions: STU M455-095 Horiz. Scale: Vert. Scale: .6a1 Ore oowe.ae Revised: Designer: C00T Structure 1730"18 Deloiler. COOT Numbers sMl" �m 0— CO $0231 n«m,.: So3 "1-7275 Void: Sheet Number Sheet Subset: EDeloils Subset Sheets: 4 0l 7 Nome: EXISTING PAVEMENT COARSE "M3' EXISTING Cl 127MIN. 10, PLAN VIEW OSFHALL EXTEND FULL Ill INGRESS AND EGRESS GROUTING 70 MIN. GRIND ICON. EXISTING .. CEOTEXTILE PAVEMENT (EROSION CONTROL) O)EPTH VARIES) ELEVATION SECTION l2' MIN. EXISTING GROUND YIN NEOTEXTILE (EROSION CONTROL) SECTION A -A STABILIZED CONSTRUCTION ENTRANCE NOTE:TIE CONTRACTOR SHALL PROTECT ANY CURB AND CURTER THAT CROSSES THE ENTRANCE.PROTECTION OF THE CURB AND GUTTER WILL NOT BE PAD FOR SEPARATELY;BUT SHALL BE INCLUDED IN THE WORK. 21 li 1 N 1• c � � II I. 1 1 I 1 1 7 1 P r 0 REMOVE ACCUMULATED SEDIMENT WHEN IT REACHES ONE HALF OF STRUCTURE WIGHT. INSPECTION SHALL BE PERFORMED CONTINUOUSLY FOR PROPER FUNCTION. 24" MIN. SPILLWAY TOP OF DITCH $LOPE 24" MIN: 2:1 (M.) FLOW T NORMAL GEOTEJ(TILE O2 FLOW LINE EROSION CONTROL D1 ZERO GRADIENT 1:1 SLOPE (TYP) (CLASS 3) CROSS SECTION B-B TOP ELEVATION OF 24" 24" STRIICI E SHALL BE SET IN FIELD AS 01RECTED BYvN r-L 129 TIE ENGBEER OLS SPILLWAY 24" SLOPE$ VARY 1:ICEOTE%T1lE 1 SLOPE EROSION CONTROL 12" (CLASS 3) SECTIONSECTION CC-C SEDIMENT TRAP/DEWATERING STRUCTURE NOTE: THE RIPRAP AND (EOTEXTILE ARE INCLUDED IN THE COST OF TIC BID ITEM Sheet Revisions I Colorodo Deportment Dote: Comments Init. of Tronsportotion O (� 1.20 S..— S-1 G,.. ee. BOBS, O PP : 970-350-2129 O CAC: 920-350-2198 O Region 4 PJG LINK OF BERM (PLASTIC) TRUCK ACCESS PLAN VIEW SIGN le - FENCE W KIN' EXCAVATED AREA 46 EXISTOG GROUND 2-1 (TYPO 2 F— Cityof As Constructed Fort Collins f� No Revisions: Cry a F"a C. Revised: 281 N. Cg4p. Awnw Con c2211.• (920) 2a-e60e9s Void: MAXIMUM STORAGE (2/3 OF VOLUME AREA) SECTION D-DD-D CONCRETE WASHOUT STRUCTURE NOTES: I. SIGN MATERIAL EXCAVATION AND RESTORATION ARE INCLINED IN THE COST & THE CONRETE WASHOUT STRUCTURE. 2. EROSION BALES MAY BE USED AS AN ALTERNATIVE FOR THE BERM. 3. A FENCE (PLASTIC) CONFORMING TO SUBSECTION 507.02 SHALL BE INSTALLED AiOIND THE CONCRETE WASTNOIT AREA, EXCEPT AT TIE OPENING. 4. TIE CONCRETE WASHOUT SIGN SHALL HAVE LETTERS AT LEAST 3 IN HIGH AND CONFORM TO SUBSECTION 630.02. TEMPORARY EROSION CONTROL Project No./Cod M-208-1 STU M455-095 igner COOT Structure 17306 vler: COOT Numbers Sheets: 5 of 7 Sheet Number 1 • -Zrjt 'Is ••:�" r. PLACE SIGNS' ` c jY�$y',:', PLACE SIGNS 500„k WEST OF k^. - f C7 , FT EAST OF %YZ aC' a t T ; r Fp }m C.• �.` '��4 . �. '. EAST HARMONY � § CONSTRUCTION RD & ZIEGLER i THANKS YOU.. RD INTERSECTION AT END OF WORK -". ,.Y n Q,�.n. .... ' = ,..` z" ZONE a 11N{UbkK •t"} } 'a�v �* -, ' �-,. ':r r 555=555=355 _ ZONE[;; H� ""',,:'! . -• ' PLACEFSIGNS a+• f �. ... 4 g _ a wEsr of ` G20 10, • R52 . EAST HARMONY 7rznz'vt.-m,-..••... '.:u.a r` nl'' ` a^ .«. .,-,;,a ^-.fr m-e_,Co-..-w.,:.�mw-.+.: ea,.,.m.-s=..• RO &ZIEGLER .,..t-,4 ra d *;•. ya-Y-}+.s ,r...r7:6 F'%.v `Y&w. •"`«-. -�.. RD INTERSECTION .. ": ' W BEGIN OF t PLACE SIGNS 500 - -� ,.. x „j woRK zoNE aw Fr EAST DF ROAD ;'' '— ^ j r EAST 'HARMONY ROAp (WESTBOUND)'-, _,.,.-..»,..-.- WORK AHEAD• ,,�- jslcNs (W20-1) ETOUR a HE �,i G r z r .. rt' -r. ,..+ _ aT P ,+.asz•*'f"^:'"°*r" .:w`=" ",�.'' .' _ •=°-. .BEGIN.... °".^--,�'--^- _i+�.:...'�,.x;•,.,:.`C...,.._. WORK . F NEs w20 2 *- EAST=HARMONY -ROAD`(EASTBOUND) _. z f AHEAD '1"°` WQRK ,�a.,;4T�•'� g.. k ^��is :ti^ '� ..+. .�,.:�-,�„-"'. ".- �`xu*'�yk-..k,� r _ - .— ��--,_^�'..< „may A. ... s. .- x! ..rY - :..- l=aZONE r •:'t- �''. �'+vna.-was t-r..,` ".�^^v ,n.., e cl "a", rz„-bs�,. �� ''*�' - •s �'»'k'� «= 'i, r'.: -t �, f`;; K• ~ W20`1 a :.: .., 52•fi F i,. ` .«x:'`�7 G20 5` - _ZWORK ONE $ .Gev 5 .ZONE ya•tro= . - t,. N a � .SPEED ,°" f►+li i r e + SPEED veto t •R2 1p - 30R2 a. _ LIMIT,; u - TECHNOLOGY .,PARKWAY , 4 � , ' > LIMIT c ! 4: ,'� i3 : , -��# b ��'��,�� r, ;' � • ,�, 3 so 1po M f 30 y I �, •+'�� „ram d 7LK OAMBRIDGEAVE �4 WRONG , WAY PC STA 40+oo.Do RS-1A it n ° N N u + + v CURVE TABLE W1-4BL CURVE LENGTH RADIUS DESIGN SPEED C1 194.80 762.50 40 MPH C2 191.45 762.50 40 MPH C5 76.56 762.00 40 MPH C6 76.03 762.00 40 MPH ii• i 'gip t rW( k ., w"t .. BEGIN WS DETOUR N 107845.54 E 213474.87 O y w V m w w 4' DOUBLE SOLID WHITE 4 SOLID WHITE - - - - -R4-7- _ _ _ - _ _ _ IJ W13-1 _ _ 47+00 , Do IT 48+00 49- CONCRETE BARRI (iEfiP s _ - - - -- - PP IMPACT ATTENUATOR 7EM1� - y _ - IT A =PC STA 10+00.06 ------ - - - - -- ---- .. - - - + - - --- DO TS+-00 t � � r. --- +OD 0+ - - 2 00--21+Oif( BECIN EB DETOURa mw - - - - - - _ _._ - _-- - - - - - _ 15+00 TUBULAR MARKERS z o rr J N 107775- G-,-.m:E 2 13257 58 M...pwtti�»,�5' y'^,w,as•�r' " ;� '� : - _ - - - - - - - -BARRICADE- - �:. E.—.C_ CI Olt TlL LN. FLASHING - I i $TAT ROAD R11- ° WORK I t• a t DRUMS o 'rn •t �N 11 CLOSED d G20-5 ZONE I 'WI 38L LADY MOON DR. ° + 1 4 a LANE aouR w4-10L N SPEED i "V I F r� I {e C Ca u r: r R4-9 m m Rz-1 LIMIT f -I' u r4, 5 w13=1 > L, i s w1 B j Print Dote: 12 0a D9 Sheet Revisions Colorado Department City of As Constructed u Project No./Code ! File Nome: RdTratPhoseOl.dwg Dote: Comments Init. of Transportation TRAFFIC PHASING PLAN Horiz. Scale: Vert. Scale: —. S—nU Sl—t /-Fort Collins No Revisions: STU M455-095 t � 12�04�09 EB SPEED REDUCTION LLM )/ p _ • BTa-JS--2Ise ck .1 ton Coin, Revised: Designer. LLM tructure 1 7306 f ..A1 DTC 60v1.vprU : 9)0-]50-x198 xs, C.4, nv.nue ! s�,:,. Too 0 � r.n Caen., co. SheeDetaler. BEC Numbers 1[ f...., co e0237 Region 4 PJG 970) xD-6605 Void: sneer Number 74 .: 303-221-7275 t� 9 Sheet Subset: Phasing Subset Sheets: 1 0! 3 ECTION PLAN VIEW 0 PLAN VIEW STAPLES 8" DEEP (TYP.) BLANKET OR ( FLOW _ SOIL SURFACE .. FLOW BLANKET OR STAPLES 8" DEEP (TYP.) B" x B" TRENCH SOIL SURFACE f FLOW FLOW NOTE: APRON ANCHORED INTO. REMOVE ACCUMULATED SEDIMENT TRENCH WITH STAPLES AND COMPACTEDBACffaL. TYPICAL SECTION WHEN IT REACHES ONE HALF OF STRUCTURE HEIGHT. INSPECTION SHALL BE PERFORMED CONTINUOUSLY TYPICAL SECTION VIEW ( ( FOR PROPER FUNCTION. I POINT B SILT DIKE SECTION POINT B DIKE SECTION ( POINT A POINT A E 1 C POINT A SHALL BE HIGHER THAN POINT B TO ENSURE THAT POINT A SHALL BE HIGHER THAN POINT 8 TO ENSURE THAT i WATER FLOWS OVER THE DIKES AND NOT AROUND THE ENDS. WATER FLOWS -OVER THE DIKES AND NOT AROUND THE ENDS. E FRONT'VIEW FRONT VIEW SILT DIKE —INSTALLATION FOR DRAINAGE DITCH SILT BERWVELOCITY CHECKS FOR DRAINAGE DITCH NOTE: SECTIONS OF TIE SILT DIKE SHALL - NOTE: SECTIONS OF THE SILT BERM SHALL BE TIGHTLY ABUTTED WITH NO GAPS. BE TIGHTLY ABUTTED WITH NO GAPS. I E E i}a Print Dole: 10 15 09 O O C::D O O Sheet Revisions Colorado. Deportment of Tronsporttion - 1!) ��s«.roslr..l �cr.. c". ms3i vnom:97io-]sp-xrxs ��� ra: s7o-0so-t se ��Wy ion 4 PJG Region CH of Y /�rt_ C�t� c1 w.0 r.n can xei . Wi ....n". ron cou;m. co. (axo) 2 eem - As Constructed TEMPORARY EROSION CONTROL M-208-1 Project No. Code 1 File Nome: RdErosionCMNDeloilsOl.dw Dole: Comments Init. No Re"isions: STU M455-095 Horiz. Scole: Vert. Score: . on: sw" Re"ilea: Designer: COOT Structure 17306 Detoiler. COOT Numbers ;,. Shc. c r pen.... co a ¢ �- vrom: xz-z21-ins Void: Sheet Number 120 Sheet Subset: EDetoils Subset Sheets: 6 of 7 0 0 0 POINT TO TIE IN AC INLET 7NOTECTICN- A A B USE TWO WOOD STAKES *' a I%x" 04MMAI a SUFFICIENT LENGTH TO BE EMBEDDED AT LEAST 4" INTO THE SOIL AT ALL ERASION LOG ENDS OR JOINTS t A STARE EVERY 24" AND CONTINUE ALTERNATE 0 ..TATION THROUGHOUT THE LENGTH OF THE EROSION LOG ROSIONLOG - a a POINT TO TIE IN Al INLET PROTECTION 0 0 • TYPICAL STAKE INSTALLATION a t OR FEATURES PROTECTION AA Y � G SECTION APPLICATIONEROSIDN LOG STAKES APPROXIMATELY 9O" TO EACH OTHER a EROSION LOGS SHALL BE TIGHTLY ABUTTED WITH NA GAPS (TYP.) PLAN VIEW NOTE ri REMOVE ACCUMULATED SEDDAW WHEN IT REACHES ONE MY FEATUREOF PROTECTION 1is PERFORMED CONTINUOUSLY FOR PROPER STAKES APPFMMATELY TO EACH OTHER SEE ADDITION& DETAILS FOR INLET PROTECTION i ✓�✓`\`/`/``/`/v/``/�✓`/IN THIS LOCATION CULVERT EROSION LOG INLET PROTECTION tTDR I n P% 3d OR SIEEPEIt) STAKES APPROXIMATELY 900 i TO EACH OTHER QJ �FLlW SECTION C-C DROP INLET EROSION LOG FILTER AGS 3)GE APRON. SECTION 8-B A nI POINT :/�'. POINTS ELEVATION EROSION 1 DETAIL DITCH INSTALLATION NOTE:Su a Print Dote: 10/15/09 O CZD--_ p Sheet Revisions Colorado Deportment of Transportation City at Fort Collins UT x0 S. wa ebpl /"` 'coal: oio x?see te1rwi cw W. Region 4 PJG (9ao) xx1-egos As Constructed TEMPORARY EROSION CONTROL M-2O8-1 Project No./Code S File Nome: RdErosionCtlDetoilsOl.dw Horix. Scale: Vert. Scale: Dote: Comments Init. No Revisions: STU M455-095 4601 Designer: CDOT tructure Numbers oac llowr.we e a- co eoxJ7 Pno-r: 303-711-)2)5 Revised: Void: Deloiler. CDOT t �306 Sheet Number 121 Sheet Subset EDetoilsI Subset Sheets: 7 of 7 P1 MIN. MAX. HEIGHT ff COVER,H 0TJ 0 DIA COVER WILL TIOOOESS pW WL U64 0.070 0.100. 0.136 DAN 12 12 92 100 too 100 100 C 12 74 80 100 100 100 18 12 61 67 Be 90 94 21 12 53 57 74 77 81 24 t2 46 50 65 68F47 27 12 41 N 57 60 30 12 37 40 52 54 36 12 30 33 43 4542 12 34 47 14 7748 12 30 41 85 6854 12 36 57 60 60 12 52 54 57 66 12 49 51 72 l2 45 47 78 l2 43 84 12 40. 2 2/3 IN. x 1/2 IN. CORRUGATIONS ROUND STEEL PIPE P� WK . _ MAX HEIGHT OF COVE({ H OFTJ 0 PDE YDI. MAIL HEIGHT OF COVER, H OTJ 0 DIA cam - OG COVER .WALL THICKNESS OW WILL THICKNESS W DL 0.064. OAM 0.100 , .O= OJ08 IN. 0.064 U70 OJ00 0138 OAS 36 12 53 66 98 100 100 48 12 39 49 - 73 8B 98 42 12 45 56 64 100 100 54 12 35 44 65 7B 87 48 12 39 49 73 88 98 60 12 31 39 58 7D 78 54 12 35 44 55 78 87 66 12 28 36 53 64 71 60 12 31 39 58 70 78 72 12 26 33 49 58 65 66 12 28 36 53 64 71 78 12 24 30 45 54 60 72 12 26 33 49 58 65 84 12 22 28 42 50 56 78 12 24 30 45 54 60 90 12 21 26 39 47 52 84 12 22 28 42 50 56 -' 96 12 24 36 44 49 90 12 21 26 39 47 52 102 18 23 34 41 46 96 12 .24 36 44 49 108 18 32 39 43 102 18 23 34 4l 46 :. 114 IB 30 37 41 108 18 32 J9 4J 120 18 29 JS 39 114 18 30 37 N 120 IS 29 35 39 5 IN. x 1 IN. CORRUGATIONS Gnl wn 01rCV1 CTOU 3 IN. x 1 IN. CORRUGATIONS ROUND STEEL PIPE V MEN E=11. WAIL NON. MAIL W6 9 OF CCIVER SPNI x RISE DA THICKNESS COVER H (TJ DL COPMER BEARDHO FRES9AE 2 TORS PER SO. FT. 17 x 13 15 0A64 12 U 21 x 15 IB 0A64 12 9 24 x 18 2l 0.084 12 8 28 x 20 24 0464 12 7 35 x 24 30 0.064 12 5 42 x 29 36 0.064 12 5 49 x 33 42 0.079 12 5 57 x 3B 48 0109 12 5 64 x 43 54 0109 15 6 71 x 47 60 0.138 15 6 77 x 52 66 0158 18 6 83 .57 72 0.168 18 1 7 2 2/3 IN..x .1/2 IN. CORRUGATIONS STEEL PIPE ARCH o 0 PWE Sm E12U1Y. via In MAUL HEIGHT IF CM SPAN x R Da THIZKESS COVER H TO M CITOETt BEAROB PRESSURE 2 TOG PER SD. FT. 40 x 31 36 0.064 12 8 46 x 36 42 0.064 12 8 53 x 41 48 0.064 12 B 60 x 46 54 0.064 IS 8 66 x 51 . 60 0.064 15 9 73 x 55 66 0.064 18 10 81 x 59 72 0.064 18 11 87 x 63 78 0.064 18 10 % x 67 84 0.079 16 D 103 X 71 90 01109 18 10 112 x 75 96 0.109 21 10 111 x 79 102 0.109 21 1 10 128 x 83 108 0.130 24 9 137 x 87 114 CAM 24 � 8 142 x 9l 120 0.168 24 8 3 IN. x I IN. AND 5 IN. x I IN. CORRUGATIONS STEEL PIPE ARCH13 GENERAL NOTES 1. ADEQUATE COVER SHALL DE PROVIDED DURING CONSTRUCTION TO PROTECT THE STRUCTURE FROM DAMAGE. THE MINIM COVER SHALL BE AS SHOWN ON THESE TABLES OR.CGffORM TO AASHT0 REQUIREMENTS, WHICHEVER IS GREATER, THE MINIMUM COVER FOR FLEXIBLE PIPE IS MEASURED FROM THE TOP OF THE PIPE TO THE BOTTOM OF THE PAVEMENT.HMA OR PCCP. 2. PIPE SHALL RE PLACED WITH LONGITUDINAL SEAMS AT THE SIDES OR QUARTER POINTS BUT NOT ALONG .TOP OF VERTICAL NOS. 3. STRUCTURAL PLATE PIPES OF EQUAL OR GREATER DLAETER IN CONFORMANCE TO SECTION 510 MAY BE SUBSTITUTED FOR THE PIPES ON THESE SHEETS AT THE CONTRACTOR'S EXPENSE. 4. WHEN A PIPE IS TO BE EXTENDED, THE SAME PIPE MATERIAL NO SIZE AS IN THE ORIGINAL INSTALLATION SHALL BE USED. S. EXTENSIONS FOR CUP ARCH PIPE SHALL MATCH THE CORRUGATIONS AND THE SPMR AND RISE DIMENSIONS OF THE PIPE TO BE EXTENDED. 6. BACIFILL AND COMPACTION SHALL BE IN ACCC OA14CE WITH SECTION 208. 0 PIPE ARCH WITH EQUAL PERIPHERY AND WITH SPAN MO RISE DIMENSIONS APPROXIMATELY* EQUAL TO THOSE SPECIFIED ON THE PLANS WILL BE PERMITTED. PIPE ARCH IS INTENDED FOR USE WHERE I@RMLM COVER REQUIREMENTS FOR ROUND PIPE CANNOT BE MET. WHEN COVER EXCEEDS 11 FT. USE ROM PIPE. 0 COVER GREATER THAN 90 FT. SHALL BE USED ONLY AFTER A THMOUGH INVESTIGATION OF FOUNDATION MATERIAL. DA MAX.NEIGHT TYPE NO MATERIAL IF am H OTJ RIBBED POLYVINYL CHLORIDE (PVC) 4 TO 15 25 FILL HEIGHT HECAREMENTS GREATER THAN THE MAXIMUM ALLOWABLE HEIGHT IE COVER LISTED REQUIRE SPECIAL DESIGN. PVC PIPE BOTTOM OF PAVEMENT J SEE NOTE 1 (HMA OR PCCP) PIPE MINIMUM COVER FOR PIPE Print Dale: i0 i5 o9 O o Sheet Revisions Colorado Deportment City of of Transportation Fort Collins .. w S. sum : 970-350-2126 a;y el ren cec�. er•x: 970-JW-2198 291 w. Cd Avenv. "9' rwt ��• �. Region 4 PJG (970) 221-seas As Constructed METAL AND PVC PIPE M-6D3—i Project No./Code File Nome: RdMetoiPvcPipeDetailsOt.dw Dote: Comments Init. No Revisions: STU M455-09$ Hor',z. Scale: Vert. Scale: t .(A1 Dit BalemN Revised: Designer: COOT truclure 17306 Detwiler: COOT Numbers �i f —/ Dr— 000 60237 rnw: ]03-2a_n7s Void: Sheet Number 122 Sheet Subset: PDelails Subset $heels: 1 of 2 0 0 0 • LI.0011. MIWI.HEIQ_ R W W,%H WTJ 0 WALL naamss d1L1 x aoaa W" alas am Duo 12 15 12 12 50 40 10 40 86 69 90 72 93 14 IB 21 12 12 33 28 33 28 57 49 60 51 62 53 24 27 30 12 15 15 25 22 25 22 20 43 38 34 45 40 30 46 41 37 30 ' 42 18 21 16 28 44 30 52 31 53 48 54 24 24 38 - 34 45 40 . 47 41 60 66 24 24 36 33 37 J4 72 24 31 2 2/3 IN.x %2 IN. CORRUGATIONS ROUND ALUMINUM PIPE 0 POE I Mx MAX10 W W COy%H VTJ 0 mA NAYER' WALL 1110co SS 00 x DA6o UM MM O.WB Dd64 30 15 36 45 62 93L Do 36 36 18 30 37 51 77 1Do 42 21 26 32 44 66 86 48 24 22 28 38 56 72 54 24 20 25 34 51 63 60 24 IB 22 31 46 57 60 24 20 28 42 1 51 72 24 18 25 38 47 78 24 23 35 43 84 24 22 32 40 DO 24 20 30 37 96 24 19 20 34 102 24 26 32 O6 24 24 30 U4 24 28 L20 24 Y7 3 IN. x 1 IN. CORRUGATIONS ROUND ALUMINUM PIPE 0 PIPE: SCM 0 EOIBM. IIl WALL WX NWIT OF COM INOFTJ SPAN x DISE DLL WYQM 7HD KO CORER ROM CORER ffARING PAF:5IAE x 2 TOMS PEN SOFT. 17 .13 t5 12 0.060 3 U 21 x 15 18 12 " 0.060 3 9 24 x18 21 12 0.080 3 8 28 x 20 24 15 0.075 3 7 35 x 24 30 18 0.075 3 5 42 x 29 36 21 0.105 y/2 5 49 x 33 42 24 0.105 - 4 5 57 x 38 1 4g 24 0.135 5 5 64 x 43 54 24 0.135 6 0 71 x 47 60 24 0.164 7 _ fi 2 2/3 IN:x %2 IN. CORRUGATIONS ALUMINUM PIPE ARCH o H A* BOTTOM OF PAVEMENT 0.7 RISE 1.--18 - 4—d OR 0.3 d OR 0.3 !ARM SOIL • — _ 3y BEDDING MATERIAL IN SOIL (LOOSE STRUCTURE rgrILL BEDDING MATERIAL IN ROCK SWILL CLASS -1 OR CLASS 2) BE 12" LOOSE STRUCTURE BACKFILL d + 38" OR SPAN +36"—..I CLASS 1. INSTALLATION OF PIPE SLGPE OF GR %2 d o.3 d OR c INSTALLATION OF MULTIPLE PIPES PIPE WITH END SECTIONS NOTE IISE THE H THAT IS GREATER FOR MAXIMUM ALLOWABLE FILL HEIGHT. LI DR L2 H OR H PIPE WITHOUT END SECTIONS NOTE: USE THE H THAT IS GREATER FOR MAMIM ALLOWABLE FILL HEIGHT. LEGEND H = HEIGHT OF THE TOP OF THERPIPE,T6CL PAVEMENTTHICKNESS.THICKNESHEJCHT S F ILL OVER = THE MIMMUM COVER SHALL BE AS SHOWN ON THESE TABLES OR CONFORM TO.AISHID REQUIRELENTS, WHICHEVER IS GREATER. MINIWI COVER FOR FLEXIBLE PIPE IS lEASRED FROM THE TOP OF THE PIPE TO THE BOTTOM OF THE PAVEMENT: HMA OR PCCP. L 1 WRHTSH OF ECTDNPE TO B MEASURED WHEN PLACED IN ACCORDANCE 24. L LENGTH OF PIPE TO BE MEASURED WHEN RACED IN ACCORDANCE 2 WITH SECTION 603. + = MINIMAY SPACING BETWEEN OUTSIDE WALLS OF PIPE OR END SECTION. = PIPE ARCH WITH .EQUAL PERIPHERY ADD WITH SPAN AND'IUSE DIMENSIONS APPREOGRATELY EQUAL TO THOSE REQUIRED BY PLANS WILL BE PERMITTED. [7 = PIPE ARCH IS INTENDED FOR USE WHERE MINIMUM COVER REQUIREMENTS FOR RUM POE CANNOT BE MET. WHEN COVER EXCEEDS U FT. USE RUDO PEE. 0 = COVER GREATER THAN 90 FT. SHALL BE USED ONLY AFTER THOROUGH INVESTIGATION OF FOUNDATION MATERIAL. g File Nome: RdMelolPvePipeDeloilsOLVe � Dote: . ..a..a.v Comments init. .. .uuv vapw unarm City of of Transportation Y /► I Fort Collins IIAr os2o �"°;�; � "Fu 970 350 2i'se4 My a rod Cm:.. Region 4� PJG 3B LvmD :`°�i+-6 i M AS Constructed METAL AND -PVC PIPE "M=603-1 Project No./Code Nori2. Scale: Vert. Scale: No Revisions: STU M455-095 �soi Dtt.lbw.wn Designer: CDOT ' 1 s..�. 20o on..., co sb21- Fne".. 3os-2x. n» Revised: Void: coot truclure Number 17306 Sheet Number 123 Sheet Sheet Subset: PDeloils Subset Sheets: 2 of 2 CRESS -HATCHING LINES CHANAELIZING.LIIES 26I70'L1NE DROP WHITE, 8" WIDE AT 25' WFQTE, E! WIDE iFIEORETICN. SIGN' PHYSICAL GORE POINT 300'OPTIONAL LINE DRIP LINES EDGE LINE GORE ,WHIT B" WIDE WHITE, 4" WIDE f 45• 1-25' S _ _ lot. WHITE, LINES _ VARIES WFOTE, B• WIDE C/1 Ja YELLOW, 4" WIDE OPTIONAL DECEL LANE LANE DROP AT EXIT RAMP wFOiEtEYIfOE EDGE LINES C —WHITE. 4" WIDE OPPOSITE - BEYOND OUMEN %-EDGE LINES 1°E GORE SIGN �( INSTALLATION CONVERGENCE VARIES FILL WIDTH LANE TAPER TAPER FULL WIDTH LA��� VARIES f`YELLOW,4 WIDE GORE 300'OPTINAL I/z LENGTH %s LENGTH _ _ _ _ _ — _ _ _ _ _ _ f _ _ ll� WHIT 4" WIDE CHANNfLIIING LINES LANE LINES LANE DROP HUES LINE LINES CHANNELIZNG LINES WARE 4" WIDE EDGE LINES WHITE, 8" WIDE WHITE, 4" WIDE WHITE, 8" WIDE WHITE, 4• WIDE WHITE, 8" WIDE EDGE LDEs YELLOW, 4" WIDE rELLOW, 4• WIDE PARALLEL DECEL LANE Y1F1fT� 4„ �� PARALLEL ACCEL LANE W'FOTEL4" WIDE EDGE LQES EDGE INES DOTTED EXTENSION CONTINUE BROKEN LINE HHH Y.. 4" WIDE YELLOW, 4" WIDE-� TO EDGE OF THRU LANE. VARIES OF RIGHT EDGE LINE GORE SI� WHINE, 4" WIDE , a ` � �6 _ lz WHITE 4" WIDE C A NNELIZNG LINES LANE LINES WHITE 4". WIDE YELLOW, 4" WIDE EDGE LOSS WHIT 8" WIDE - WH 4" WIDE LANE LIES CHANNELIZNG LINES - EDGE LINES YELLOW, 4" WIDE E7' WHITE, 4" WIDE WHITE, 8" WIDE TAPERED DECEL LANE TAPERED ACCEL LANE 4" (YIELD SIGN OPTIONAL) EDGREE LINEWIDE S VPR]ES EDGE LINE YELLOW, 4" WIDE EDGE LINE WHITE,4" WIDE END O' RAMP CURVE YELLOW, 4" WIDE ~� GORE SIGN ��s>c f WHITE 4• WIDE CHAMELIZING LIKES LINE LINES EDGE LINES WHITE, B" WIDE LINE LINES OW, 4" WIDE WHITE, 4" WISE WHITE, 4" WIDE DECEL RECOVERY ZONE YELLOW, 4" W GORE YELLOW, 4" WIDE- LAE DROP LINE DROP LINES _ 3000OPTIONAL WHITE, B" WIDE WHITE, 4" WIDE COMBINATION ACCEL—DECEL LANE WHITE, 4" WIDE CUNELQING LINES EDGE LIES WHITE, 8" WIDE YELLOW, 4" WIDE NO ACCEL LANE (REQUIRES YIELD SIGN) _WHITE. 4" CHANELIZINNG LINES WHITE, 8" WISE �_." L aW, 4" WIDE WHtiE, 4• WIDE �- EDCE LINES —YELLOW. 4" WIDE TYPICAL ENTRANCE AND EXIT RAMP MARKINGS GENERAL NOTES 1. CENTER LINES BRl11EN YELLOW, 4 IN. WIDE - IO FT. SEGMENTS WITH 30 FT. GAPS. SOLID YELLOW 4 IL WIDE. THESE LINES kPAiATE ADkENT-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 SOLD LIE MAY BE USED TO DISCOURAGE LANE CHANGING, WHILE TWO PARALLEL SOLID WHITE LINES ARE REQUIRED TO PROHIBIT LANE CHANGING. 3, Fnrx LINc_c 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 IOGIWNS (SEPAR TEDDBY OT NG RAPSA PAINTED Mm1AN0 AND ONE-WAY ROADWEDGE LINES ARE NOT CONTINUO) THROUGH INTERSECTIONS AND ARE NOT BROKEN FOR DRIVEWAYS. CARE MUST BE TAKEN TO AMD EDGE LINE APPEARING AS LANE LINE ALONG ROADWAYS WITH WIDE SHOULDERS AND/OR CLOSELY SPACED DRIVEWAYS. 4. DOTTED LINES BROEN WHITE WIDTH MATCHING THE LINE BEING EXTENDED-2 FT. SEGMENTS WITiI 4 FT. GAPS. THESE LOSS ARE USED TO DELINEATE THE EXTENSION OF A LINE THROUGH AN INTERSECTION OR INTERCHANGE AREA, 5, K:HANNFI_T71NG 11NFc SOLID WHITE 8 IN. WIDE. THESE LINES ARE USED WITH ACCELERATIOIN-0ECELERATIO4 LANES, PAVEMENT WIDTH TRANSITIONS, AND LEFT -RIGHT TURN SLOTS O2 ISLADS. 5. CROSS -HATCHING LINES SOLID WHITE OR YELLOW 8 IN. WIDE-45 DEGREE DIAGONAL, SPACED AT 25 FT. NTER4ALS. THESE LINES ARE OPTIONAL AND MAY BE PLACED AT LOCATIONS INDICATED IN THE PLANS OR DETERMINED BY THE ENGINEER. YELLOW SHALL BE USED FOR PANTED MEDIANS OR PAVEMENT WIDTH TRANSITIONS ONLY. OPTIMAL DIAGONAL. SHOULDER MARKINGS SHALL BE SOLID WHITE, 8 IN. WIDE"SPACED AT INTERVALS OF 20 FT. M[NIMLN TO 100 FT. MAKIMIGM. 7. PARKING LINES SOLID WXI1�, 3 IN. WIDE-0IADONAL OR PARALLEL AS SHOWN M THE PLANS tlR DIRECTED BY THE ENGINEER 8. STOP LINES SOLID WET[TE.24 N. WIDE-EXTEHD PARALLEL TO INTERSECTED ROADWAY ACROSS ALL APPROACH LASS OR AS INDICATED AT LOCATIONS M THE PLANS. LOCATE AT THE DESIRED STOPPING POINT !OT MORE THAN 30 FT NOR LESS THAN 4 FT. FROM THE NEAR�ST EDGE OF THE INTERSIECTED TRAFFIC LANE. 9. LANE DROP MARKINGS BROKEN WHITEE,, 8 N. WIDE - 3 FT. SEGMENTS WITH 12 FT. GAPS. THESE LItfS.SHaLLD BEGIN 2600 FT. N ADVANCE OF THE THEORETICAL�GORE POINT TO DISTINGUISH THE LANE DROP FROM A CONTINUOUS LANE. THE CHANNELIZNG LINE MAY BE EXTENDED APPROXIMATELY 300 FT. UPSTREAM. (CONTINUED M SHEET NO.2) Print Dole: 10 15 09 1 I O O O O 1 Sheet Revisions I Colorado Deportment Cltyof of Tronsportotion Fort Collins )L)% +.m S..m s,. /"�� c... c.. eons, Pnor.:'%J% o-xixe car .1 r.n Faun rAx: mo-Aso-x.se 2e. ". cai.q. w..M,. r.n , cP. Region 4 PJG (e)e) x2P-egos Reg As Constructed PAVEMENT MARKINGS $-627-i Project No./Code File Name: RdPovemehtMorkingsDetailsOl.dwg r—Dot.: Comments Init. No Revisions: STU M455-095 Horiz. Scale: Vert.- Scale: .s arc Bownaa Revised: Designer: COOT klrucl.r.1 Numbers 17306 Detailer: C007 . 7aoo W237 PeP".: sm-xx1-7x7s void: Sheet Number 124 Sheet Subset: PmkOelails Subset Sheets: 1 of 5 • • • Horiz EDGE LEE WHITE, 4• WIDE - MITER LIES ,L �- YFLLOW,4° EDGE LINE— WHITE, 4" WOE EDGE LINE TWO LANE HIGHWAY WHITE, 4° WIDE LANE LINE ti WHITE, 4• WOF--�� - - - - - - - - CENTER LINES i f- YEUJGW,4• WIDE LATE LITE WNITE, 4° WIDfE -► . EDGE LINE WHITE,4"WIDE FOUR LANE UNDIVIDED HIGHWAY W�IDTE,LW4•EWIUE`• LANE LINE - - - - - - - - - - CENTER LIES 4." YE110W', 4• WIDE 4• _ 4'LINYY MED1N1 RUTE,I4•WEOEw_ LK WHIT WIDE FOUR LANE PAINT DIVIDED HIGHWAY EDGE LDE, WHITE, 4• WIDEy .. LANE LINE -- - t WHITE, 4- WIDE !_ 7 CENTER LINES YELLOW, 4• WOE{. IFDIAN VARIES LANE LINE WHIT4n�� '' EDGE LIRE, WHITE, 4" wIE� FOUR LANE DIVIDED HIGHWAY EDGE LIE, WHIM, 4" WIDE, t'-- CENTER L1NS YELLOW, 4• WIDE LANE WHITE,IN WOE— �-I P EDGE LINE WHITE, 4• WIDE 1�'DA4 TRANSITION TAPER LENGTH WARNING (W4-0 EDGE O 4-W`__________� LANE OR P' TO 12' OR YEELLLOMW,��" Q -wo� - - - - - mV�E11OF gym, EDGE LIE, 4" WIDE— TO Tx" TOTE: EDGE LIES ARE NOT TO BE USED WHEN TRAVELED WAY 15 LESS THIN 20 FEET.�- NO SHOULDER OR UNSURFACED SHOULDER EDGE LIE, 4° WOE LANE LDpEE,OR S MW - - _ - - - - - - E 4WMTEE�- ELED WAY EDGE LIE, V.WIDE SHOULDER SURFACED VARIES 2D 70 L00' DIAGONAL SHOULDER B°A �G, NIDTE, 4S• R S EIXE LINE-« WHITE, 4" WIDE f f EDGE LINE WITH OPTIONAL DIAGONAL SHOULDER MARKING EDGE LIE WHITE, 4" AIDE CENTER LIIES ` YELLOW, EDGE LINE W rTE, 4 WOE aarmmc L —\\ 32'TYP• WRITE, 8° WIDE TYPICAL TWO WAY LEFT TURN LANE EDGE LIE, WHITE, 4° WIDEy EAAE LIE CENTER LIIEW'S 4° WIDE - - - YELLOW, 4' WIDEN - LANE LINE WHITE.,4° WIDEf . EDGE LDI4 WITS, , WIDE E D/4 TRASITION TAPER LENGTH �--AD (VARIES) UNDIVIDED ROADWAY - CASE 1 APPROACH TO DIVIDED ROADWAY D.ENCTH VARIES) Liles- WIDE ATCHOIG LINES 8" WIDE GENERAL NOTES (COWTKO Mu SHEET NO 10. CROSSWALK LINES solm wIITE tx DL WDE IT➢i TR.V6VERSE LDE TYPE - ExTDD ARD55 ENTDE WID CFPAYOEM.IF NO ADVANCE STOP lDE IS PROVIDED oRDiFASE THE WIDTH IF THE CIOSSWNI LINES TO 24 IN. THE DISTANCE 6ETW�EIM TIE LIES 15 USUALLY OETE1801Ep BY THE WIDTH OF THE SIDEWALKS SO CONNECTED, HDNEVEIZ, IN NO CASE SHALL THIS BE LESS THAN a FT. COPLICATED MD/OR ONANELIZED INTERSECTIONS AND AQD-MOCK CROSSWALKS SHALL BE =WHITE lx M TO 24 IN. WIDE NO 8 FT. TO 10 FT.LAIC FOR LONGITUDINAL LOW AS DETAILED IN THE PLANS ON AS DIRECTED BY THE FNGDEEIR. 11. WORD, ARROW AND SYMBOL MARKIN S . ALL STTFRS. N AL"P NO SYM�S SHALL BE BI COtiOtYNRE MIT, •DOP STAG APFDERA FOR AY AM SIGRS AND PAVEMENT MARIMS7 ADOPTED BY THE iEOENA HIGHWAY AIAMDIISTRATIOK 12. IRANSITIRI TAPER LENGTH L = MINIMUM LENGTH OF TAPER. S mOkSIGN;SPEED FOR NEW CONSTRUCTION ON NUMERICAL VALLE (IF THE POSTED SPEED LBO TF THE 85TH PERCENTILE SPEED OF EXISTING TRAFFIC. W = WIDTH TRINSITIDIED FIRVuk FOR SPEED-45. MPH OR MOE, L m S : W, FOR SPEED 40 MPH OR'LESS,.L' A • KM D= THE SIGN,(WV-2) TO 11E BEG NN= OF THE TRANS'FROU THE PAVEJAENT WIDTH ITION TAPER. 13. TRANSITION LINES SOLO YELLOW a IL WIDE. THESE LIES IRE USED. WHERE EIDOITWIA EWHASIS OR RISIBILITY IS DESMAB E AT PAYMENT WIDTH TRA SITIMS. PLEN CEEATT LOCATIONS DEDICATED (IN THE PLNG:CR AS DIRECTED BY THE 14. 5PEED MEAWRING MARKING r SO" m MFQIE 24 DL - EXTEND 4 FT. FROM OUTSIDE OF EDGE LIES EDGE LINE, WHITE, 4° WIDE WHITELINE {° WIDECam LINES YELLOW, 4, 44• WIDE MIT,, { WIDE EDGE LINE, WHITE, 4" WfOE f IUD/4 ^�—ADWARIE }----�TRMSITION TAPER LENGTH-+{ UNDIVIDED ROADWAY - CASE 2 TYPICAL PAVEMENT WIDTH TRANSITION MARKINGS iilsOl.dw � O C=) Sheet Revisions Colorado Deportment Ckyof of Transportation Cam, ��++�� FOI�tCothnS I%�in.� r :gym 5«aa sv.x /"``` a... a,. eoslr a% so i silo ail war r•^'+ ran core co. Region 4 PJG (M) 22:-ee05 As Constructed PAVEMENT MARKINGS $-627-1 note: comments Unit. Vert. Scole: No Revisions: Revised: Designer: CD07 truclure Numbers Detailer: COOT Void: Sheet Subset: PmkOetails Subset Sheets: 2 or Droject No./Cod STU M455-095 17306 Sheet Number 125 STOP LINES WHITE, 24• WIDE ¢ .CENTER LINES YYELLOW, 4' WIDE �---� YE11AW, 4" WIDE EDGE NNE �� rff=.. --EDGE LINE CENTER 4' WI YELLIIYf, 4" WIDE STOPWHIT LINE 4' WHITE.24' W1OE WHITE NHITE, P WIDE WHITE, 4' WDECHAOELQING lRES ACLEL lNE —� WFOTE, B' WIDE -EDGE LINE EDGE LDE �� �� W)OTE, 4' WIDE WHITE, 4' WIDE _ ser,r ENTER LINES ..���..EDGE 4'' WIDE ELLOW, 4" WIDE — — — — — — — —r�STW EDGE LINE EDGE LDE CINOSSwAJ( LOSS a MINIMUMWHITE, 4' WIDE 4' WIDEw IXE LDESWHITE, GTE' 4' WIDE ]arE Acres LAE EocE LINE TYPICAL TRANSVERSE LINE CROSSWALK MARKINGDEra CWWNELIZDNO LINESWHINE, e• WIDEWIDE CENTER LIES YELLOW, 4' WIDE' 4' I' EDGE LINES WHITE, 4' WIDE CHANIali LINE 0 2 STOP I- p a ei WIDE (SHOR LINE OPTIONAL MERE 3 WHITE, 24• WIDE TAPER IS PROVIDED) 0 W ITTE,GE �WID E-�+ r� EDGE ', 4' WIDE ®= Q I 3 CHNKIRIMC LINES INES _ _ O'YDOYIIY _ r � •• CENTER LDES WHn e" WIDE YELLOW. WIDE =��_ � YELLOW, 4' WIDE,. EOM NE EDGE WTDTE,4' WIDE TYPICAL INTERSECTION MARKINGS � �"� L © CENTER LINES SOLO) OR woo YELLOW, 4" WIDE DOTTED LANE LINES © — LINE (D © WHITE, 44' WIDE CHAtELIZING LINES WHITE, B' WIDE 3O EDGE LINE 2 1 �© '�+J WHITE, 4" WIDE W ATE, 4. WIDE { I' '1 II II CENTER LINES YELLOW, 44' 1 CENTER NOES YELLOW, 4' WIDE STOP ,� - Q © � OPTIONAL LINE 3 WHITE, 24' WIDE WHITE, 44' WIDE �r >\ ---,'--EDGE LINE WHITE, 4' WIDE TYPICAL CONTINENTAL CROSSWALK MARKINGS f CHAaEL1ZING LINES CI4MPELIZIND LINES WHITE, B" WIDE WHITE, 9• WIDE EDGE LINES LONGITUDINAL LINE DETAIL CROSSWALK NOTES WHITE, 4° WIDE 1 . CRQSSWXXS ON CURB RAMPS CENTtll PAINTED—T1 ISLAND CURBED t2" TO T4• L51 RAPS NK NOT PROVIDED CENTER ISLAND B.TO IV I T ON sioK POLES WHEREVER PRACTICAL. CHANNE MI DIGLINES QI ON LANE, CENTER OR LTIANHELUM STOP LINE WHITE, a" WnE LINE. WHITEn 24• WIDE © CENTER OR EXTENDED FLOW LIE. CENTER LINES QS CENTER BETWEENN)JICENf LOSS. YELLOW, 4' WIDE © LIES AND SPACES TO APPROXIMATE ADJACENT PATTERN € TYPICAL ISLAND MARKINGS INTERSECTIONS, ISLANDS AND CROSSWALKS Print Dale: 10 1s 09 O O Sheet -Revisions Colorado Deportment Cltyd of Transportation Fort Collins /)% =s«omsu..l f✓.. W. Bae]� Pn is-sw-am cry a ren cos", FA 97a-lea-219A ]ei Cd.— ^"""' ren cam. co. Re ion 4 PJG (9ro) ni-esas 9 As Constructed PAVEMENT MARKINGS 5-62%-� Project No./Code File Nome: RdPovemenlMorkin sDetailsO dwg Dale: Comments Unit. No Revisions: STU M455-095 Horix, Scale: Vert. Scale: i BOi DTa BWewro Revised: Designer. COOT lructure 17306 Detoiler. COOT Numbers Ail. goo a°i^'0'• m wTJr Pno..: w-2z,-nn Void: Sheet Number �26 Sheet Subset: PmkDetails Subset Sheets: 3 of 5 0 0 0 E04E CLINES � OETAIL A (TYP) !—. -N, TWO WAY RMWAYAYWAY RMWAY "'E MAMARKING MULTIMU��I lRE DIVIDED HIGHWAY HIGHWAY 4' 9BlLDHA EDGE LINE TRAVEL LJAE DETAIL A TYPICAL SPEED MEASUREMENT MARKING YnD-I TYPICAL PAVEMENT MARKING AT RAILROAD CROSSING WHITE,8'ING LINES T WHITE, WmE z' I I I6' I I I I�Z�I I A SLID OR 20' ¢ DOTTED LINE- 16. t — i � ` \ \ \ 4'YQIIMIN � — I t t — — +1 a� F► 24' � AREA = 68 SOFT. NOTE: BARS MDT INCLUDED NOTL•TNIS O BE USED WHERE T EMM LARE AIES� THAN MTTWOORE r T I I I I DETAIL 8 CHANMIZBNG LINES °s WHITE, B" WIDE TYPICAL DOUBLE LEFT TURN MARKINGS f a Print Dote: to is oe Sheet Revisions I Colorado Deportment File. Name: RdPOvementMorkin sDetailsOI.dw Cityof AS Cons g Dale: Comments Init, of Tronsportotion Fort Collins F Horix. $Cole: Vert. Seale: Q --_/`-`_ram No Revisions: 4em DrC ea"..ar9 O vows 9i0-ssD-xua ah a ran c_. Revised: SO. X0 fA,: 970-550-x198 0— CO 80231 O 281 ". CgMq Mpur P"ww, SoS-m-me O Region 4 PJG rom) 221--GM void: AILROAD CROSSING NOTES: W e APPRNDWTELY 15 FT. (STOP LINE SHOULD BE S'IN ADVANCE OF ACTIVE TRAFFIC CONTRA SYSTEMS; LE., AUTOMATIC CATES AD/M FLAMING SIGNALS). X = THE DISTANCE FRUH tHE RAILRDaD CDSSDiG MARKNG TO THE NEAREST TRXI WILL VARY ACCODINB"TO TFf APPROACH SPEED AD THE SIGHT DISTANCE OF THE YEHICIRM TRAF C APPROACHING, BUT NOT LESS THAN 50 FT. (REFERENCE NOTE IS. Y o IN MULTI -LANE ROADS THE TRANSVERSE BANDS SHOULD EXTEND ACROSS ALL APPROACH LALS.AND INDIVIDUAL RR SYMBOLS SHOULD BE USED IN EACH APPROACH LANE. Z = NORMALLY B FT. (WIDTH MAY VARY ACCORDING TO LANE WIDTH). I. THE WARNING SIGN SHALL BE PLACED ACCORDING TO THE WARNING SIGN PLACEMENT TABLE IN THE MUTCO. IF CONDITIONS 00 NUT ALLOW PLACEMENT ACCORDING TO THE TABLE, IT SHALL BE AS APPROVED BY TIE ENGINEER. 2. METER TO "THE STANDARD ALPHABETS FOR HIGHWAY SIDS AND PAVEMENT MARKINGS-. ADOPTED BY THE FEDERAL HIGHWAY ADMINISTRATION, FOR RR SYMBOL DETAILS. PAVEMENT MARKINGS Project No./Cod S-627-1 STU M455-095 er: cool traaure 17306 r. CDOT Numbers Subset: PmkOetailsi Subset Sheets: 4 Of 5 Sheet Number 127 L e. 6'-1" AREA = 15.5 SQ.FT. AREA = 12.5 SQ.FT -1 3 -2 [-- �2{'-10.-, 61 --I �-I- 11.5' 1-- 7'-2" AREA = 27.5 SQ.FT. y EDGE OF PAVEMENT OR LANE LINE VARRIIESS 20• Aa'—' FEaRIED VARIES LANE LINE I a.-0" AO �— AS ��s• y �� 2-'}-`e—" 2.h 4' 14',3 4.4. AREA = 42 SQ.FT. TL �D TD � T � 00 I D D LII 8' LII LI L D I II I I I I 1—LANE SCHOOL O I 10, 6' 12' 6. R t0 0 I I-19'-4' J _1 4'-2" STROKE = 8" AREA = 10.5 SQ.FT. AREA = 10 SQ.FT 2-LANE SCHOOL BLUE 3' *WHITE Y STROKE WIDTH (BORDER MAY BE 4' STROKE WIDTH) DESIGNATED PAYMENT AREAS FOR THE FOLLOWING H, W. AND S DIMENSIONS PAY: H = 4' WORDS BIKE - 55 SO.FT. LANE - 60 SOFT. ONLY - 8.0 SO.Fr. KING - 5.0 SOFT. H 8' WORDS STOP - 23.0 SOFT. = KING - 20.0 SO.Fr. ONLY - 22.5 SOFT. LANE - 22.5 SOFT. AHEAD - 29.0 SO.FT. BIKE - 21.0 SOFT. Bus - 165 Sam HW Y - 18.5 SOFT. THRU - 22.0 SQ.FT. SCHOOL(IL) - 33.0 SOFT. PED - 17.5 SOFT. SCHOOL(2L) - 85.0 SQ.FT. IWr IW1- IWI- S 6 D H S tl I s H=HOCHT H=8' H=4' -*-S W= WIDTH W e V-3.4' TO V-4' W= 7.7' TO B" S = STROKE S S = "" TO 2' TYPICAL LETTER MEASUREMENTS VEHICLE DIRECTION OF TRAVEL . APPROACH EDGE TYPICAL APPROACH EDGE TAPERING PLAN VIEW WORD AND SYMBOL NOTES IF HEIGHT B INCREASED OR DECREASED THEN ALL MEASUREMENTS CHANGE PROPORTIONATELY. DUPLE.' 'H' MEASUREMENT FOR STOP G REDUCED TO 4' FROM B' THEN SQUTARE FELT - 5.75 (1/4 OF 23.0 SQ. Fr.). PAVEMENT WORD AND SYMBOL MARKINGS, TRANSVERSE AND LONGTNDINAL (CONTINENTAL) CROSSWALK UNES, AND STOP UNES WILL BE PAID FOR IN SQUARE FEET USING THEIR SPECIFIC BID ITEMS. TAPERING NOTES 20-40 DEGREES ALL.PAVEMENT WAKING APPROACH EDGES FROM VEHICLE DIRECTION OF TRAVEL THE VEHICLE DIRECTION OF TRAVEL SHALL BE TAPERED USING A PUTTY KNIFE OR SIMLAR TOOL TYPICAL APPROACH EDGE TAPERING PROFILE VIEW Print Dole: 10 1s OD 1 O 1 Sheet Revisions I E:olor000 ueportment CltYar of Tronsportotion FortCottins 1!)T ,.m s«om svw /^�``�, c... co. eosv vn�io-3so-x,xe c,Noi ro., conM. rN�: wo-3so-z,se 2e, ca Fo Cl" co � Region 4 PJG (.7a) 22t-6005 9 As Constructed PAVEMENT MARKINGS 5-627-1 Project No./Code He Name: RdPavementMorkin sDetoilsOt.dw Dote: Comments Init. No Revisions: STU M455-095 Horix. Scale: Vert. Scale: DTC BouN,mE Revised: Designer: COOT Structure 17306 Oeloiler: C00T Numbers �f■.6., s,D. Tao CO =237 VMm: W3-221-7273 Void: Sheel Number 28 Sheet Subset: PmkOelails Subset Sheets: 5 Of 5 0 1. jj����ICES,ONE TRAFFIC CONTROL DEVICES,N0.101NG BlR NOT DES, SIGNS,AMOW PANELS, FLASHING BEACONNFLIZING DEVICES, SHILL BE FURNISHED, INSTALLED, NG WASHING), REPLACED F DAMAGED, REMOVED WHEN TEMPORARILY NOT IN USE AND RETURNED WHEN REQUIRED, RESET AS NECESSARY DURING THE PROGRESS OF CONISTRUCTMN, AND REMOVED ENTIRELY WHEN THE PROJECT IS COMPLETED. ALL DEVICES SHALL MEET THE REQUIREMENTS OF THE LATEST EDITION OF THE ATSSA "QUALITY STANDARDS FOR WOK ZONE, TRAFFIC CONTROL. 2. WORK ON THE PROJECT SHALL HOT BE STARTED UNTIL ALL REQUIRED TRAFFIC CONTROL DEVICES ARE IN PLACE, AO APPROVED BY THE ENGINEER. 3. WHEN SPEED LIMIT REDUCTION IS REQUIRED, SUCH REDUCTION SHALL BE IN . ACCORDANCE. WnH('CDOT FORM 568, 'AUTHORIZATION AND DECLARATION OF TEMPORARY SPEED LIMITS - WHEN A CHANGE IN AN EXISTING SPEED LIMIT IS TEOUIRED,.THE R21 SIGNS, SHOWN ON THE SCHEDULE W CONSTRUCTION TRAFFIC CONTROL DEVICES,SHOUD BE INSTALLED AT THE LOCATIONS SHOWN ON THE TYPICAL CASES BY R2-1 (OPTIMAL) SIGNS. AN ADVISORY SPEED PLATE (WI3-O 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 IS MPH PER SIGN INSTALLATION. 4. ANY TRAFFIC CONTROL DEVICE THAT IS DAMAGED, WEATHERED, WORN, OR. OTHERWISE DEEMED UNACCEPTABLE BY THE ENGINEER, SHALL BE NEpLACED. 5.. CONTRACTOR AND PERSONAL VEHICLE PARKING IS PROHIBITED WITHIN THE RIGHT-DH'-WAY UNLESS DESIGNATED ON THE PLANS, OR APPROVED BY THE ENGINEER. 6. CONSTRUCTION TRAFFIC SICK SHALL BE MEASURED BY TIC FDLOWNG SM AND DESCRIPTIONS: PANEL SIZE A 0.01 TO 9.D0 SO. FT. QNMUDING. TYPE 1 AND TYPE 2 BARRICADES). PANEL SIZE B 0.01 TO L8.00 SO. FT. PANEL SIZE C GREATER THAN 16 SQ. FT. CONSTRUCTION TRAFFIC SIGN (SPECIAL), SQ. FT., MAY BE USED FOR SOME PROJECT SPECIFIC INFORMATION SIGNS. FOR DETAILED DIMENSION OF SIGNS WITH SIGN CODE NAOWER%SEE ' STANDARD HIGHWAY SIGNS- AND THE "CIT.IRADO SUpPLEAE , T(ERET L SIGN LAYOUTS FOR OTHER SIGNS'WDL BE FURNISHED IN THE PLANS, TRANSMITTED TO THE ENGEEER AFTER AWARD, OR MAY BE AVALABLE UPON REQUEST. W20-5 WARNING. SIGNS SHALL BE FURNISHED=WITH EXCHANGEABLE PLADUES READING BRIGHT-, "LEFT", "CENTER", "RI(RRT 2•, ETC. AT T O:ADDITIMAL COST. I 7. ALL WARNING AD REGULATORY SIGNS SHALL BE POSTED ON BOTH SIDES (IF THE ROADWAY ON DIVIDED HIGHWAYS, MULTI-L E RAPS, DALE -WAY STREET%AND AS DIRECTED BY THE ENGINEER, EXCEPT WHERE ONLY ONE SHOULDER IS CLOSED (EX: CASE 11 ON BEET 6). B. ADDITIONAL TRAFFIC CONTROL DEVICES ADDRESSING FLAGGING, SPEED REU)CT(ON,ETC. WILL BE NECESSARY FOR SET -LP AND TAKE -DOWN OF MOST CASE APPLICATIONS; DALY WOW SITE ACCESS; AND PAVEMENT MARKING READVAL AND INSTALLATION OPERATIONS. GENERAL NOTES 9. BASED ON SIGHT DISTANCE MID OTHER CONSIDERATIONS, THE FINAL LOCATIONS OF SIGNS ARE SUBJECT TO APPRUVAL OF THE ENGINEER. 10, IF CONSTRUCTION RELATED TRAFFIC CONGESTION BACKS UP BEYOND THE INSTALLED ADVANCE SIGN SEQUENCE, ADDITIONAL ADVANCE SIGNING SHALL BE PLACED BEYOND THE CONGESTION. .11. ALL SIGN MATERIAL SHALL BE S UND AND CURABLE TO THE DEGREE NECESSARY FOR MAINTAINING EFFECTIVE AND NEAT APPEARING TRAFFIC CONTROLS, AID: 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 DE AS DESCRIBED IN THE STANDARD SPECIFICATIONS AND/OR AS SHOWN ON THE PLANS. C. SYMBOLS AND LEGEND SHALL BE OF (DOD WORKMANSHIP (UNEVEN OR HIND LETTERING WILL NOT BE ACCEPTED). d. PORTABLE OR TEMPORARY MOUNTING SHALL NOT BE CONSTRUCTED M WEIGHTED BY ANY METHOD IR MATERIAL THAT MANES THEM HAZARDOUS TO TRAFFIC. v. CERTAIN POST SIZES AO SHAPES REQUIRE A "WEAN -AWAY" DEVICE SEE THE APPLICABLE STANDARD PLAT. OTFIER POST DESIGNS OR -SYSTEMS. REQUIRE THE SUBMITTAL OF AN FHWA LETTER W ACCEPTANCE TO TE. HEIR ENCMNEER, AND MUST BE APPROVED BY THE ENGINEER PRIOR 12. ALL CONSTRUCTION SIGN PLACEMENT SHALL DE IN ACCORDANCE WITH STANDARD PLAN "TYPICAL GRWRD SIGN PLACEMENT' UNLESS OTHERWISE APPROVED. SIGNS APPROVED TO BE MONIED ON PORTABLE SUPPORTS, M APPROPRIATE SIGNS MOUNTED ON BARRICADES,MAY BE AT LOWER HEIGHTS, BUT THE BOTTOM ff THE SICNS SHALL NOT HE LESS THAN ONE FONT ABOVE THE PAVEMENT ELEVATION. 13. .SIGNS MOUNTED ON THE MEDIAN OF DIVIDED HIGHWAYS WHERE MEDIAN BARRIER IS INPLACE MAY BE MOUNTED ON TFE 8MRIER WITH A SADDLE TYPE BRACKET. IF THE BRACKET ALLOWS THE SIGN PANEL TO BE TURNED PARALLEL TO THE ROADWAY, THE SIGN MAY RERAN IN PLACE WHEN NOT APPLICABLE, BUT LAYING THE SIGN PANEL DOWN IN A HORIZONTAL POSITION IS NOT PERMITTED. 14. TRAFFIC CONES SCULL BE AT LEAST 28 INCHES IN HEIGHT. HOWEVER, THE MINIMUM SUE SHALL HE 36 INCHES WHEN THEY ARE USED ON FREEWAYS AND EIPRESSWAYS,OR CLAIM NIGHT TIME WORKNG HORS THEY SHOULD ALSO BE 36 INCHES WHEN USED ON OTHER HIGH SPEED ROADWAYS (45 MPH OR MGM WITH AN ADT DE 6,DDO OR ADZE. 15. TYPE I BARRICADES AND VERTICAL PANELS SHALL NOT BE USED ON FREEWAYS, EXPRESSWAYS, OR OTHER HIGH SPEED ROADWAYS (45 WIN OR MORE). 16. WHEN TWO-WAY TRAFFIC IS PLACID ON LINE ROADWAY OF A NONMALLY DIVIDED HIGHWAY, OPPOSING TRAFFIC SHALL BE SEPARATED EITHER WITH CONCRETE BARRIER (TEWMARY),CIR WITH CHANNOIRING DEVICES APPROVED FOR THIS APPLICATION, THROUGHOUT THE LENGTH DE TWO-WAY DEERATIONTHE TRANSMON ZONES SHALL HAVE CONCRETE BARRIER (TEMPORARY). THE BARRIER SHALL DE TIED TO AN EXISTING STRUCTURE OR GUARD RAIL, FLARED OR EXTENDED, TO MEET CLEAR ZONE REQUIREMENTS, OR FITTED WITH AN ]IMPACT ATTENUATION DEVICE M CANNELIZING DEVICE SPACING, IN FEET, SHALL BE AS FOLLOWS: a FOR TAPERS AND TRANSITIONS SPACING EQUALS THE NUMERICALVALUE OF THE RH LIMIT. (e.g. 45 MPH = 45 FEET). b. FOR TANGENTS. RANG .THE BUFFER SPACE OR WORK AREA, SPACING MAY -NOT BE GREATER THAN TWO TINES TIE SPEED LIMIT. (e.g. 50 MPH = 50 FEET TO 100.FEET MAXIMUM) 18, FOR DETAILS ON BARRICADES CMMTE BARRIER (TEMPORARY), VERTICAL PANELS, AO 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 Wh MU ), SELF-SUPPORTING STAND WITH VARIABLE LIGHT HEIGHT FROM A MINIMUM DE EIGHT FEET ABOVE TIE ROADWAY, AND A POWER SOURCE. IT SHALL ILLUMINATE THE STATION AREA AND A FLAGGER ESCAPE PATH, BUT SHALL NOT PRESENT ANY CLAE . - TO TRAFFIC 20. F WORN ON THE ROADWAY IS FOR A LONG -TERRA STATIONARY PERIOD, AS DEFIED IN SECTION 6G.02 OF THE MUTCO, INAPPLICABLE PAVEMENT MARKINGS ARE TO BE REMOVED, AND FULL COMPLIANCE PAVEMENT MARKINGS NE TO BE INSTALLED IN ACCONDAICE WITH THE APPLICABLE SPECIFICATIONS, (PAVEMENT MARKING - GENERAL), AND/OR AS DETAILED ON THE RAMS. FOR ADDITIONAL PAVEMENT MARKING DETAILS, SEE STANDARD PLAN -TYPICAL PAVEMENT MARKINGS'. 21. BUFFER SPACE IS OPTIONAL. NEED MST BE DETERMINED ON A PROJECT OR SITE SPECIFIC BASIS AS DIRECTED BY THE ENGINEER. WHEN A BUFFER SPACE IS USED, DIMENSIONS MO/ON DEVICES USED ARE TQ�BE D1CDtPORATED IN THE TRAFFIC CONTROL PLAN (TCP) OR THE CONTRACTOR'S METHOD OF HANDLING TRAFFIC (MHT). 22. ADDITIONAL VHS 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 FACOITIES ESPECIALLY WHEN THE LEVEL OF SERVICE IS SIGNIFICANTLY REDUCED AS A RESULT OF CONSTRUCTION. THE LEGM SHOUT BE GANGED TO ADVISE MOTORISTS OF UPCOMING TRAFFIC CONDITIONS AND TO ALERT THEM .OF UPCOMING .LANE USAF. ADDITIONAL ADVANCE WARNING SIGNAGE IS ENCOURAGED IN ALL CASES WHERE TRAFFIC VOLUMES AND SPEWS ARE HIGH AND/OR .WHERE .THERE AE'IFREQUEHT EXITS. ADDITIONAL SIGNAGE IS ALSO ENCOURAGED INLOCATIONS WHERE DRIVERS' LINE IF SIGHT TO ADVANCE WARNING SIGNS IS OBSTRUCTED. 23. RAISED PAVEMEM MARKERS MAY BE USED TO SUPPLEMENT .TEAPERMY STRIPING DURING NON -SNOW PEROM THEIR USE IS ENCOURAGED ON NIGHER SPEED FACILITIES WHEN TRAFFIC IS BEING DIVERTED FROM ITS USUAL COURSE. 24. THE TYPICAL CASES DEPICTED IN THIS STANDARD REFLECT THE MINIMUM REQU➢IE EATS, UNLESS AS OTHERWISE DIRECTED BY THE PROJECT PLANS AND SPECIFICATION, AND/OR THE PROJECT ENGINEER 25. A SIGNIFICANT PROJECT IS DEFINED AS ONE THAT, ALOE OR IN COMBINATION WITH OTHER COMMIRRENT PRDJECTS NEARBY, IS ANTICIPATED TO CASE SUSTAINED WORN ZONE DIPACTS AT A LOCATION FOR THREE OR MOM CONSECUTIVE DAYS WITH EITHER INTERMITTENT OR CONTINUOUS LANE CLOSURES. File Name: RdTrafCtlConstDetoUs01. O O O Dote: - Comments Init. �ap`21`rricn' Cityof oR TronsporLotion Fort Collins a<.I.9 - eae11 _-- )UT .20 s.<o"a su,. / `f� Pp <: -1SPA-2126 rur s�e_]5e_21se Gy of r<rl Cos,,, xele. c,irq< w,,,<„ Region 4 PJG roro) 221--'11ms 'AS Constructed TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION S-630-1 Project No. Code Horix. Scale: Vert. Scale: No Revisions: STU M455-095 IApI brc BOWwrE [ SWI< Xaa CO'.-22221-7275 Revised: Oes�gner: CBOT truclure 17306 e NSubsels Void: Sheet Number 129 Sheet Subset: TCCOeIoOs Sheets: 1 at 19 NOTES: 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS. 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. 0 ap - w EXISTING ROW w W 4" WHITE SOLID LINE w � N — 8= WHITE SOLID LINE t o- 0 4" WHITE BROKEN LINE _ _ m WESTBOUND) 8" WHITE SOLID LINE EAST HARMONY ROAD 4" WHITE BROKEN LINE ~n W J 27+D0 — — — — — — — 25+00 26+00 / r EAST i HARMONY ROAD (EASTBOUND) ��,JJ \% �. r` DO NO DISTURB EXISTING EDGEY m OF PAVEMENTo m T 4" WHITE SOLID LINE REMOVE rrint e: 1z Dr D9 - File Nome: Si nSt6PePlnOl.dwgTransportation � O O O• Sheet Revisions Colorado Department �cityof Of — art Cotlins � 1�20 Scow 9vse1 f..� (% T GrMry. Co 90631 >wu:9)0-330-I1I4 FAG: 9)0-]50-2194 cityol fort Cd�m 2B1rwl Cd ni Co.�w Re ion 4 PJG (970) 221-460] 9 As Constructed SIGNING AND STRIPING PLANS EASTBOUND STA. 25+00 TO 28+00 Project No. Code Dote: Comments Init. ¢ HOr12. So01e: Vert. Stole: No Revielons: STU M455-095 12704709 SIGNING BY CONTRACTOR LLM f Revised: Designer: ELF 9" Structure n DTC Boukrar4 3,°1� 9C" pWomm 303 22CO 1-2296 Void: Deloiler: MTA Numbers 17306 Sheet Number 77 Sheet Subset: SNS Subset Sheets: 1 of 10 G20.5I ZONE GZD-5 N ♦ I ANEL ADVANCE SIGNING AND END R52-6a R2-10(X) ��(XX) ((CC TY) SEE ENLARGED DETAILS THE III � TCEE ME DRUMS (TYP.) OPPOSITE DWECTION — _ 1 12540 o'�, 1 50q 00 0' A L I/xL I••I5I00. 500, 500, 1 ♦71t' ♦ 3 DRUMS ® 0.0DED RD-2 PASS X'2 aPLLD an ROAD walal (JJ DO FLASF�VG 36W3 9 ROAD MOUNT ON BAPoDCADE ITN V y M� E)IT )Of MI CLOSED ■: I, NOT Rll-2 (TYPE Jd-0) (TELP) CARE SDD RR,.- PAN Wl-00.) CONCRETE R4-2 R52-6b G20-10 q2-I(pp G20-1 BARRIER (TEMP) L—_ END SEQUENCE W20-1 4NAPAC( ATTENJATOR W10.5(L) W203Q) Wh2(U R4-1 MOUNT ON BARRICADE R4-7 (TEMP) ADVANCE SEQUENCE I (TYPE 311-0) (TEMP) LEGEND 12' 2' 4" LINES I • CHANNELTZING DEVICE:FO( TYPE OF DEVICE TO BE 4� 0 SEE S HEDU�� TRAFFIC CONTROL DEVICES 2, 1' 24' THE 1 { -- TYPE III BARRICADE 4' H — CONCRETE BARRIER (TEMPORARY) '•-' FLAGGER 121 DEVICE.(FDING 0p i F DIRECTIONOFTRAVEL 4 WCH AT 69 SPACING I WORK AREA CENTER OMI01 ® LINES CENTER u0W M R5-1L TRANSITION TAPER LENGTH: ON la-3® R5-!A L c MINIMMLENGTH OF TAPER 4" CONCRETE f SPEED 45 MPH OR MORE: L = S s W �. P} BAAI BARRIER (TEMP) R4-7 OWACT ATTENUATOR SI HELIZING e•ILPACTT ATTENJATOI WI-8 60 SPEED 40 MPH OR LESS:L = x ��--r 4n (TEMP) DEVICE (FIXED) S = NUMERICAL VALUE OF SPEED LIMIT OR 85 PERCENTILE SPEED CHANNELIZING W = WIDTH OF OFFSET DEVICE TD(ED) 1 ADVANCE WARNING FLASHING OR M ® SEQUENCING ARROW PANEL TYPICAL 2-WAY ZONE STRIPING 1 A = 100' (URBAN LOW SPEED) I 35000BAN HIGH SPEED) M j 500'(RLRAL) 4 I I,000'(EXPRESSWAY / FREEWAY)TIOE ITEMS ARE NT REQUIRED — N CONT CZ CLEAR ZUKE (SEE GENERAL NOTE 16). • CONCRETE BARRIER IS USED FOR CHANN LIZATIDION.N. I ♦ THESE DEVICES ARE OPTIONAL. THEIR NEED SHALL « SEE GENERA. NOTE 16 ON SHEET 1. i BE DETERMINED BY DETOUR DESIGN AND/OR SCOPE OF CONSTRUCTION ACTIVITY AND ARE REQUIRED WHEN THEY ARE DNCLkeli IN THE ♦) ♦ WORK F SCHEDULE OF CONSTRUCTION CONTROL DEVICES. WRDMp 020-5 ZONE TEMPORARY SOLID DO NOT ( VARIES BUFFER SPACE (SEE GENERAL. NOTE 21). WAY I�SESSIONS ♦ SPUD � TEIPOiA(Y SDLIO WHITE 4" EDGE LINE ® IMPACT ATTENUATON AS DETAILED ON THE PLANS CASE NO, I R5-Ip �r .DIE R2-1003 Mn �� "R� YELLOW 4" EDGE LINE I FLASHING BEAM TYPICAL APPLICATION YIX CLOSURE OF ONE ROADWAY 4-LANE DIVIDED HIGHWAY W6-3 WB-3 Print Dote: la 1s o0 Sheet Revisions Colorado Deportment city of As Constructed TRAFFIC CONTROLS FOR Project No./Code File Nome: RdTrcfCtlConstDetollsOl.dw Dote: Comments Init. Ot TranSpOrtotion F ` HIGHWAY CONSTRUCTION I Horix. Scale: Vert. Scale: O --_ i()%• 1420 S4 Str»I �tCo«IOS No Revisions: STU M455-095 9...�ry. �.. 60801 S-630-1 0 Fnwr: 9]0-350-2126 uy"1 r.n caw.. Revised: Des er: COOT 17306 F.: 070-350-219e 9^ Structure 4601 OTC lkvl 6 2.1 . Cm.y4 mew. Delailer: CDOT Numbers sal. 190 O FvT w9�., C.. 0— co 60207 Re i4 PJG (970) 6605 Void: Sheet Number vh.".: w5-221-7275 O 9on 221-Sheet Subset: TCCDetoils Subset Sheets: 2 or 19 130 • Wows 02015 mM� LW80 ruo R2-1000 R2-1(XX) C20-10 R52-M ATM SOD' S00' MIN W20-1 OR o TEMPORARY <#> WI SIR) YELLOW EDGE LIES ARROW PANEL w a w4-2(L) 'W20-M ♦_ _ BUFFER SPACE \ / / �s • CHNfNEIRING DEVICE; FOR TYPE OF DEVICE To ■ JLw BE USED, SEE THE SCHEOULE,OF CONSTRUCTION TRAFFIC CONTROL DEVICES INCLUDED N THE PLANS. R52-So 0.) W2D-I TYPE RI BARRICADE Ae a ■ — FLAGGER t I F DIRECTION OF TRAVEL WORK AREA 4— 69�r L TRAAISRIOV TAPEit LENGTH: L • MINIMUM LENGTH OF TAPER i z , ouvnuN. 50a 500' •�,I,i ♦ TYPE IIIBARRICADES 1 WHEN CONCRETE BARRIER G20-5 IDNe L IS NOT USED <8� ♦ wrMM OM1tl W10--R(U(U R2-1(XX) LUT ® Q WI-3(L) - ALA RomweLwlL ♦ NNLOUT / 22 Ne 0 CASE NO. 2 zare�a6 c� xx S w2o s(R) 0-50R) w4-2(R) ARROW PANEL♦WI3-t(XX) TYPICAL APPLICATION R52-6b Gro-10 1(i01> 9 CLOSURE OF HALF- OF 4-LANE HIGHWAY, NOT PHYSICALLY v DIVIDrn • TEMPORARY YELLOW LINES ♦TYPE III BARRICADES E / VAN. I•' +I VAR. auu 1 L1a9 Fmol TEMPORARY WHITE tIOAF 00 is 020-5 � EDGE LINES JtITA9 • SPUD WIOR a aa® W1OR R52-60 R2-1000 WR WI-30i)' Ea. 0 w2o-i vv PoI z W 3 ) SIGN SEDIENCE AI) e 1 YOD O-R4-7 W® a iEYPORMY LANE 2-6 G20-1 J66 6 NMIQN(S ARE THE R52�6 C20-Ip W13-1(X) j' Awl3-L000 SAYE FOR THE OPPOSITE DIRECTION CASE NO. 3 TYPICAL APPLICATION ROAD CLOSURE, USE OF ADjAcFNT sHouLpFRs Sheet Revisions I Colorado Deportment File Name: RdTrofCtIConstDetoiIs0I.dwq Date: Comments In of Tropsportotion Horiz. Scole: Vert. Scole: O O T 1Ro S,cona 69«1 -3 806J1 �801 ure eae,.oro n6o�,:`Iio-JJo-212a PM ' C0 0071- O Region 4 PJG 96000: Jos-221-22» SPEED 45 MPH OR MORE: L • S s W SPEED 40 MPH OR LESS- L • WS2 60 S - MAl1ERIC►L VALLE OF SPEED LIMIT OR 85 PERCENTILE SPEED W - WIDTH .OF OFFSET SHOULDER TAPER • 1/3 L ADVANCE WARNING FLASHING OR SEQUENCING ARROW PANG A • 100' (INBM LOW SPEED) 350' (INBAN HIGH SPEED) 500' (RURAL) 1,000' W(PfESSWAY / FREEWAY) CZ CLEM ZONE (SEE GENERAL NOTE 16). - THESE DEVICES AE OPTIONAL THEN NEED SHALL BE DETERMINED BY DETOUR DESIGN ANDAR SCOPE OF CONSTRUCTION ACTIVITY, 40 ME REOLM 'LWMEN THEY ARE N0.UDED IN THE SCIfOLE OF CONSTRUCTION CONTROL DEVICES. VARIES BUFFER SPACE (SEE GENERAL NOTE 21). 0 REQUIRED WHEN WORN OCCUPIES THE LOCATION FOR MORE THAN 3 DAYS. FLASHING BEACON As Constructed rrCity`of F6 tf No Revisions: car a1 r•aon,, c, Revised: 28, H. = M,nu• ran Coco. (970) 221-6605 Void: *KEY TO ADVANCE SIGNING DIST urrS ROAD TYPE DISTANCE BETWEEN SIGNS A B C tRBAN 4.'40 Opt 100 Ica 100 URBAN 0-45 MPMO 350 350 350 RURAL 100 500 "' S00 EXPRESSWAY/TREEwAY 1000 I500 284p TRAFFIC CONTROLS FOR Project No./Cod HIGHWAY CONSTRUCTION STU M455-095 S-630-1 Designer: COOT Structure 17306 Deloiler: COOT Numbers Sheet Subset: TCCOeto,151 Subset Sheets: 3 or 19 Sheet Number 131 G203 I R2-1(XX) y 5 r— RDAO °0�F WORN ROAD •mre OOD F WORK R52-6o 500 W20-1 W20-1 BARRICADE TEHPONARY ODME A YELLOW CENTERLIIE TEI/10RARY W H I T .n I1Nr . C E,OrE BARRIER ((� I+ WI-8 W24-1(L) SIGN SEQUENCE IS THE SAME W13-1000 FOR THE OPPOSITE DIRECTION CASE NO. 4 TYPICAL APPLICATION ROAD CLOSURE.BYPASS DETOUR PROVIDED TEMPORARY YELLOW EDGE LINE *BARRICADES • - XYZ mx� G20-5- G20LM xx xx ♦Iv[m A► 6r¢y ,� ARROW PAREL Nn W2D-1 R52-5a R2-I R2-I(XX) ■' I R52-M G2D-W . G20-]D W2o-s(L) W4-2() CASE NO.5 TYPICAL APPLICATION LANE#1 CLOSURE. MULTILANE FREEWAY CLOSURE. MULTILANE FREEWAY LEGEND • CHAIORING DEVICE: FOR TYPE ff DEVICE TO BE USED, SEE' THE SCHEDULE OF CONSTRUCTION TRAFFIC CONTROL DEVICES INCLUDED R THE PLANS. TYPE IIIBARRICADE CONCRETE BARRIER (TEMPORARY) o-- FLAGGER 4— DIRECTION OF TRAVEL ® WOO AREA L TRANSITION TAPER IENGTIC L = MINIMUM LENGTH OF TAPER SPEED 45 MPH OR MOREL = S x W SPEED 40 MPH OR LESS. L = w S = NUMERICAL VALUE 6 SPEED LIMIT OR 85 PERCENTILE SPEED W = WIDTH OF OFFSET SHOULDER TAPER a 1/3 L ADVANCE WARNING FLASHING OR SEQUENCING ARROW PANEL CZ CLEAR ZONE (SEE GENERAL NOTE 16). ♦ THESE DEVICES ARE OPTIONAL THEIR NEED IGN SIGN ANO/Oi 5C0 E BE DETEINNED BY DEDES OF C0NlS` UCTION ACTIVITY j ARE REQUIRED WHEN THEY ARE INCLUDED IN TIE SCHEDULE OF CONSTRUCTION CONTROL DEVICES. VARIES BUFFER SPACE (SEE GENERAL MUTE 21). • REQUIRED WHEN WORK OCCUPIES THE LOCATION FOR MORE THIN 3 DAYS. 5= TRUCK MOUNTED ATTENUATOR (TMA) -i_r FLASHING BEACON Print Dote: 10 1s 0B O Sheet Revisions Colorado Department City f ofof Tr tation Fort^CCR��(II$ N(1% tcm«om �ni� VMa: p]0-350-0134 J ra: wo-Tso-zwe cry.1 ran c.-. W lei •. C." •...�. corm., co. Region 4 PJG (s]o) 33.-beo3 As Constructed TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION S-63U-1 Project No./Code File Name: RdTrofCtlConstDetoilsOl.dw Dote: Comments Init. No Revisions: STU M4SS-095 Horiz. Scale: Vert. Scale: f, .BOA me eownara Revised: Designer. CD Structure 17306 Detail— CDOT Numbers svx. COran P PW P'.r,, . ceat,] void: Sheet Subset: TCCDetoils Subset $heels: 4 Of 19 Sheet Number 1'32 OD jq C20-5 zpE I D2D-- miE , q�IROW PNFL•m•e LIR ♦ VQO'' ARROW PNEL W4-20.)W20-1 R52-Sa R2-I(x%) Rz-Ipa) LnaT CASE ND.6 R52fib G2m5ro-105e R2-1(xx) XX XX w4-zD) __._ TYPICAL APPLICATION W20,1 92fid R2-1(Xx)17� 1 JAA I TYPICAL APPLICATION LANE #3 CLOSURE, MULTILANE FREEWAY LEGEND • CHANELMM DEVICE: FOR TYPE (IF DEVICE TO BE USED, SEE THE SOME OF CONSTRUCTION TRAFFIC CONTROL DEVICES INCLUDED IN THE PLA & -� TYPE III BARRICAOE CONCRETE BARRIER ( MPOFARY) w- FLAGGER r DIRECTION OF TRAVEL ® WORN AREA L TRANSITION TAPER LENGTH: L = MINIMUM LENGTH OF TAPER SPEED, 45 MPH OR MORE:L = S s W SPEED 40 MPH OR LESS L = w S = NUMERICAL VALUE OF SPEED LIMIT OR 85 PERCENTILE SPEED W = WIDTH OF,,DFFSET SHOULDER TAPER =,1/3 L SEQUENNCCWARNING I E P94EL . . CZ CLEAR ZONE (SEE GENERAL NOTE IB). ♦ THESE DEVICES ARE:OPTIOIIAL.J EIR TEED SHALL BE DETERMINED BY DETOUR DESIGN AND/OR SCOPE OF CONSTRUCTION ACTIVITY AND ARE REQUIRED WHEN THEY' W INCLUDED IN THE SCHEDULE OF CONSTRUCTION CONTROL DEVICES VARIES BUFFEGENERR1 PAM 2 • REWIRED WHEN WORK OCCUPIES THE LOCATION FOR MORE THAN 3 DAYS. ® TRUCK MOUNTED ATTENUATOR CTMA) - FLASHING BEACON 3 ` V 2 a<#> O ® I 01M OO B SG20-5 ZONE D-5 ZONE MRl1w PANEL al Ng11t♦ EPQo ♦ tpap W20-1 RszBa scxX) Wza�S(R) R2a(x10 Rsz�bR2-1(x1U p w4-zUt) CASE N0.8 c2D-10 TYPICAL APPLICATION p LANE #4 CLOSURE. MULTILANE FREEWAY f Print Date: 10 15 og Sheet Revisions Colorodo Deportment File Nome: RdTratCtIConstDeta;lsOl.dvr CltyoT As Constructed TRAFFIC CONTROLS FOR Project No. Code Dole: comments In;t. of Tronsportotion Fort Collins HIGHWAY CONSTRUCTION Hori2. Score: Vert Scale: - UT u2o s«tea sv«� ,/"�f` No Revisions: S-630-1 STU M455-095 G« G. e083, O _ Pho..:�70-350-212e CR, ., F.n ca„. Designer: COOT 17306 1. )00 llawv..ro FM; 920-350-219e ", • Revised: 9 Structure C. ` P" : `a 221- O Region 4 PJG (970)`2 �e Void: Sheet Subset: TCCDe oils NSubsets Sheets: 5 0l 19 Sheet Number 133 PM DEL 303-221-028 •TEMPORARY WHITE •BARRICADES EDGE LINES — — — — — — — — — — — 1 — — — LEGEND ■ CHANNELIZDiC DEVICE: FR TYPE OR t ('I -- I ' I / r'1 (�t / DEVICE TO BE USED SEE ThE SpIEOULE • 2& F-5 500' I500' 500' 1000' L • :L L TEMPORARY YELLOW �500'-)•H•-500'+f�500 DEVICES INCLUDED OF CONSTRUCTION TIN THIC CONTROL E PLANS. • •, 1 _ • EDGE LINEROAD A I /) _-�IYS`- -■- • �� TYPE 111 BH&IC. 11RL[ pp �s G20 M G2M ZWE '.. •. �} OR LANE • • • XYZ LP® ♦ 7P® W • BRLa ARROW PANEL 1,r It J� ARROW•FNffL o�■E � LCONCRETE BARRIER (TEMPORARY) W20-1 R52-80 R2-I()00 xv * . R2-1(%X) yy I " W�3a WSJ O ® n 555656555 M /�/� /�/� O R52-80 R2-1U1%) 0-• Fl.AGCER w20-5(R) w+-2{R) CASE N0. 9 w12-1 c20-10 TYPICAL APPLICATION F DIRECTION OF TRAVEL CENTER LANE CLOSURE — MULTILANE FREEWAY TEMPORARY WHITE ® WORK AREA •BARRICADES EDGE LINE t I I I I t L TRANSITION TAPER LENGTH: y - - - - - - - - - - - - - - - L = MINIMUM LENGTH ff TAPER �11�00 . SPEED 45 AIPFI R YORE: L = S z W I n I a I I I t IT 2840�5 500' 1500' F•-- 500' 1000' L VAR. 100'-«I jOp 0' SPEED 40 MPH OR LESS:L = � • MAX. s =NUMERICAL VALUE OF SPEED LIMIT • MM • R 85 PERCENTILE SPEED DO ... Igo Lien • WORN VVORc NOTLW = wIDTN OF OFFSET reG2" zONE G20-5 DONE PASS SHOULDER .TAPER = 1/3 L I RLE iz�wu■E ♦ BPRD • NOR= : ARROW PANEL ' erne R2-1(XX) UMIT R2-DO0 LIMIT R4-1 R4-2 R52-6b G2G-10 R2-04 . wzo-1 R52fio xx w4_200 CASE NO. la 0 ADVANCE WARNING FLASHING SEQUENCING ARROW PANEL OR TYPICAL APPLICATION ONE LANE CLOSED — FOUR —LANE DIVIDED HIGHWAY cz CLEAR ZONE (SEE GENERAL NOTE 16). ! TEMPORARY WHITE f EDGE LINE t L L THESE DEVICES • NEED SHALL BE DETERMINED THEIR TERMINED BY DETOR.OESIGN AND/OR SCOPE OF ...► .. _ - - - - U. ION. CONSTRUCTION ACTIVITY AND ARE REQUIRED WHEN THEY AAE INCLUDED IN THE SCHEDULE OF CONSTRUCTION f CONTROL DEVICES. ! • FLASHING BEACON I n CZ I I !+� YARIES ' I YNilES DIFFER SPACE (SEE GENERAL NO7E 20. ( 2200' 1000' 3000' S00' S00' Y3L YARIES j•-500' S00' S00' ♦ ♦ • • ® HEN WOR OMIPIES THE _ _ AND LIGHTS • LOCATION0 REQUIRED FOR R MORE THAN 33 DAYS. a lLlMrrfR2-1(XX) (ORTIlTNN.)20-5 BIOILOFA liN mw �"CONS � O�®TRUCK MOUNTED ATTENUATR (TWA) t as® W21�a aa� W21 So ONB •MMean1 a01E iFNNL9 YOU R52-6o w5-1 R52-0 66fi-666S55 R2-1(XX) CONCRETE BARRIER (TEMPORARY) 2211_5 1300 FI W18-2a �m W7-39(XJ. G20-10 WITH LIGHTS CASE NO. a w TYPICAL APPLICATION 6 SHOULDER WORK - (FREEWAY/EXPRESSWAY) L Print Date: 10 Is 09. Sheet Revisions Colorodo Deportment City of As Constructed TRAFFIC CONTROLS FOR Project No./Code File Name: RdTrofCUConstDetcl1sO1.dw Dote: Comments toil. of Tronsportotion Fort Collins HIGHWAY CONSTRUCTION P Nora. Scale: Vert. Scale: - AfjT �.zo s«Oro sl.«i /"�_ No Revisrons: STU M455-095 a... co.eoe3i `T�. S-630-1 Pmro: 970-350-2us ah of ren can.. Revised: Designer: CDOT Structure 17306 se0i Drc esae.u.a Aarar'srm r,5x: a7o-350-tree 2e1 w. tabq. M...w ¢ S0. 70o0 eon? O ron comro. Co. Detailer: COOT Numbers - Pnone: 303-221-7275 O Region 4 PJG (s7o) 22i-aeon Void: Sheet Subset: TCCDetails Subset Sheets: 6 of 19 Sheet Number 134 • • TEMPORARY WHITE EDGE LINES 2s 00 , 50 , ISDa �' -soD' Imo, L loao' L so+mt. 5�, ' �D, ' LEGEND 100'NA7L ♦ ♦� ♦ G20$ ZWD � w OFYT500- RII BE USED, SEE SlYE01AE aWroac ♦ lPem ♦ ® ♦ of LualRllcrmN rlrmc TXINIRLL ING O1VICE;' FOR TYPE OF cva 20NE G20-5 %ffi OE 1. OAWE IN TIE PlAlS.-1(101} uy�y �'• �• IXIT TEMPORARY RESET nseea!P®♦ MOW •PAWL � iTO MAINT1� w m /V� �� TYPE DI BARNICADE ' R52-Go WHEN REQUIRED LIYrt R2-1()00 XX W4-z(R) CASE ND. 12 R52-ft G20-10 R2-100() w2M W20-50T) TYPICAL APPLICATION OF TRAFFIC CONTROL ON FREEWAY NEAR AN OFF RAMP — CONCRETE BARM (rEL awy) *TYPE RI ® �--' FLAGGER BAARICPOES • TEMPORARY WHITE EDGE LIE 4— DIRECTION OF TRAVEL 1 1 1 1 1 1 WLRK AREA L TRANSITION TAPER LENGTH: 1500' IODO' L YMIE I 5 1 1 1 �®IN 5� II N TH OFRE. TAPER s W k Ir 3 ♦ 1� �" — TEMPORARY YELLOW SPEED 40 Wi OR LESS: L = S Mroat ♦♦! ♦ YAKK ♦1l� EDGE LINE ♦ S. = NIIAERICAL VALIE DF SPEED .1 zOxe G20-S7T�G20i 20NE 7TC ��, RQ � ng OR 85 PERCENTILE SPEED !�® ♦ !Mm Foo el'e n� W = WIDTH OF OFFSET �2-G� R2-Ifx10R2-I(X)D MRDW.PANEL �u A1m�Cdli{166E65 SHOULDER TAPER = 1/3 L S R526a /V` ® �c R52-0 G20-10 R2-HX0 ADVANCE WNtNDIC FLASHING OR W20-1 W20-5(R) W4-JR SEQUENCING ARROW PANEL w4-2(R) CASE N0.13 W2a I TYPICAL APPLICATION OF TRAFFIC CONTROL ON FREEWAY BEFORE AN ON RAMP CZ CLEAR ZONE (SEE GENERAL NOTE 16). f • TEID+(ltNtY WHITE ♦ NEED SHALL BE DETFINM BY DEVICES ME DPTIONAL SIR t EDGE LINES L DETOUR DESIGN AND/OR SCOPE F 1 1 1 1 1 1 CONSTRUCTION AC'TIVIIY AD ARE �Fy IEOUIfED WHEN THEY A(2E INCLUDED 8 — IN THE SCHEDULE OF CONSTRUCTION VARIES — — — — — — — — CONTROL DEVICES. it VARIES &INFER SPACE (SEE MI t / GENERA NOTE 21). % 1500' IOOa L �� NNl'141K SOa SOa • REQUIRED WHEN WORK DCCIPIES THE l LOCATION FUR MGM THAN J DAYS. ♦ i ♦ A WORKZME GN13 G20-5 WORK (� TRULY( MOUNTED ATTENIATOR (TMA) TEMPORARY AOAa w w01�wc !�®♦ lP6D / ♦ • YELLOW ® ♦ FLASHING BEACON 1 lDt RS o Law R2-HXX) R2-1(%%) x�xR ' � � EDGE LOSS RI-2 Ries '"` Wets �� TIMNB YOU yy fW20-1 W20-5H W4-2(R) ARDW ®♦ wmra 656dE8G66 x CASE NO. 14 wz0-1 ARROW PANEL wJ-2a w4-uN R52-M G20-10 R21(%X) ¢ TYPICAL APPLICATION OF TRAFFIC CONTROL ON FREEWAY ALLOWING ACCESS FROM ON RAMP Print Dote: l0 Is 09 Sheet Revisions Colorado Deportment $ File Nome: RdTrofCtiConstOeloilsOl.dw City of As Constructed— TRAFFIC CONTROLS FOR Project No. Code Date: Comments Init. of Transportation FHIGHWAY CONSTRUCTION Horiz. Scale: vent. Scale: Oft COI�11iSS-630-1 STU M455-095 ' � U % arep.My�o�•. �ii .i"�No Revisions: S �� � 1•••re p,x; sro-.7w-zise 78 01 Fvt C^ . Revised: Designer: C00r lruclure 17306 r 0+•.v. m 00237 ran co, Deloiler: COOT Numbers Sheet Number 1 vnm.: w3-:x -ms O Region 4 PJG (wo) xi+-esos Void: Sheet Subs eC TCCDelails Subset Sheets: 7 of 19 135 • waaL G20-5 zorE . • 5P® R2-1(XX) L11F M }(,�• ESS ,� 100014 TYP..j lT� tO�OR L t000'a. � 125'— ASTONG ♦ H CAPS a IPEED 1 1 ✓ ypt3t on Le LNG I 1 ow 0. 500' 51I+--� TONN E 20 —1 50'MIN. to -MIN. BLASTING W22-3 052-6b R2-1(XX) • DESIRED DESIRED IDO'MAX. _ �F � I •ZONE G20-5 RAMSIGN SEQUENCE IS THE SAME VORORK YAM •�E�WHI1E EAD AHEAD NIOT ♦ EDGE NINE _ TURN �F FOR OPPOSITE DIRECTION • R52-Bo STING � Jaw Mw o> •na W20�3' W20�3 IARN W2o-7a ♦ �• . ZONE W20-7a (OPTIONAL SOFT ior6 SEE GENERAL NOTE 10) R52-6a Wzz-2 CASE NO.16 W22-1 CASE NO. 15 TYPICAL APPLICATION TYPICAL APPLICATION - FOR BLASTING RAMP CONSTRUCTION WHERE PARTIAL RAMP IS CLOSED R52-6b G20-ID c2D-s • M1°'"N LEGEND aOrNE ♦ CHANELIZING DEVICE: FOR TYPE OF DEVICE TO BE ADVANCE WARNING FLASHING OR MoE R2-10(X) OMIT USED, SEE THE SCHEmx r CIFCOISIRUCTION TRAFFIC '`©•�' SEQUENCING ARROW PANEL X COHTIA DEVICES INCLUDED IN THE PLANS. R52-So SIGN SEQUENCE IS THE SAME CZ CLEAR ZONE (SEE GENERAL NOTE 16). FOR OPPOSITE DIRECTION '—• TYPE III BARRICADE ♦ THEM DEVICES ARE OPTIONAL. THEIR CONCRETE BARRIER (TEMPORARY) NEED DETOUR DES BE DETERIQNED E y 0.5( SBw — — ♦ • ■ • • • CONS DESIGN AND/OR SCOPE OF ♦ ♦ xvz CONSTRUCTIONTHEYACTIVITY AND INCLUDEDARE • Cz • A 5 c ♦ r' FLAGGER IN REQUIRED TFE SCHEDULE THEY CONSTUCTION hb' essaa® JE �' DIRECTION OF TRAVEL CONTROL DEVICES. "y� 100'MAX. 'r� G20-10 _•FLA4UNG BEACONTHIS TAPER MUST BE ® WOW AREA VARIES BUFFER SPICE (SEE GENERAL NOTE 21). WORK SHORT MISTAKEN FOR NOT J R2-1(XX) 1O FT TRANSITION. 4{ " \ L REWIRED WHEN WORK OCCUPIES THE \ _ \ TRANSITION TAPER LENGTH: LOCATION FOR 1� TF4W 3 DAYS L = MINIMUM LENGTH OF TAPER W20-1 W20-4 W20-7a \ SPEED 45 MPH OR MOREL = S x W 2 KEY TO ADVANCE SIGNING ES DISTANC ®♦ � \ SPEED 40 MPH OR LESS: L = ROAD TYPE DISTANCE BETWEEN SIGNS m■e S = NUMERICAL VALUE OF SPEED LIMIT A B C R52-M OR 85 PERCENTILE SPEED URBAN (<=40 MPH) 100 100 IDD" CASE NO. 17 W- WIDTH OF OFFSET URBAN (>---45 MPH) 350 350 350 TYPICAL APPLICATION SHOULDER TAPER = U3 L RURAL 500 500 500 EXPRESSWAY/FFEEWAY IDOD 1500 2640 LANE CLOSURE, 2—LANE HIGHWAY. AT CURVE ® TRUCK IMUIfTm ATTENUATDfl (TMA) Print Dole: 10 1s 09 O O Sheet Revisions Cot rodo Deportment City of of Tronsportotion Fort Collins )OT 'ao s».m su»1 _ .� c... w. eo631 PF.: 97so-2u6 cry er ren cam. PAtf: 910-J3a-21 Cie 261 N. fd /v.w. r„1 caw �, Re iOn 4 PJG (970) 221-6605 9 As Constructed TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION S-630-1 Project No./Code File Nome: RdTrotCUConslDelollsOl.dw Date: Comments Init. No Revisions: STU M455-095 Horiz. Scale: vent. score: x801 OIC eaui»w0 Revised:` � Designer: CDOT truclure 17306 Delailer: CDOT Numbers yore 200 A a.m.., m 80237 Pnw•: 3033-221-2275 Void: Sheer Number 3l') Sheet Subset: TCCDelOils Subset Sheets: B of t9 %rz � , ,lam 1 1 t 1 TXN06 roll mm wRIR ba■tE LEGEND AWAD ■C I, I !Sffi RIWAD j'�" 5 . N� W20-4 w W20-1 ;CI� G20-10 R52-6b • CHNMEIIZINC DEVICE: FOR TYPE OF 2:asa; 1 1 _ DEVICE T[I BE 15E0 STE TIE SCFffpLLE i OF C@6TRUCTI@I TbAiFIC CRITROL WRBRICIDX R52.8a . . DEVIC'6 BR0.IDFD IN T1f PLANS. • I 1 TMNNC RM A p0A0 s B TYPE III BARRICADE aosm C I I G20-10 � E Wl � mAR — CONCRETE BARRIER (TEMPORARY) ER W2o-5(R) \ Flmtni■�1 A R NypN ASAR N--° DIRECTI a- N waac a a+_ OQECTfON ff TRAVEL JIm 50, MBL ■ ld W20-7b W20-4 R52-8o W20-1WORI( NEA R52-Ob W20-7a l0dNA)L N / B C ® AM oat■t.e R52-So /.A , • G20-10 �� !Od • ` / L TRANSINU LEN LEN F T , 10'10 • / \ R R L = 1QNRAlI LENGTH (ff TAPER G20-to R52- b I I M2 a MOAG ~ _ SPEED 45 MPH OR MORE. L = S z W RtFa AF9 L • xawt woNt Ada ~ • • A�RRICAADDE �► SPEED 40 1R1 OR LESS: L = -�5 '.,� �• I. rara: zone N t t � t • YARIES t S = NUMERICAL VALUE OF SPEED LIMIT R52-6b R52-8a yn0-1 //'� B A IRL OR 85 PERCENTILE SPEED W4-2(R) IW - •MIN./\\\ �I WN� �/ W=WmTH OF OFFSET lOd MAX.II• I SHRUER TAPER = 3 L 10 _ 500' Ed � � ABARRICADE ARJAN aTYPE III W20-7aOOUNZ TfiUCK NOUNTED ATTENUATOR (r1W N Nagl • "'► — ID'MIN. — — y io R N (/ sB zorc CZ CLEAR ZONE (SEE GENERAL NOTE 18). •� t . —N W20,+ R52-6o W20.4 W20-7a R52ib 001 LAN R526b Gza-10 yr R �F FLASHING BEACON V IES ■ R ( A —NI • Id THYaW Yale W20i r THESE DEVICES ARE �TIDNAL. TFEIR L C� NEED SHILL BE. DETEI8 S BY �� E� 1 • N tiS858S5a \ - N wOlat OETOIR DESIGN ANO/QI SCOPE OF apt REWCONS� WENTHTIEVFTY. AND EYY AAE INCLUDED Daum I I G2o-10 ` zdN mm n�Fs UM LAW " )Rrz CASE NOZONE.19 mRb R52-6a II��S�E>� OF caNsTRucTUIN Ngal■t DOUNA °® R5z W, I I a TYPICAL APPLICATION OF TRAFFIC CONTROL RCu vAR1Es &FFER SPACE (SEE 2 1 1 ZONE N AROUND A WORK AREA NEAR- AN INTERSECTION Rya GENERAL NOTE 21). W20-4 R52-8o W2030t) W4-2(R) DORRRNICRDN R52-6a R52-6b G20-10 W20-1 AD iHN11{R YQI 54 IFI I CLOSED CLOSED %tMIiC Mom • REOUIREO WHEN WORK OCCUPIES THE 855ea6QeC LL R 1000 n 1ta 1M■v LOCATION FOR MORE THAN 3 DAYS. G20 l0 mAo TYPE III TYPE III RQW3 RRBTRa BARRICADE BARRICADE W20-S (W20-3 �-4 CASE N0. C sod ma TYPICAL APPLICATION w2o-1 t �/ OF TRAFFIC CONTROL AROUND A_WORK AREA q_w NEAR AN INTERSECTION. ONE LANE CLOSED — — — — — — — _ _ `KEY TD ADVANCE SIGNING pISTANqjrq t - NOTES: C' , 500. 1. SIGN PLACEMENT SHOWN QJ CASES 18 AND 19 TYPIFIES RURAL APPLICATIONS. URBAN APPLICATIONS RECUIRE THE ROAR CARD) SI RIRQT ROAD ROAD GNS TO BE PLACED WITHIN ONE,ORROAD s%W fY DEfOLR( tR DETOIIN OR C.ORm ■mt•1r■�r CIDSED Cl06ED PERHAPS TWO,BLUCI . SOOpr AHEAD ANGD NN-3 tLO sDD Ef � CASE NO. 20 2• TRICK-AMTED ATTEWATmRS (TMA) WTIGNAL FOR Nu 2 TYPICAL SIGNING ALL CASES AS DETERMINED BY BE ENGOFERR. W20-2 W20-2 W20-3 �, W20-3 W20-3 FOR ROAD CLOSURE Nome: RdTro1CltConstDeld1sO1.dw Dote: Comments Init. of TrOn3portolion Scale: Vert. Scale: um s— simt O u ". ce. sos51 Sits P': 0100 Boi/a.arE �� 070-050-212e O070-050-210e Co x -80tz2 -1275 I Region 4 PJG Cltyof Fort Collins As Constructed No Revisions: Cay o1 r 2e1 .. wrq. �wnw. cores, Revised: Designs Oetailer. (97 I070) 221-elO50 S Void: ... - ROAD 'HYPE ' DISTANCE A BETWEEN B SIGNS C URBAN c=40 MPH)100 !00 100 URBAN a=45 MP 35D 350 350 RURAL 500 500 500 EXPRESSWAY/FREEWAY 1000 1500 2840 TRAFFIC CONTROLS HIGHWAY CONSTRU( S-630-1 Subset Project No./Code STU M455-095 17306 oR 19 Sheet Number 137 2-PHASE VMS ,W SPECIAL OR 2-PHASE VMS LEGEND • TEMPORARY YELLOW I CLOSED ,,©,., ADVANCE WARNING FLASHING OR EDGE LINE E5-2a TYPE 111 SEQUENCING ARROW PANEL C1 (ON BARRICADES) BARRICADES ♦ THESE DEVICES ARE 0?i1DNAL THEIR NEED Nl7/ LM OP® 1r® '\ i„ ARRO,p 1� i,,� MMI PANEL TRAFiIc W20-1 R52-6o R2-I(X%) � W20-5a(L) R2-I(XX) Lou W4-2N PANEL v wrsr W4-20L) R3-76 CASE N0,21 TYPICAL APPLICATION FULL CLOSURE, MULTILANE FREEWAY n7 GLIDED TFMPORARY WHITE rE7j 7A I.• PAN. EDGE LINE (ON BA IN CARES) (lTV BARRICADES) R52fib ------------ --�� WILL BE DETERMINED BY THE DESIGNER BASED ON DETOUR DESIGN AND/OR SCOPE OF THE CONSTRUCTION ACTIVITY, AAD ARE REQUIRED y WHEN THEY ARE INCLUDED IN THE PLANS. _ — y • REQUIRED WHEN WORK OM PIES THE rrr� LOCATION FOR MORE THAN 3 DAYS. ■ CHANlELf2INC DEVICE: FOR TYPE OF .y DEVICE BE SEE THE ICE USED TRAFFIC E SCHEDULE 120' OF T ON CONSTRUCTION CONTROL DEVICES INCLUDED IN THE PLANS, ti '--- TYPE III BARRICADE DIRECTION OF TRAVEL MEASUREMENTS FOR THE LANE L TRANSITION TAPER LENGTH: REDUCTION SHALL BE MEASURED FROM THE STRIPED GORE POINT. L = MINIMUM LENGTH OF TAPER SPEED 45 APH OR MORE: L = S x W ame SPEED 40 MPH OR LESS:L = Nmxe S = NUMERICAL VALUE OF SPEED LIMIT R52-6o OR B5 PERCENTILE SPEED W - WIDTH OF OFFSET SHOULDER TAPER = 1/3 L Al' EGEND(S)SHSiOUD BEEL�IFIED i0 FFIT THE SITUATION. - FLASHING BEACON xxmxx "IT cnm 1000CLOUum F lonl OIT • EXIT EUOT rice a pASED ix soNt It" zoNe TEMPORARY WHITE �E5-2a E5-20 �1e X SPECIAL OR R52-6o EDGE LINE (ON BARRICADES) (ON BARRICADES) R52-0h 2-PHASE VMS I TYPE m 264pP I5OD' I., 650-TAPER 1320' BARRICADES E c 500' S00' 500' 500, ♦ BAJ ICAm0E5 � CASE NO. 22 CASE NO.23, 4A) I:, ARROWPAWL TYPICAL APPLICATION TYPICAL APPLICATION CONTINUOUS LANE RAMP CLOSURE, MULTILANE FREEWAY SIMPLE RAMP CLOSURE, MULTILANE FREEWAY W20-5(R) W4-201) WANK IOKE G20-5 NOTES; 1. NOTICE OF EXIT CLOSURE SHALL ALSO HE GIVEN IN ADVANCE OF THE PREVIOUS EXIT TO PROVIDE MOTORISTS WITH TIE OPTION TO 1NRm ♦ EXIT AT THAT LOCATION. R2-1� ADDITIONAL 2. ADDITISILTING TO REDIRECT DETOURED TRAFFIC SHALL BE PROVIDED FOR IN THE PROJECT'S METHOD OF HANDLING TRAFFIC. 3. FOR LONG TERM SETUPS A BLACK ON ORANGE 'EXIT CLOSED' (E5-2a) PANEL SHALL BE MOUNTED DIAGONALLY ACROSS ALL EXISTING I GUIDE SIGNS THAT PERTAN TO THE CLOSED EXIT. Print Dote: i0 is o9 p O O Sheet Revisions Colorado Department City of of Tronsportotion FOft CoRinS Or uzos«wraSv«rr /"• aree4y Ce. e061 PI— 970-350-212e C:H a Pen C—. rex: c2o-2so-2roe 2.1 x, Cy,ryr e,, ran wew. co. Region 4 PJG (e70) 22r-seas 9 As Constructed TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION S-630-1 Project No./Code File Nome: RdTrolCIlConstDelailsOl.drg Dote: Comments I Init. No Revisions: STU M455-095 THoriz. scale: Vert. scale: E rrpa Revised: Designer: COOT truclure 17306 Deloiler. COOT Numbers wl, p� &Pma.«• WC eo237 exam: 303-22r-727! Void: Sheet Number 138 $heel Subsel: TCCDetoils Subset Sheens: 10 0l 19 I W2H LEGEN 4— DIRECTION OF TRAVEL WORK G203a ZONE G20-5WORK 020-5 • THESE DEVICES ARE OPTION& THEIR NEED ADDITIONAL SIGNS SHOULD SE WILL BE DETERMINEDBY THE DESIGNER BASED SPEED ON DETOUR DESIGN AD/OR SCOPE OF THE ADDED AFTER ALL ACCESSES yn 7 R2-X FPSCIO R2 b THAT FEED SIGNIFICANT TRAFFIC C( IRUCTfON ACTIVITY, ND IRE REDIIIIIEp `Zi TO THE HIGHWAY. �J,� W)ffN THEY ARE IN0.lAE0 IN THE PLANS. SIGN SEQUENCE IS THE SAME \ ` 'St FLASHING BEACON FDR THE OPPOSITE DIRECTION t/ J � i VARIES 500. VARIES LINITS cr ACTIVE WO I ) a 020-5 ZOE G20-5 ONE G20-5 SPEEDNFB � R2 0 R2-1 ��LI//MyyB R2-1fX70 M TO-BE,PROVIDED EVERY R52fia BYWT E AS DIRECTED ARE TED R ACED SHALL BE A STEP-DOWN SPEED S REQUIRED WHEN PLACED W B MORE THEE IS MORE THAN A IS MPH DIFFERENCE THE SOa BEFORE BETWEEN THE NORMAL On LIMIT AND THE THE FIRST SPEED LIMIT SIGN ARRAY. CONSTRUCTION ZONE SPEED LIMIT. ZDE ~ DOUBLE FINES NOTES, H H H H CH 1.500! �I 2- -I- 'I CONSTRUCTION RELATED HAZARDS 500, 50a ` 1. SIGNS SHALL NOT BE PLACED SOONER THAN FOUR HOURS BEFORE WORK S TO BEGIN AND SHALL BE REMOVED AS SOON AS WOW ACTIVITIES ARE CONCLUDED, CARESS POTENTIAL HAZARDS INTRODUCED AS A RESULT OF THE WOOF ARE STILL PRESENT AT THE END OF THE WOAD DAY. IF SIGNS ARE LEFT IN PLACE AFTER WOK ACTIVITIES, THE TRAFFIC CONTROL SUPERVISOR SHALL MAKE AN ENTRY IN THEIR DAILY DIARY THAT JUST[iIE THEIR USE. "HAZARDS" INCLUDE BUT ARE MDT LIMITED TO: /\) 0 KYZ SPEED PA EDGE UROPi OFFS EDUIPBENT EMtl ERS AR NON-SKO:LDED OBJECTS IN THE CLEAR ZONE ROUGH PAVEMENT FINES CONTIWICIDK LIMIT 00lhYE 7HlAN0 Yq1 IN WOW 514 xx ZONE G20-ID R2-tt1O} R52�b RMJWOREDUCED D SHOED ALIGNMENT REWCED SHOULDER WIDTH DTH TEMPORARY GUARD RAIL OR BARRIER LANE CLOSURE .. 2. "FINES DOUBLE" SIGNS SHALL ONLY BE PLACED WHERE WOKERS ARE PRESENT IN THE ROADWAY OR CLEAR ZONE OR ARE AT RISK, OR WHERE THERE ARE HAZARDS IN THE TRAVELWAY, S ULDE iS OR CLEAR ZONE. 3. "FINES DOUBLE" SHOULD BE PLACED SO THAT MOTORISTS IMIEDUTELY ASSOCIATE THE SIGNS WITH PRESENT WORK ACTIVITIES. IF THE ZONE OF WORK ACTIVITY MOVES, THE SIDS SHOULD BE MOVED ACCORDINGLY. 4. SIGNING SHOWN IS REDUARED TO ENFORCE ODIBLE FINES IN A WOW( CASE NO. 24INO .ADDITIONAL SIGNING SHALL BE IN ACCORDANCE WITH THAT NDRRUA.LY REWIRED FOR THE PARTICULAR WORN ZONE. PLACEMENT IF TYPICAL APPLICATION OTHER SIGIFTNIESNING REo REDMFOR BE THE �CIFIC WORK PROVIDE SETUP. A MINIMUM seaSPACINC BETWEEN "FINES DOUBLE IN WORK ZONE" SIGNING (WITH SPEED REDUCTION) Sheet Revisions Colorado Deportment Dote: I Comments H"it. of Transportation � 10 T �W 4sy"con0 msi� O Groh: 010-350-x9x6 O FM: 970-7511-319e O Region 4 PJG Cityof As Constructed � t Collins No Revisions: cry Gi mn CGrcm Revised: xa .. way. r.,,v.co ran c (sm221-) xxi-esos Void: TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION S-630-1 COOT Structure _ COOT Numbers lbsel: TCcoetaiisl Subset Sheets: STU M455-095 17306 oM ty Sheet Number 139 NOTES: q .STALL NEW SIGN POSTS �IND RELOCATED SIGN PAN�Dl UASS.. REMOVE ONFLICTING TRIIII',AVEM NT MARKING LIMOVALS INDICATED BY THE C SYMBOLS. 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. S. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. STA 28+28 8. 9' Lt BEGIN LANE TRANSITION STA 31+37 84.75' Lt MATCH EXISTING STRIPING FRINSTALL DO NO DISTURB STA 28+28 74.28' t R4-4 I------"----"1 BEGIN LANE TRANSITION STA'31+37 76.75' Lt STA 33+33 00.00' Rt �`7 MATCH EXISTING STRIPING STA 33+25 12,00' Lt r1 •a' STA 29+56 10.45' Rt 8" WHITE DOTTED LINE / STA 33+33 12.00' Rt `1`•11 w 4" WHITE SOLID LINE MATCH EXIST��7``, iz BEGIN LANE TRANSITION 8" WHITE SOLID LINE 4� Ro Ni II ING STRIPING a'� xi (�� Lx 8" WHITE DOTTED LINE STA 30+29 01.42' Rt . \�� SOLID LINE f,� 4" WHITE BROKEN LINE 4" WHITE SOLID LINE DO\OT DISTURB L---------�\ EXISTING ROW ....... ............ . .. ..... \ — _ — — 0 ..... .....- - -- O 00 — EAST HARMONY ROAD (WESTBOUND) _ — — — — N =2036' n m -- PROPOSED EDGE < N _r � OF PAVEMENT __ — In WHITE SOLID LINE _ _ — — v . _ _ _ _ _ _ _ _ _ _ _. _ _ _ _ _ _ _ _ L _ _ — 12 - "I + I 7 00 29+00 12' U v 2. EAST HARMO�ASTBOUN _ 12 12' ..... - - -- ti! -- _ — _ _ _ _ _ — _ — —. STA 32+16 3.29' Rt— R=7994• STA 32+19 15.27' Rt R=2024' 4" WHITE SOLID LINE TA 28+24 R I R=2000' STA 32+19 27.25' Rt R=2012' I 1 8" WHITE SOLID LINE 7 BEGIN LANE TRANSITION STA 32+20 35.24' Rt / MATCH EXISTING STRIPING / STA 33+33 24.00' Rt WHITE PAVEMENT MARKING (TYP) 4" WHITE BROKEN LINE i 8" WHITE DOTTED LINE �_ Ir STA 33+33 32.00' Rt j STA 32+77 31.82' Rt REMOVE 4" WHITE SOLID LINE j EXISTING EDGE � OF PAVEMENT (J1 _ om DO NOT DISTURB R= 000 =19 R1992' REMOVE & RESET R4-7 I OM1-2 REMOVE &RESET R4-4 g Print Dole: 12 07 09 O (� Sheet Revisions Colorodo Deportment City of of Tronsportation Fort Collins 1+2o SKOM 51.„1 7i�% GreNey. Co. 806]t � ��� Pnom: 9)0-050-2R6 rVNol Pon Lon,.. Pwr. 9)a-335-2196 291 . Col Pon C—c co �� Re ion 4 PJG (970) 221-6sos 9 As Constructed SIGNING AND STRIPING PLANS EASTBOUND STA. 28+00 TO 35+00 ' Project No./Code 9 File Name: Si n5tripepl^02.dwg Dote: Comments Init. No Revisions: STU M455-095 Horiz. Scale: Vert. Scale: 12/04 09 SIGNING BY CONTRACTOR LLM • t �601 O7L IiouMv910 Revised: Designer: ELF Structure 17306 0etoiler: MTA Numbers p s0. 100 k o. Kr. co eoz3 P- 303-221-7275 Void: Sheet Number 78 Sheet Subset: SNS Subset Sheets: 2 of 10 • f • • WOW ,WAR(. C20-5 ZONE ZONE G20-5 A SMID >6Pao A fl2-IOnD Xx M R2-1000 SEE ENLARGED DETAILS J ORlDMS \ @EGw Aa AHEAD FLASHING NOT 36W1-0(L) RaC� RII-2 ® zoo W20-1 W20-2 R52-0a WI-460.) PASS R4-1 W4-IO(L) B MSISL a MOW TYP ON BARRICADE (TYPE 3M-0) (TEIP) LEGEND ♦WI3 1(%X) • CHAN ELIZINd DEVICU FU R TYPE OF DEVICE TO BE USED, SEE SCHEDULE OF TRAFFIC CONTROL DEVICES 4 INCH INCLUDED IN THE PLANS. CENTER TYPE III BARRICADE LIKES CENTER EXPANSION - CONCRETE BARRIER (TEMPORARY) J. 4, 'OORT : FLPGGER �j , 1"t DIRECTION OF TRAVEL ®WORK AREA �4n L TRANSITIUN TMER LENGTH: CHARNELIZING L = MINIMUM LENGTH OF TAPER, FT. DEVICE BASE SPEED 45 MPH OR MORE: L - S K W •• UPACT ATTENUATOR SPEED 40 MPH OR LESS:L = 6�0 TYPICAL 2-WAY ZONE. STRIPING CONCRETE BARRIER (TEMP) "R -7 (TEMP) S = NUMERICAL VALUE OF SPEED UNIT OR 85 PERCENTILE SPEED W = WIDTH OF OFFSET, FT. A = TOO- (LO 3� 35 MPH AND LESS) C = taa (URBAN, 35 MPH AND LESS) rn 40 MPH AND GREATER) d �AEf 40 MPH AND GREATER) I,OOD(EXPRESSWAY / FREEWAY) 2,640-(EXPRESSWAY / FREEWAY) B = 100- (URBAN, 35 MPH AND LESS) 350PW A +0 MPH AND GREATER) 5001(RIRAj I,SOa (EXPRESSWAY /FREEWAY) a CONTINUOUS CONCRETE BARRIER MAY BE CZ CLEAR ZONE (SEE GENERAL NOTE 16). SUBSTITUTED FOR CHMWELIZING DEVICES (TEMP) • THESE DEVICES ARE OPTIONAL. THEIR NEED WALL BE DETERMINED BY DETOUR DESIGN AND/OR 00 THESE ITEMS ARE NOT REWIRED WHEN CONTINUOUS CONCRETE BARRIER IS USED FOR CHANN ELRATION. SCOPE OF CONSTRUCTION ACTIVITY AND ARE REOUORED WHEN THEY ARE INCLUDED IN TFf ® TRUCK MOUNTED ATTENUATUR (TAW CONCRETE RER. (TEMP) 12' IT SCHEDULE "ff CONSTRUCTION CONTROL DEVICES. tAw o No VARIES BUFFER SPACE (SEE GENERAL NOTE 21). CASE NO, ZS •M25-IA ® IMPACT ATTENUATOR AS DETAILED ON THE PLANS TYPICAL APPLICATION 4aRs-1 FLASHING BEACON SHIFTING OF ONE ROADWAY ON 4—LANE DIVIDED HIGHWAY (TYP.) L �soo'-�-Soa-�-soa Rll-2 PASS 1M . yP® ■ITN DRD�AaF 0°rt' uwrt MOUNT ON BARRICADE CARE N MaWt 71WIX6 YW a (TYPE 3M-0) (TEMP) 710PE fi66Gt8♦i� •6R4-7 R4_2 R52-5b G20-10 R2-IDDO «IMPACT ATTE"TOR /'TEMPORARY SOLID 1-1 (—% l 4" WHITE LINES END SEQUENCE TEMPORARY SOLID 4° WHITE LINES DEVICES(TEEAP) Print Date: 10 1s 09 Sheet Revisions Colorado Deportment City of As Constructed File Nome: RdTrofCtlConslDetoitsO2.dw Dote: Comments Init. of Transportation Fort Collins Horiz. Scale: Vert. Scale: Q )T)% 1.2o s«oro sv«i /`�- �' No Revisions: WeeYr Co. 8163r _ Vnww: G]D-350-1136 CDr con come, r •e01 DTC Bwh are a.-'or00 80237 'S' 3011-221-ins -- --- O O •=��- W: 11-111-1111 Region 4 PJG 9 of 281r.. C.. Co "a• (•)0) 221-6605 Revised: Void: CHAiELIZING DEVICE (TEMP) AT 6a SPACIN4t a 4*R4-7 WIihR TEMPORARY SOLID DOUBLE YELLOW 4" LIES TEMPORARY SOLID TEMPORARY SOLID WHITE 4' EDGE LONE YELLOW 4" EDGE LINE TRAFFIC CONTROLS FOR Project No./Code HIGHWAY CONSTRUCTION S-630-1 STU M455-095 Designer: CDOT Structure 17306 Deloiler. COOT Numbers Sheet Subset: TCCOelails Subset Sheets: 12 of 19 Sheet Number 140 ♦ A A AL _.. '11 Q9l6 A im RIRXT -- CIMELIZING DEVICES rwreWy 21 Sa OR BARR>t� LIGHTS (OPTIONAL) R5zea wu3a♦W3-5(60) t[ R2-1(60) 3o(1() . ., WI6-2a OR WI6-3o OR CASE NO. 26 W16-RP TYPICAL APPLICATION SHOULDER WORK — (FREEWAY/EXPRESSWAY w/ 65 MPH SPEED LIMIT) WHEN HAZARDS (WORKERS, EQUIPMENT, OR TEMPORARY BARRIER) ARE WITHIN 8 FT OF TRAVEL WAY • 1 1 I H 1 O.SL OLVIELIZING DEVICES aln. SPEED OR TEMFCRARY BARRIER M SHOULDER LIMITS HRH (LIGHTS OPTIONAL) LIAR TDK 65 CLOSED W21-5a '75WE INJJ W20-1 ♦W3-5(85) MILE R2-1(65) R52.6b R2-1(75) W16-20 OR 2 W7-3u00 WIG-30 OR wimp CASE NO. 27 TYPICAL APPLICATION SHOULDER WORK — (FREEWAY/EXPRESSWAY w/ 75 MPH SPEED LIMIT) WFQI HAZARDS (WORKERS, EQUIPMENT, OR TEMPORARY BARRIER) ARE WITHIN 10 FT OF TRAVEL WAY LEGEND ■ CMNNELI DEVICE: FOR TYPE OF DEVICE TO BE USED. SEE I, SCHEDULE OF CONSTRUCTION TRAFFIC CONTROL DEVICES INCLUDED IN THE PLANS. �--� TYPE II BARRICADE I--0-1 CONCRETE BARR)ER tTEMPDRAAY) 117— FLACCER 4-- DIRECTION OF TRAVEL ® WORK AREA L TRANSITION TAPER LENCTFk L = MINIMUM LENGTH OF TAPER SPEED 45 MPH OR MOREL = S ■ W S = NUMERICAL VALUE OF SPEED LIMIT OR 65 PERCENTILE SPEED w = WIDTH OF OFFSET SHOULDER TAPER = V3 L ADV�WFLPAAP46ULNG OR CZ CLEAR ZONE THEIR NEED SHALL BE DETERMINEDDEVICES ARE WHDBBy TRAFFIC VOLUMES AND/OR SCOPE OF CONSTRUCTION ACTIVITY NO ARE REQUIRED WHEN THEY ArE INCLUDED IN THE SCHEDULE O' CONSTRUCTION CONTROL DEVICES. BUFFER SPACE (SEE S-630-1 GENERAL NOTE 21). is REWIRED WHEN WORM OCCUPIES THE LOCATION FOR MORE THAN 3 DAYS. ® TRUCK MOUNTED ATTENUATOR FLASHING BEACON 1w O O O Date: Comments Unit. of Transportotion y 0tyoF Fort Collins 6Q UT W `- 3SO�— �� P per: rwr: 920-350-2 roe 2s... ron cw:., co. Region 4 PJG (070) 221-6605 As Constructed I flAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION S-630-1 Project No./Cod Vert. Sole: No Recisions. STU M455-095 Revised: Designer. COOT lruclure Numbers 17306 Detoiler. CDOT Void: Sheet Number 141 Sheet Subset: TCCoetoilsi Subset Sheets: 13 0l 19 SIGN SEQUENCE IS THE SAME FOR OPPOSITE DIRECTION H t«500500 500 MIEs4 Imo-- 1D560' 264D+( ` 2640' (((1 �i�-2640'looa� 5280' 5280' r� Soo'-�-s00' sao' SPACE -� \ BEGIN ♦ FINES OB E vMRK ZONE G20-5 ZONE G10-5 Arm¢-e s INV/ORK SPO[D . 001 COI6TR1CfgN N5554555655 ZONE unT R2-1(XX) "Off R2-1(XX) R2-1(XX) ROCK R52•-6b i�i� R52 6a SHALL BE �(�( R52-6b 020-10 SCALING X MILES PLACED NOT MORE THAN 5001BEFORE THE FIRST SPEED PLACEMENT OF THESE SIGNS ARE TO BE DIRECTED BY THE ENGINEER LIMIT SIGN ARRAY. BE PREPARED ♦ . ♦� ♦ SCALING 1 MILE TO STOP VMS 20 MINUTE ROCK CLOSUflE SCALING EEPECT DELAYS BE REP ROCK BE W22-50(X) SCALING REP W20-7b LEGEND 3 MILES G20-55(X) 0 STO MILES .STD r" FLADGER W22-50(X) W3-4 W22-50(X) W3-4 r DIRECTION OF TRAVEL A STEP-DOWN SPEED IS REQUIRED WHEN THERE IS MORE THAN A 15 MPH DIFFERENCE CASE NO. 28 ® WORK AEA BETWEEN THE HZSPEED AND THE A4T, CONSTRUCTION ZONEONE SPEED LIMIT. TYPICAL APPLICATION (ROCK SCALING) VMS ROAD CLOSURE.4-LANE DIVIDED HIGHWAY NI � e - ® TRUCK MWRED ATTENUATOR (TMN AT THE DISCRETION OF THE ENGINEER ♦ THESE DEVICES ARE OPTIONAL. THEIR NEED SHALL BE DETERMINED BY DETOUR DESIGN AND/OR SCOPE OF CONSTRUCTION ACTIVITY, AND ARE REOUIRED WHEN THEY ARE INCLUDED IN THE SCHEDULE OF CONSTRUCTION CONTROL DEVICES. BUFFER SPACE (SEE GENERAL NOTE 21 OF S-630-0• - FLASHING BEACON Print Dote: t0 1s OB O 0 O O Sheet Revisions Colorado Deportment Cityof rtotion T Fort Collins I () I �.M 9NaW SIINI ��, G.e Ce. 80411 �' 9.ww;`,iio-3]o-]1]9 o;yNo, fen ceo., fAx: p)0-350-219e ]e1 Mrw. Ton oo9:n. w. Region 4 PJG (9,o) z:1-eeos 9 As Constructed TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION 5-630-1 Project No. Code J File Name: RdTrofCtIConslDetoilsO2.dw Dote: Comments Init. No Revisions: STU M455-095 HCrIZ. $COIe: Vert. $COIe: OTC fiW..orO Revised: goer: Designer: COOT 17306 Detail— COOT Ntumbers Ail. mo Pw.601 onNer• CO =31 rnoe.: w]-2z1-ms Void: Sheet Number 142 Sheet Subset: TCCOetoils Subset Sheets: 14 of 19 0 0 0 •BARRICADES • TEMPORARY WHITE EDGE LITHE -------------------- -�—cow tow I500' 1000. .. j z=�,BUFfER- \ MAX, . SPACE Y \ w�ex MO1 G20-5 � Gj ms,s °� PA7t != KYZ sm R52-Ea tart R2-1(XX RARROW PANEL a1RE n THvinYa XX %fix R4-2 zors eeseesas • fRi,152-6a ACED SHALL BE NOT RE A oo R52-6b G20-10 R2-1(XX) AN 500'BEFORENoE FIRST SPEEDMIT SIGN ARRAY. R4-1 E� W20-1 W20-5(R) W4-2(R) CHANNELIZING DEVICE: FOR TYPE OF DEVICE TO BE I USE BU M6 r0°mr _ • UtSED�SEE THE SCHEDULE O' CONSTRUCTION TRAFFIC usx CONTROL DEVICES INCLUDED IN THE PLANS. IF GONO[SRON "s' " Yusxx W431 A STEP-DOWN SPEED IS REQUIRED WHEN «i°'an nunz - PROJECT A DESIGNATED AS A "SIGNIFICANT BARRIER PROJECT" & W4-50 94ALL BE THERE IS MORE THAN A 15 MPH DIFFERENCE W4-51 tcxc USED FOR CHANNELIZAT(SEE GENERAL NOTE IONN DEVICES (TEMPI AS p BETWEEN THE NORMAL SPEED LIMIT AND THE W4-52 DETERMINED BY THE ENGINEER. CONSTRUCTION ZONE SPEED LIMIT. H TYPE III BARRICADE CASE NO. 29 •- DIRECTION OF TRAVEL TYPICAL APPLICATION, (LATE MERGING) ®WOW AREA ONE LANE CLOSED, 4-LANE DIVIDED HIGHWAY y ADVANCE WARNING FLASHING OR t SEQUENCING ARROW PANEL THESE DEVICES ARE OPTIONAL. TH13R NEED SMALL BE DETERMINED BY DETOUR DESIGN NID/DR SCOPE OF CONSTRUCTION ACTIVITY, AND ARE .( REQUUIRED R0. N THEY ARE INCLUDED IN THE SCHEDULE OF CONSTRUCTION CON8 F1.A4DRG BEACON i • REORRED WHEN WOO( OCCUPIES THE d LOCATION FOR MORE THAN 3 DAYS. 8 MW TRUCK MOUNTED ATTENUATat (TMAJ L TRANSITION TAPER LENGTIt L = MINIMUM LENGTH OF TAPER T SPEED 45 MPH OR MORE L= S x W F E SPEED 40 MPH OR LESS:L = 802 J S = NUMERICAL VALUE OF SPEED LIMIT j OR 85 PERCENTILE SPEED 4 W = WIDTH OF OFFSET } SHOULDER TAPER = 1/3 L f BUFFER SPACE (SEE GENERAL NOTE 21 O' S-63D-U. Print Date: 10 1s o9 Sheet Revisions Colorodo Deportment @$ File Nome: RdTrofCtlConstDetoils02.dw City of As Constructed TRAFFIC CONTROLS FOR Project No. Code Dote: Comments snit. of Transportation Fort Collins HIGHWAY CONSTRUCTION I Noriz. 5coie: Volt. state: S-630-1 STU M455-095 Q m s«aa s�«i No Revisions: Q _ w- 97ia-lso-195 pesi er: COOT eoi boa cra: s�o-Aso-zres c'h ^' +^n c+"^+ Revcsed: 9n Structure 17306 r sw. mo Q ze w. cm.y. wmv. S ter' CO °01- O Region 4 PJG is°".) 221"-'e m Void: SheeDetait Subset: TCCOeloas NSubset Sheets: 15 of 19 Sheet Number 143 anon.: wx-z237 LEGEND NYLTMAIGVEAITSOR O 360-DEGREE YELLOW FLASHING UENCQis,"r ELOWFLSINVEHICLE LIGHTS STROBES. ® ADVANCE WARNING FLASHING OR SEQUENCING ARROW PANEL. ® VARIABLE MESSAGE SIGN (VMS). WHEN VMS IS USED, THE "51MOER CLOSED' SIGN BECOMES OPTIONAL. THE "PICK-UP VEHICLES" OR -WARNING VEHICLE- MAY ENCROACH INTO THE TRAFFIC LANE WHEN THE SHOULDER IS TOO NARROW TO DRIVE ON. IF TRACKING ff THE WET PAINT IS ANTICIPATED,THE USE OF COIFS OR STATIONARY "WET PANT" SIGNS SHALL BE POSTED. • THE VARIABLE SEPARATION DISTANCE BETWEEN THE "CONE PLACEMENT VEHICLE' AND -COTE PICKUP VEHICLE" SHALL BE DETERMINED BY THE TRACK DRYING TIME OF TIE PAVEMENT MARKING MATERIAL. FOLLOWINgJaA FOR WARNING G hMT POSTED WI SPEED LIMIT FOLLOWING DISTANCE(FEET) 0 - 30 250 - 550 35 - 40 325 - 700 45 - 50 600 - 900 55 750 - 12DO 6o - 65 1000 - 1400 70 - 75 ] 200 - I600 SIGNING GRGUP PICK-UP GROUP APPLICATION GROUP WAA���Q[NG CWICKUP_ _ CONE PLACEMENT _ PAVE��NT M/�[NG �► SIGING VEHICLE — — — — — YEHTCLE — VERICLE — YEHI(YE A4LIC)ITION VFAICLE _ 7 • FOLLOWING VARIABLE - DISTANCE A ® a ARROW PANEL (UPTIONA.) ARROW PANEL SHWLDER CASE NO. 30 aosED TYPICAL APPLICATION MOBILE PAVEMENT MARKING ZONE MOBILE SHOULDER CLOSURE SIGNING GROUP PICK-UP GROUP APPLICATION GROUP ♦— SIGNING VEHCLE WARNING CORE PICKUP CONE PLACEMENT VEHICLEAPPLICA HICLE _ _ _ _ _ _VEHICLE Nftf2 —i IVEHICLE _ _ FOLLOWING I I VARIABLE VAS 111411111111111111 L—J LJ PLAT CAR Ell PANE • VMS raLa ME Its ffF VMS CASE NO. TYPICAL APPLICATION* • USE CASE 29 IF SHOULDER ON CASE 28 IS TOO NARROW FOR CMOBILE PAVEMENT MARKING ZONE CROUP VEHICLE USE. CENTERLINE STRIPING ON TWO LANE UNDIVIDED ROAD 8 Print Dale: 10 Is 09 1 C� Q 1 Sheet Revisions Colorodo Deportment CHyof of Tronsportotion FortCottins _ )f.Ar c.:s7K gei� �r" �. ��� v1w,w: 9To-3'A-2+28 c9 No1 Fon coo„, F- 970-350-2198 2e1 . Ca m•Imrt» Fwl„q, f'"'� Region 4 PJG (910) n1-8805 9 As Constructed TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION S_630-1 Project No. Code $ File Name: RdTrofCtiConstDeloilsO2.dwg Dote: Comments Init. No Recisions: STU M455-095 Horiz. Scale: Vert. Scale: t •6a1 DTC BaA•."r" Revised: Designer: CBOT Structure 17306 Oetailer: CBOT Numbers 7 s:l• zoo Dem•r, Co $0231 v"w: 303-221-2215 Void: Sheet Number 144 Sheet Subset: TCCDetolls Subset Sheets: 16 of 19 9 0 0 SIGNING GROUP VEHICLE WITH TRUCKJnINTED ATTENUATORS (TMN TWO MD-OEGREE YELLOW FLASHING BEACONS, SIGNING AND YELLOW FLASHING VEHICLE LIGHTS OR STfmBiS. — Ff ADVANCE WARNING FLASIM OR SEQUENCING IRRDW PANEL. — ® F.M� PORTABLE VARIABLE MESSAGE SIGN (VMS). WHEN THE VMS IS USED, THE 'SHOULDER CLOSED' (W21-SaX) OR W21-5bX), AND "RAF CLOSED AHEAD" SIGNS BECOME OPTIONPL. THE "CONE PICK-UP VEHICLE" OR 'WARNING VEHICLE" MAY ENCROACH INTO THE TRAFFIC LANE WHEN THE SHOULDER IS TDO NARROW TO DRIVE ON. i — • IF TRACKING OF THE WET PAINT IS ANTICIPATED, THE USE OF CONES OR STATIONARY "WET PAINT" SIGNS SHALL BE POSTED. THE VARIABLE SEPARATION DISTANCE BETWEEN THE "WANING VEHICLE" AND 'SIGNING VEHICLE' sf. SHALL BE DETERMINED BY THE TRACK DRYING TIME OF THE PAVEMENT MAKING MATERIAL / WIT OR amnia MINT IOt 1LLlUC P T 250 - SW 35 - 40 325 - 700 45 - 50 600 - 00 55 7. - 1200 60 - 65 1000 - 1400 70 - 75 1200 - 1600 APPLICATION GROUP E PICKUP GROUP — _ VEHICLE — ' �♦ QE CPLACEMENT PAVEMENT MARKING — — — I — — — —VE CL — . V AF L-_ T ON VEHICLE VARIABLE* I NNiOW PANEL � OR OR DR � ARROW PANEL 0® " •® ® No CASE NO. 32 ® TYPICAL APPLICATION MOBILE PAVEMENT MARKING ZONE LANE LINE STRIPING — CENTER LANE TIPERATTTIN-S MULTI -LANE DIVIDED ROAD am NO ARjR (OPTIONAL) OR A RAMP ROHT CLOSED 9HI1LD8N AHEAD CLOSED W21-W Date: Comments Irit. OI TfOnSpOrtotion ��� Glwn: 81a-33a-]1]6 O Mn: 970-350-219e O Region 4 PJG A® CASE NO. 33 TYPICAL APPLICATION MOBILE PAVEMENT MARKING. ZONE MOBILE RAMP CLOSURE - EXPRESSWAY/FREEWAY MOTES. L THE THE SSGNING VEHISI LE WAY ENC TR D I O THE TRAFFIC LANE WHEN 2. IF THE RAMP CANNOT BE REOPENED WITHIN 15 MINUTES, USE CASE NO.22 OF THE S-630-1 STANDARD PLAN. CNyof As Constructed TRAFFIC Fort Collins HIGHAN No Revisions: 61c:y a r.n CarM. Revised: Designer: 2N. Ctl4q. •rrraw ron Conan, co. Detoiler: (s70) 221-eeos Void: Sheet Subset: TCCI 630-1 Subset ON FOR Project No./Code FION STU M455-095 17306 :ets: 17 of 19 Sheet Number 145 LEGEN VEHICLE W17H TRULIWIOIITED ATTENUATORS (TMA) TWO 36D-DEGREE YELLOW FLASHING BEAMNS, AND YELLOW FLASHING VEHICLE LIGHTS OR STROBES. �,• ADVANCE WATOG FLASHING OR SEOUENCIHG ARROW PANEL. PORTABLE VARIABLE MESSAGE SIGN (VMS). WHEN THE VMS IS USED, THE 'NIGHT LANE CLSED AHEAD" (W9-3)0 SIGN BECOMES DPTIONAL. THE "CONE PICK-UP VEHICLE" OR 'WARNING VEHICLE" MAY ENCROACH INTO THE TRAFFIC LANE WHEN THE SHOULDER IS TOO MARROW TO DRIVE ON. P F N T 0 - 30 250 - 550 35 -40 325 - 700 45 - 50 600 - 900 55 750 - 1200 60 - 65 1000 - 1400 70 - 75 1200 - 1600 ■ PICK-UP GROLP APPLICATION GROUP VEMENT CONE -PICKUP— — C OLEIENT APPLICAT{ON NINQE — —� — — — VARIABLE FOLLOWING DISTANCE TRUCK-MTED ADVANCED WARNING FLASHING OR SEQUENCING -ARROW PANEL (C TYPE) AND TRIICK-MOUNTED IMPACT ATTEMMTOR (TYPICAL) I IDxr AQAD CASE NO. 34 TYPICAL APPLICATION W9-3(R) w A NOT FOR USE ON FREEWAYS W9-300 (OPTIONAL) W9-300 1 • ..1 I ...l L..i (OPTIONAL) °A7E° CASE N0.35 TYPICAL APPLICATION W9-3(R) MOBILEOPERATION OF LE CLOSUREOF MULTI —LANE RD NOTES 1. 1N ROADWAY WHERE THE AADT 15 2,000 OR LESS,A SINGLE WORK VEHICLE WITH APPROPRIATE WARNING DEVICES ON THE VEHICLE MAY BE USED. 2, RADIO COMMUNICATIONS BETWEEN THE WORKCREW AND THE MOVING BLOCKADE.ARE REDUIRED TO ADJUST THE BLOCKADE TO INCREASE OR DECREASE THE CLOSURE TIME. RELEASE TRAFFIC ONLY AFTER CONFIRMA71ON THAT ALL WORKERS AND THEIR VEHICLES ARE CLEM OF THE ROADWAY. 3. IF iPPL1CABLE ALL RAMPS AND ACCESS BETWEEN THE MOVING BLOCKADE AND WORK OPERATEON AREA SHAD. BE TEMPORARILY CLOSED USING TRAFFIC CONTRA EQUIPMENT AN PERSONNEL: EACH RAMP NJST REMAIN CLOSED UNTIL THE CREW DOING THE WORK GIVES THE -ALL CLEAN" SIGNAL OR UNTIL THE FRONT OF THE MOVING BLOCKADE PASSES THE CLOSED RAMP(S) . 9 Print Dole: 10 is o9 Q O (� Sheet Revisions I Colorodo Deportment Cttyof of TronSportot'IN FortCollinS - )!)] +•2e s«o"e $v«, �`�`�� c...aY, co. eos]+ . ��� vm".: sao-sso-nxe Ca F.n Cod". Te+ N. Ca4q• �.•nu. F.n c•n:".. co. Region 4 PJG (970) 22+-6505 9 AS Constructed TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION 5-630-1 Project No. Code J $ File Nome: RdTrofCllConstOeloils02.dw Dote: comments Init. No Revisans: STU M455-095 Horiz. Scale: Vert. Scott: ' •6oi OTC 0.anor0 Revised: Designer: COOT Structure 17306 Delouer: coot Numbers i 0 . goo 8 P« Coe 21- nno+w: bJ-2x+-)x]5 Void: Sheet Number 146 Sheet Subset: TCCDeloils Subset Sheets: H8 of 19 0 G20-1 02014 G20-5 G20.10 G20-5500 M4-0( ) Y4-10( ) R2-l( ) R2400 R4-I R4-2 RI-2 RU-3 R -4 R52ia R52-Sb W-I( ) W-2( ) W-3( ) WI-4( ) Wes( ) W3-2 w3.4 W4-2(R w450 W4i1 W4-52 WS-1 W5-b W" Print THESE SIGNING NOTES FOq TYPICAL SIGN lISE AAND IMNINA QUICK REFERENCE CONSTRUCTION ZONES "ROID/WaR /NEWT MIX MRM' - THIS SIGN MALL BE ERECTED AT THE LIMITS OF ANY ROAD CONSTRUCTION OR MATKIIENAIE PROJECT OF NOE THIN TWO W MILES N LENGTH WHERE TRAFFIC IS MAINTAINED THRUM TIE PROJECT. 'PRAT CAR/FLLLOW ME' - THIS SIGN MULL EE MOUNTED IN A COSPICIIOS POSITION ON THE REM OF A VEHICLE USED FOR GU DDK) OE -WAY TRAFFIC THROUGH OR ARDIM THE PROJECT. 'WOK ZONE" - THIS SICK SHALL BE MOUNTED JUST MOVE THE WOK ZONE SPEED UNIT SIGLS PRIOR TO THE WOK ZOE AEA THINK YOU SIGN - THIS SIGN SHOULD BE ERECTED APPROOMATELY SOU FEET BEYOND THE END OF THE PROJECT. THE I }�9 E EKP L D LAAS' - THIS SIGN IS INTENDS FOR USE 500 FEET PAST SITUATE, PRU DS 1 USHORT OWUFOR i y1EDpE�, hM RnA IVELT SORT DISTANCES. R A NOf NECESSARY TO SNOW ROUTE YAWNERS Tll GLIDE TRAFFIC ALONG THE DETOUR AND OMX TO ITS NRHORI ED ROUTE. 'DEFER ARREW° - THIS SIGN SHIJ LD BE MOUNTED JUST BELDW THE ROAD CLOSED SIGN AT THE POINT WHERE THE DETOUR ROADWAY OR ROBE HAS BEEN ESTABLISHED DIE TO TIE CLOSURE OF THE STREET OR HIGHWAY TO THOUGH TRAFFIC. 7FE DiDIR DRK�AREA THESE WITHSIMS THE E OVEROpTO DUCE TRAFFIC SPEED IN ADVANCE OF "SPEED/LT ITAX" - THIS SIGN IS INTENDED FUR USE 500 FEET PAST THE 'THINK YOU' SIGN TO BRED TRAFFIC BACK TD URIGBIAL POSTED SPEED. 'IBC NOT PASS" - THIS SIGN SHOULD BE RILED AT TRANSITWN TAPER POINT. 'PASS WITH CAFE' - THIS SIGN SHMI D BE PLACED AT TRANSITION TAPER POINT. 'ROAD/LLOSED' - THIS SIGN IS TO BE MOUNTED)014 THE BARRICADE THAT IS PLACED BOW THE WONK 2QE ENTRANCE TO PROHIBIT TRAFFIC FROM ENTERING THE WORK MBE. 'ROAD QISED/X MLES NEADA..TD.- THIS SIGN SHOULD BE RACED WHERE THROUGH TRAFFIC MOST DETOUR TO AVM THE OSIPE OF THE ROM SOME DISTANCE BEYOND, BUT WHERE THE ROAD IS OPEN TO LOCH TRAFFIC UP TO THE POINT IF CLUSUIE. 'ROAD TRAFFIC" FOR URBAN USE - THs SIGN SHTAD BE RACED WHERE THROUGH TRAFFIC MUST DETOUR TO AVOID THE CLOSURE OF THE ROAD SOME DISTANCE BEYOND, BUT WHERE THE ROAD IS OPEN TO LOCAL TRAFFIC UP TO THE POINT OF CLOSURE. 'BEGIN FOES ORIOLE N WOK ZONE' SIGH S RAID AT THE BEGINNING OF TIE ADVANCED WARNING AREA OF THE TRAFFIC CONTROL ZONE. 'END FINES DOUBLE N WO6f 20NE" SIGN IS PLACED AFTER WORK ZONE AREA, PAST DOWUSTtEAII TAPER SECTION. 'TURN ARROW' - THIS SIGN IS INTENDED FOR USE WNW ENCIERID NYESTIGATIGNS 1 ROADWAY CONDITIONS SHOW THE RECOMMENDED) SPEED ON THE TURN TO BE 30 YRR OR LESS.* 'CURVE AWOW' - THIS SIGN IS WENDED FOR USE WHERE DRIEEFRING INVESTIGATIONS OF ROADWAY CONDITIONS SXDY THE RE CAVE TO BE IN THE RANEE BETWEEN 30 AND 60 MOLES PER HOML � SPEED ON THE C 'REVERSE TUN ARROW' - THIS SIGN IS INTENDED FOR USE WERE TWO TUNS OR THE CRVE AND A TURN N OPPOSITE DIRECTIONS ARE SEPARATED BY A TANGENT OF LESS THAN ODD FEET. 'REVERSE CURVE ARROW - THIS SIGN IS INTENDED FOR USE WIEIETIy0 CURVES IN OPPOSITEDIRECTIONS ARE SEPARATED BY A TANOM OF LESS THAN NoFEET-1 'ARROW' - THIS SIGN MXO BE WIND JUST BROW THE ROAD CLD4D SIGN AT THE POINT WHERE THE OIVERSIM HAS BEAN ESTABLISHED DUE TO THE LANE Q09JW 'TIEU) MEAD' - THIS SIGN 15 BrtEIDED FOR USE AT THE APPROACH TO THE YIELD SIGN THAT IS NOT VISIBLE FOR A SLFFIIENT DISTANCE TO PERMIT THE DRIVER TO BRING HISVEHICLE TO WN A STOP AT THE YIELD S, 8 PREPARED TO STOP" - INS SIGN TO BE PLACED 1.5 MOLES N ADVANCED OF A FLAGGER. 'LEFT (RIGHT) LINE TRANSITION SYMBLL' - THIS SIGN S INTENDED FUR USE N ADVANCE OF THE w ATOD(N THE NUBER 1 TRAFFIC LINES IN THE DIRECTION IF TRAVEL ON THE YLTELME 915E BOTH LANES DURING CO GESTIOM - THIS SIGN IS INTENDED FUR USE IN ADVANCE OF THE WOAD WOK X ROE' ADVANCED WARNING SIGN. 'USE BON LAMS TO MERGE POOR' - THIS SIGN 15 INTENDED TO DIRECT MOTORISTS TO USE BOTH TRAVEL LANES UKM T LAPS ARE REDUCED TO OE LANE "TAKE TURNS MERGE FETE• - THIS SIGN S INTENDED TO WAWA MOTORISTS N ADVANCED TO MOVE FROM THE CLOSED TRAVEL LANE TO THE OPEN TRAVEL LAKE, USUALLY 500 FEET N ADVANCED OF THE START OF THE TRMSFTWR TAPER . 'ROAD NARROWS - THIS SIGN IS DREADED FOR USE N ADVANCE OF THE TRANSITION ON THE ROAD WERE THE PAYEIEAT WITH IS ABRUPTLY TO A WIDTH SUCH THAT TWD CMS CANNOT PASS WITHOUT RFDUCRG SPEED 'NARROW BRIOM SYMBOL' - THIS MON S INTENDED FOR USE N ADVANCE OF A BRIDGE OR CULVERT HAVING A CLEAR TWO-WAY ROADWAY WITH OF I6 TO IR FEET OR ANY BRIDGE OR CULVERT HAVING A ROADWAY CLEARANCE LESS THAN THE WITH OF THE APPROACH PAYOOIT.* "ONE UAE/ONOff" - THIS SIGN SHOULD BE PLAID ON TWO-WAY ROMWAYS N ADVANCE 1 THE BRACES OR CULVERTS WHERE THE ROADWAY WIDTH IS LESS 1" 16 FEET De FEET FOR COMMERCIAL VEHICLES) OR WHEN THE ALIGPOR IS Pam). ON THE APPROACH TO THE STRUCTURENAVDD A DEAR ROADWAY WITH 1 III FEET OR LEA vent. stole: O O Revisions TYPICAL CONSTRUCTION ZONE SIGNS W6-1 'DIVIDED HIGHWAY SYMBOL' - THIS SIGN SHDLLD BE PLACED ON THE APPROACHES TO THE SECTION OF H"AY WHERE OPPOSING FLOWS OF TRAFFIC ARE SEPARATED BY A PHYSICAL MEDIAN. W6-2 "DIVDED HIGHWAY ENDS SYMBOL" - THIS SIGN SHOULD BE PLACED AT THE ETD OF THE SECTION OF PHYSICALLY DIVIDED HIGHWAY AS A WANING OP TWD-WAY TRAFFIC MEAD. w8-3 "FWD -WAY TRAFFIC SYMBOL' - THIS SIGN S INTENDED FOR 116E TO GIVE WARNING OF TRANSITION FROM A SEPARATED X-WAY ROADWAY TO A TWD-WAY ROADWAY 17-1 4ILL SYMBOL" - THIS SIGN SHOULD BE PLACED AT A POINT N ADVANCE OF THE DOWNGRADE FEATURES REWIRE WHERE THE UENMH�SPEC�IATOF CRADE WNSD> iUiFNI0iON TAL CURVATURE OR OTHER T1E PART OF RAi%9.* PHYS(CIL W811,WO-2 "6.1P"/'01P" - THESE SIGNS ARE INTENDED FOR USE TO GIVE WANING OF A SHARP RISE OR CEPPESSION N THE PROFILE OF THE ROAD THAT IS SUFFICIENTLY ABRUPT TO AFFECT VEHICLE OPERATION OR CASE CONSIDERABLE DISCOFORT TO PASSENGERS.* WH-30 ''PAVEMENT ENDS SYMBOL' - THIS SIGN IS ENTERED FOR USE IN ADVANCE OF A PONT WHERE THE PAVEMENT SURFACE CHANGES FROM A HARD -SURFACED PAVEMENT TO THE LOW -TYPE SURFACE OR EARTH HDAD.* WB-4 WT SHOULDER' - THIS SIGN IS INTENDED FOR USE TO WAN 1 A SOT Seim CONDITION THAT CRUD PRESENT A PROBLEM TO VEHICLES THAT MAY GET OFF T PAVE".* w8-5 'SLIPPERY WHEN WET SYMBOL" - THIS SIGN 96" BE RACED IN ADVANCE 1 THE CONDITION WHERE THE IGINAY SUIFACE IS SLIPPERY BEYOND WHAT IS ORDINARY WHEN WET.* wa-ft '91ODDER DROP -OF" - TIQS SIGN IS NTEIDED FTR IISF IN ADVANCE OF A SHOULDER OROP�OPF THAT EXCEEDS YHESE NCIES IN HEIGHT. w6-11 'UFYEN LINES' - THIS SIGN IS INTENDED FOR USE N ADVANCE OF AN UNEVEN ADJACENT LANE SITUATION THAT EXCEEDS ONE INCH N HEIGHT. 19-1() "LEFT OUGHT) LANE ENDS• - THIS SIGN IS WENDED FOR USE N ADVANCE 1 THE PAVEMENT WIDTH TRANSITION SIGN (W4-2). w9-20 'LANE ENDS/MERCE LEFT (RIM" - THIS SIGN IS INTENDED FOR USE AS A SUPPLEMENT TO THE PAVEMENT WIDTH TRANSITION SIGN (W4-2). w9-3 'CENTER LANE CLOSED READ' - THIS SIGN SHOULD OP USED IN ADVANCE OF THE POINT W9 D,) WHERE WORK OCCUPIES THE CENTER LAKE NO TRAFFIC IS DIRECTED TO THE RIGHT OR LEFT OF THE WOO( ZOE.* W12-1 MULE ARROW SYMBOL" - THIS SIGN SHERD BE RAID AT TIE POINT OF THE OBSTRUCTION N RE ROADWAY, WHERE TRAFFIC IS PERMITTED TO PISS ON EITHER SIDE OF THE WSTRUCTWR W12-2 'LBW CLEARANCE SYMBOL" - THIS SIGN IS INTENDED FOR USE N ADVANCE OF AN OBSTRUCTION TO WARN VEIICLE OPERAT OP CLEARANCES LESS THAN THE MAMMON VEHICLE HEIGHT PORBTIED NUS u INCE5�9 W13-1(1 'ADVISORY SPEED PWIE" - THIS SIGN IS WENDED TO SUPPLaw WARNING SIGNS ONLY ND SHAG NOT BE MOUNTED ALONE IT IS USED TO INDICATE THE MAXIMUM RECOMMENDED SPEED FOR THE INDICATED CONDITION. W13-3 "ADVISORY RAMP SPEED' - THIS SIGN IS TO BE POSTED TO INTERN MOTORISTS WHAT THE SUGGESTED SPEED LOUR IS ON A RAP. W20-1 'ROAO/WORK/MEAD" - TIES SIGN IS TO BE LOCATED IN ADVANCE OF THE WTIAL ACTIVITY ON DETOUR A OWNER MAY ENCOUNTER, AD IS INTENDED TO BE USED AS A WANING OF OBSTRUCTIONS OR RESTRICTRZ6. W20-2 'OEIOW/ID1STJ" - 1HI5 SIGN S INTENDED FUR USE N ADVANCE OF THE POUNT AT WHICH TRAFFIC IB DIVERTED OVED A TEMPORARY ROADWAY OR ROBE W20-3 WWO/CLOSED/ID35TY - THIS SIGN S INTENDED FOR USE N ADVANCE OF A POINT AT WHICH A ROADWAY IS LL05ED TO ALL TRAFFIC OR TO ALL BUT LOCAL TRAFFIC. W20-1 "ONE LME/ROAD/(OSTJ" - TlQS SIGN IS WENDED FOR USE IN ADVANCE OF A POINT WHERE TRAFFIC N BOTH DITECTINS MUST I1SE A SI NSE LANE W20-5() "XXX LNE/CLOSD/(OST.)' - THIS SIGN S INTENDED FOR USE N ADVANCE OF A PONE WHERE ONE LANE OF A MILTIMEA- E ROADWAY 15 CLOSED. IT SOLD BE POYEDED WITH INTERCHANGEABLE PLACES READING "RIGHT",'LEFT", NO 'CENTER" AT NO ADDITIONAL CAT TO THE PROJECT. W20-7a FLAWR HASBEENSTATIONED ED TO CONTROL T�nC THROUGSE IN H AtlM POINT T PROJECT.* A W20-52 'GROOVED/PAVEMENT/ME" - THIS SIGN S INTENDED TO BE USED N ADVANCE OF A ROADWAY THAT HAS BEEN GRDOVED MD/CR ROTO MILLED. W21-le -WORKER SYMBLL" - THIS SIGN S INTENDED FOR USE N CONJUNCTION WITH MINOR MAINTENANCE AND RELIC UTILITY OPERATIONS FOR THE PROTECTION OF MEN WOUND N OR NEAR THE ROADWAY. W21-2 "nESH/IL" - THIS SIGN IS INTENDED FUR USE WHERE RE SURFACING OPERATORS HAVE RN MC TEE $UFW THE PAVEMENT TEMPORARILY WET,AND OBJECTIONABLE SPLASHING ON Vf}OQE5 MAY DCCTIL W21-3 •AOID/NACRAERY/READ' - THIS SIGN IS WTENDED FOR USE N ADV 1 T AREAS WHERE HEAVY EOUIPIENi IS OPERATING N OR ADJACENT TO THE ROADWAY. of Tronsportotion City of F`ortCollms for . 1•� �"«� 6 -' c... ce. eo4N1 F w r:`1io-Nso-x1z6 `- FAIL: aTo-3so-zwe xe wa Eon Region 4 PJG F. (aro) 221-660e TM-4 miOAD/WORIVOISTY - THIS SIG! IS UIIE)OED FOR 115E IN ADVANCE OF MAINTENANCE FOR MUM RECONSTRUCTION OPERATIONS IN TIE ROADWAY. W21-5 "SHOADER/WO6(" - THIS SIGN IS INTENDED FOR USE N ADVANCE OF THE PROJECT INVLLVNG THE SFRIDER, WHERE THE. TRAVELED WAY REMAINS UNOBSTRUCTED. W21-0 'SURVEY/GREW - THIS SIGN S INTENDED FOR USE ON ADYAFRE OF A PINT WHERE A MEYM CREW IS WROD IN OR ADJACENT TO THE RUADWAY.* W22-1 'BLASTDIG/EUFE/OISTJ' - THIS SIGN IS INTENDED FOR USE N ADVANCE OP ANY POINT OR WOK SITE WHETS THERE ARE EXPLOSIVES BEING USED. THE W22-2 AND W22-3 SICK JOIST BE USED N SEQUENCE WITH THIS SICK. W22-2 'iUfN OF/3-WAY RADDIVAND/CELLCLAA/PHONES' - THIS SIM IS TO BE USED N SEQUENCE WITH THE W22-1 NO W22-3 SIM AND PACED AT (FAST 1000 FEET FROM THE BEGINNING OF THE BLASTED ZO E- W22-3 'ENQALASTDKaQN " - THIS SIGN S M BE USED TO DENOTE THE END OF THE RADIO INFLUENCE AREA AND SHALL BE KAM A MINIMUM OF 1000 FEET FROM THE BLASTING ZONE, EITHER WITH OR PRECEDING THE DO CONSTRUCTION SIGN. W22-SM 'WO2O SCALING X MUE(SW - THIS SIGH IS INTENDED TO BE USED N ADVANCE OF A FLAGGER N ADVANCED OF THE WON ZONE AREA ADVANCE PLACEMENT DISTANCE (FEET) w� ` $ J t + CONDITION B: DECLARATION TO THE LISTED ADVISORY SPEED OM FOR THE CODITIM MPH 0 10 20 30 40 1 50 60 1 70 2D 25 225 325 10 0- _ - _ - - - - 30 35 450 550 9- - - - 40 45 550 750 125 175 125 - - - 50 55 650 950 250 325 200 275 ISO 225 too 175 0 100 49- - 60 65 UOO 1200 400 475 350 425 30) 400 250 350 175 275 175 - 70 75 1250 13M 560 650 525 623 S00 800 425 525 350 430 250 350 150 250 - l00 +CODITIOI ASPEED REDUCTION ND LIE CHANGING N HEAVY TRAFFIC. TYPICAL SIM ARE "MERGE" AND "RIGHT LANE ENDS". +t � � TYPICAL CONDITIONS W�IF D POTINTEAL SW SITUATION MANEUVER THROUGH THE WARNED CODITIM. TYPICAL SIGNS ARE "STOP AEADP;'SIGNAL MEAD, "YIELD MEAD", "CURVE', 'WFVERSE CURVE', "TURF. NO SUGGESTED DISTANCES AM PROVIDED AT THESE SPEEDS, AS T PLACEMENT IS DEPENDENT ON SITE CONDITIONS AD OTHER SIGHING. A SUPPLEMENTAL PIDUE MAY BE USED WITH WARNING SIGNS SPECIFYING THE DISTANCE TO THE C]NDI7ION IF THERE S AN IN-BETWEEN DRFRSECrM THAT MIGHT CONFUSE THE MOTORS(. * PLACEMENT SHOULD BE N ACCORDANCE WITH WAIBDNC SIGH PLACEMENT TABLE As Constructed TRAFFIC CONTROLS FOR Project No./Cod HIGHWAY CONSTRUCTION No Revisions: S-630— t I STU M455-095 Revised: Void: 17306 Sheets: 19 of 191 sheet Number 147 NOTES: N 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS. 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE F SYMBOLS. 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 70 15 0 30 60 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. - - 1"=60' 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. DO NOT DISTURB REMOVE &RESET DO NOT, DISTURB RS-1 I REMOVE B RESET WHITE PAVEMENT i R5-1a /� \I I, MARKING (TYP) � \J� 4" YELLOW SOLID LINE 4" YELLOW SOLID LINE c� �_ I' o��i_,� EDGE OF PROPOSED L..�_,J 4' WHITE SOILD LINE PAVEMENTLLJ EXISTING EDGE OF PAVEMEN� B" WHITE SOILD LINE I 4" WHITE BROKEN LINE STA 35+47 24.00' Rl a" WHITE BROKEN LINE 4" WHITE SOILD LINE - `. EXISTING ROW �{ EXISTING EDGE OF PAVEMENT E%ISTING ROW \ 0 — \ o O + �� _ j EAST HARMONY ROAD (WESTBOUND) 0 _ _ + a 4' I PROPOSED EDGE m J t2' i OF PAVEMENT Z S = 12' 12' 2. 39+00 12 12' EAST HARMONY ROAD (EASTBOUND) 12' 12' — 12 2 c=.2 ty' 12• — _ 12 tl 8 8 g I r 8 y B � a" WHITE SOLID LINE— — — _ — _ — _ _ — '— _ � �I � � � 4" YELLOW SOLID LINE i 4" WHITE BROKEN LINES \ ISTIN EDG 4" WHITE BROKEN LINES (1 { 8" WHITE SOLID LINE 8" WHITE SOLID LINE \ I I OFPEMENT nvE 4" WHITEI SOLID LINE i I WHITE PAVEMENT ` DO NOT DISTURB ,I I MARKING (TYP) (i STA 38+17 12.00" Lt STA 39+56 31.20' Rt �I ( - TECHNOLOGY PARKWAY i I e i (:11o14;) I € DO NOT DISTURB DO NOT DISTURB DO NOT DISTURB 3q f d 'a Print Dale: 11 17 09 Sheet Revisions Colorodo Deportment of Tronsportotion Cityof Fort Collins As Constructed SIGNING AND STRIPING PLANS EASTBOUND STA. 35+00 TO 42+00 Project No. Code File Nome: Si nSlri a InO3.d e 9 P P W9 Dole: comments nit. 12/04/09 SIGNING BY CONTRACTOR LLM € HOriZ. Scale: Vert. Scale: (� Q 1ao s«o�a svwt e0631 F— YT0-35D 2126 rAl(: 9T0-J50-T19e 8 �`� `lam of ron cour. T61 H. C.1 4wnu. Fat lCoo�s. Co. No Revisions: STU M455-095 [ Revised: Designer: ELF Structure 2 4601 O1C (loubvor° Swtr )00 r 0-1 CO Deto;ler: MTA Numbers 1 7306 i y�►�e7■ P— 221- / JOJ-221-2n5 Q Region 4 Pi 0] (00) 221-6W5 Void: Sheet Number 79 Sheet Subset: SNS Subset Sheets: 3 of 10 NOTES: (=D 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS. 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS. PAINT OVER EXISTING MARKINGS. 8" WHITE DOTTED 4" WHITE BROKEN LINE STA 101+04 12.00Rt DO NOT MATCH EXISTING STRIPING DISTURB 8" WHITE SOLID LINE STA 100+00 24.00' Rt WHITE BROKEN LINE BEGIN LANE TRANSITION o a 4" WHITE SOLID LINE j4" EXISTING ROW MATCH EXISTING STRIPING 4= WHITE SOLID LINE — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — . ....... .... 12' — — — — — _`. — — — — — — — ..... .. .. ... ..I ............. 1 ........ — — — — — ... .... _ VAklr$ O o EAST HARMONY ROAD (WESTBOUND) 100F)i la' 1 +00 402+07-+0 ,y m i — — — — — — --')-1--- 1 12' Q a 1 2 N In EXISTING EDGE PROPOSED EDGE OF PAVEMENT Z w = OF PAVEMENT zi J 1 z — T 46+00 47+00 L=9 z 12 — — EAST HARMONY ROAD (EASTBOUND) — — — — — — — — Iz' tY 12 — — — — — — — — — — — — — — — — — — — — — — — — — — — — —1— — — — — — EXISTING EDGE `\� — — — — — — —— — — — — — STA 47+13 12.00 Lt — — — — — — — 4" WHITE SOLID LINE OF PAVEMENT MATCH EXISTING STRIPING 4" YELLOW SOLID LINE rW µ'10' 4" WHITE BROKEN LINE �y: 8" WHITE SOLID LINE REMOVE STA 45+48 12.00' Ll MATCH EXISTING STRIPING N 30 15 0 30 60 1"-60' j Print Dole: 12 07 09 - -- O 0 Sheet Revisions Colorodo Deportment Cityof of Tronsportotion Fort Collins ) 71 % G.eairy, Ce. 8061i � ,,'zo s«o:!, wl _ /"�- ^� Pw. 9)0450-1118 cbNol tort cou�a ��_ rAx. 910-350-1199 19, . C.I @ Fwl C,N4,. Co Region 4 PJG L9)0) 11,-6605 As Constructed SIGNING AND STRIPING PLANS EASTBOUND STA. 42+00 TO 49+00 _ . WESTBOUND STA.. 100+00 TO 103+42 Project No./Code File Nome: Si n5tripepin04.dwg Dote: comments Init. No Revisions; _ STU _ M455-095 i Horiz. Scole: Vert. Scale: 12 04 09 SIGNING BY CONTRACTOR LLM fA, DiC ffoukvwa Revised: Designer: ELF Structure 17306 Deloiler: MTA Numbers SW1r 100 y P^n rc�• ]03622i 7T1T5 vole: Sheet Number $Q Sheet Subset: SNS Subset Sheets: 4 of 10 0 0 0 146TE� v v 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS. 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. INSTALL STA 105+01 31,61' Lt 4" WHITE SOLID LINE W4-2R STA 105+01 23.67' Lt �« STA 105+01 11.61' Lt 8" WHITE SOLID LINE 8" WHITE STA 105+01 0.39' Rt STA 106+02 32.00' Lt DOTTED STA 105+01 12.39' R STA 106+02 LINE 24.00' Lt REMOVE & RESET R5-1 CAMBRIDGE AVENUE 4" WHITE r BROKEN LINE � ^� a" YELLOW EXISTING .I SOLID LINE ROW •vARTES... .. • 1 " ...... 2' 1 + z' 04 0 ) — 00 107+00 Q 12' 2 1 J x 12 rUU 2 — 2 — — — 2 12' 2 e 6 a" WHITE SOLID LINE PROPOSED j-• 1 EDGE OF r i PAVEMENT 4" WHITE S BROKEN LINE Ti 8" WHITE SOLID LINE W I WHITE PAVEMENT MARKING (TYP) J STA 51+59 32.00' Lt REMOVE 4" WHITE SOLID LINE 8" WHITE SOLID LINE 4" WHITE BROKEN LINE REMOVE & RESET 4" YELLOW SOLID LINE R4-7 OM1-2 STA 10+44 00.00' Lt r� ( HBO,) STA 109+73 22.60' Lt EXISTING ROW EAST HARMONY ROAD (WESTBOUND) t 02 +00 ——109+00 — EXISTING EDGE 1 OF PAVEMENT t 52+00 53 j -41--------------.--- -- — % 12' 1 j 1 12 �� EAST HARMONY ROADt (EASTBOUND) — — L:2 12' y W / — — — — — -- — — — — — ---- q ® _ I 4" WHITE BROKEN LINE /T EXISTING ROW J WHITE 4" WHITE SOLID LINE PAVEMENT j MARKING i _ (TYP) STA 53+03 24.26' I1, LADY MOON DRIVE N 30 15 0 30 60 \ 1"=60' BEGIN LANE TRANSITION STA 107+44 24.00' Lt ( BEGIN LANE TRANSITION DO NOT DISTURB EXISTING ROW s 5 DO NOT DISTURB 1 F a Print Dote: � 11 17 09 Sheet Revisions Colorado Deportment of Tronsportotion City of FortColtins As Constructed SIGNING AND STRIPING PLANS EASTBOUND STA. 49+00 TO 56+00 Project No./Code File Name: Si nstripepinO5.dw 8 Dote: Comments Init. /09 12/04 SIGNING BY CONTRACTOR LLM Horiz. Scale: Vert. Scale: (JED Q eley, Co e06]t _-- )(') T 1go s«aw s1.«1 _ Pnwe: 9]a-350-2t26 FAX. 970-350-2196 /•� [4 Fen Ca 261 Hp1Col ay. A..�u. Fw1 coo.,., C. No Revisions: WESTBOUND STA. 103+42 TO 110+42 STU M455-095 FQ Revised: Designer: ELF Structure ] a6a1 D1C e9YWw4 style 70o Detoiler: MTA Numbers 106 oemer, co fi0z]7 PMm: 303-221-7275 O Region 4 PJG (970) zz1-seas Void: Sheet Number 81 Sheet Subset: SNS Subset Sheets: 5 of 10 NOTES: 1. INSTALL NEW SIGN P0575 AND MOUNT RELOCATED SIGN PANELS PER LCUASS. 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. _ 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. STA 110+78 11.54' Lt 8" WHITE SOLID LINE STA 111+07 21.91' Lt STA 111 +62 21.04' Lt 4" WHITE SOLID LINE STA 112+27 32,73' Lt WHITE PAVEMENT MARKING (TYP) STA 112+26 24.79' Lt STA 113+76 12.00' Lt END LANE TRANSITION 4" WHITE SOLID LINE EXISTING ROW 8" WHITE DOTTED LINE 4" WHITE BROKEN LINE-� -- - - �- __—__----�E%ISTING EDGE OF PAVEMENT ..---•............. _ _ ....... - ..... - - _ _ _ _ -------------- ---- ........................o- o EAST HARMONY ROAD (WESTBOUND) _ _ _ - _ _ _ _ _ _ _ _ _ _ _ 10 +00 t12+00F 113+0( t74+00 it5+00 n _ tt6+00 777+Op o Q •--... .. ..-.. ...--•-- .........- = 12. _ _ + + to PROPOSED EDGEEDGET 2 ti 1 \ a' YELLOW SOLID LINE OF PAVEMENT - EXIST ) OF PAVEMENT w 12. J EAST HARMONY ROAD (EASTBOUND) 0 12 _ 12' — — — — — — — — — — — 12 —1 _— 3=r G s - —--ro—ro ro—rro — o---braws \ EXISTING ROW PROPOSED EDGE 4" WHITE SOLID LINE I I OLD LI7� OF PAVEMENT / I I J \ 4" WHITE BROKEN LINE I i (� m \ _ STOP 66:i�'vlV l li�,Vsi?)iLl.. 'va99'-J I() 1000 erg DO NOT DISTURB DO NOT DISTURB IZ II n 1 O I INSTALL <O I CI( IIII R1-' O DO NOT DISTURB r I I I IR6TAIR I I I II I I -I I I I I II 1 I Print Dote: t, 17 09 O C= Sheet Revisions Colorado Deportment Cityof of Tronsportotion F Fort ,�2o - c. svaat ` f-.� % it T Grteiry. Co BOfi], PMnc 970-350-2125 Cory u1 Ton Cortm W, 970-350-2196 26, x. Ca For! CN ni, Co �W Region 4 PJG (970) 221-6W5 9 As Constructed SIGNING AND STRIPING PLANS EASTBOUND STA. 56+00 TO 63+00 WESTBOUND STA. 1 10+42 TO 1 17+42 Project No./Code File Nome: SignStripepin06.d,g Dole: Comments Init. No Rexisons: STU M455-095 Horiz. Scale: Vert. Score: 12 04 09 SIGNING BY CONTRACTOR LLM �601 D1C 60YIM0l0 Revised: Designer: ELF 9O Situ Cture 17306 Detoiler: MTA NumDerS Suite 700 Mv. CO W237 Plwrle: 303-221-7275 Void: Sheet Number 82 Sheet Subset: SNS Subset Sheets: 6 of 70 NOTES: 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS. 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. ` 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPO Y PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXIS�NG MARKINGS\ 1 1 _ EXISTING ROW 0 In 10 fix W 2 7 U EXISTING ROW — —•—-•—_--__ _---.-- •. - I 4- WHI1L SOLID LINE ' 4" YELLOW SOLID LINE — — — — — — — — — — — — — — — — — — — n 3---_sr — — ;r t —`� y 1 E 1' 4" WHITE BROKEN LINE — — — — - - EAST HARMONY ROAD (WESTBOUND) ti8+00 i19+00 — tI +00 — — 1 1+00 t t22+0 123+00 124+00 12' — 1 ------- -- EXISTING EDGE PROPOSED EDGE -- — — — — —— t _______ �E%ISTING OF PAVEMENT OF PAVEMENT J ® \ PROPOSED EDGE EDGE OF PAVEMENT OF PAVEMENT HARMONY ROAD (EASTBOUND) / — —EAST 12' =w i Ili — — — —--------- 1 ------------ ���--E—E—E—='EE' µ EXISTING EDGE OF PAVEMENT PROPOSED EDGE — EXISTING RO2 —7 \� _ OF PAVEMENT PROPOSED 1 E 4 WHIIL SULIU LINL— Z PAVEMENT 4" WHITE BROKEN LINE 0 N RE REMOVE STRUCTURE, ��—PKUPUILU LULL e �1 SEE, BRIDGE \OF PAVEMENT PLAN} �� 1 E_ EXISTING ROw g Print Dote: 11 17 O9 O O Sheet Revisions Colorodo Deportment City of of Tronsportotion r- f Fort Collins 1�zo s«=� s1.3t �!� r GrcNry, Co. e0631 alal F.: 910 isu izie6 zei`�.°`coi " ca""' i.e. A..,,,,. Fat Came, co. Region 4 PJG (970) 221-6605 AS Constructed SIGNING AND STRIPING PLANS EASTBOUND STA. 63+00 TO 70+00 WESTBOUND STA. 117+42 TO 124+42 Project No. Code H File Nome: S; Str; a ln07.dw a^ P P E Hor;z. Scole: Vert. Scole: Dote: comments Init. No Revisions: STU M455-095 12/04/09 SIGNING Br CONTRACTOR LLM Reused: Designer: ELF 9^ Structure 17306 i 4-1 o7c lioWww4 sWt, 70o ow,.6r, co e0237 Gnaw: IDS-z237 Void: Detoiler: MTA Numbers Sheet Number 83 Sheet Subset: SNS Subset Sheets: 7 of 10 No Text NOTES: 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LC UA55. 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. . 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES. EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. STA 128+16 33,00' Rl EXISTING ROW STA 128+16 25.00' Lt - — - - — - - - - —f- _ _ 8" WHITE DOTTED LINE 4" WHITE SOLID LINE STA 124+96 MATCH EXISTING STRIPING 8" WHITE SOLID LINE 4" WHIT ROKEN LINE EXISTING EDGE 1 _._—__. __ — — — — — — �OF PAVEMENT — — —___.__—___ o— ............... ....."""... — _ ...."". ... ......"""".. .. .......""... _ _ _ EAST HARMONY ROAD (WESTBOUND) 0 12.+00 126+00 o — 127+00 — 128+00 129+00 130+00 131+00 0 o o+ n Q 4" YELLOW SOLID LINE — — — — — — PROPOSED EDGE — — — — — — — — _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ EXISTING EDGE _ _ _ _ _ _ _ Q VI OF PAVEMENT OF PAVEMENT ' i Iz +UO 75+00 + EAST HARMONY ROAD (EA B UND) 4 WHITE BROKEN LINE / 4" WHITE SOLID LINE PROPOSED EDGE OF-T PAVEMENT � - -E—E _ -t �c /Aa STA 73+82 12.00' Lt EXISTING ROW a C /11" WHITE SOLID LINE 24.00' Lt 5+45 12.00' Ll z 3 3 DO NOT DISTURB - N 30 IS 0 30 60 1'=fi0' g Print Dole: 9 11 17 09 1 1 Sheet Revisions I Colorodo Deportment Cityot As Constructed SIGNING AND STRIPING PLANS Project No./Code File Name: Si nStripepinO8.dwg I r—Dote: Comments Init. of Transportation Fort Collins EASTBOUND STA. 70+00 TO 77+00 Horiz. Scale: Vert. Scale: 12 04 09 SIGNING BY CONTRACTOR LLM l.zo s«oea SI.«t f� No Revisions: WESTBOUND STA. 124+42 TO 131+42 STU M45rJ-095 " O-- Pnonc WO-33a-2t26 ulY of Fon case. Revised: Designer: ELF Structure 17306 .601 pTC Boukvar4 Swte Too 0 _ rA%: 9Ia-35a-1198 2e1 N. Cw�.4e..eIW Fat tour,., co. Deloiler: MTA Numbers y oee.en CO W232 Peoe.: _po._1-221-T315 Region 4 PJG 9 (970) 221-68a6 Void: Sheet Subset: SNS Sheet Number Subset Sheets: 8 of 10 84 1. INSTALL NEW SIGN POSTS AND MOUNT RELOCATED SIGN PANELS PER LCUASS. 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE SYMBOLS. r 3. ALL LAN; DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING, PAINT OVER EXISTING STRIPE WITH EPDXY PAINT, 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS, PAINT OVER EXISTING MARKINGS. REMOVE k RESET R5-1 INSTALL R5-1 STA 133+48 32.00' Lt 4" WHITE - = SOLID LINE STRAUSS CABIN RD.\CR 7 WHITE PAVEMENT REMOVE & RESET R5-1a 8" WHITE MARKING (TYP) SOLID-L111NE EXISTING ROW STA 1 4" WHITE DO NOT DIST RB BROKEN LINE tt STA � STA D. 8" WHITE DOTTED LINE 4" WHITE SOLID LINE 8" WHITE DOTTED LINE- 4" WHITE BROKEN LINE \ EXISTING ROW ( t 8• -- _1____ _ 12 o _ z' / EAST HARMONY ROAD (WESTBOUND) 7+00 138+fib '2' o o� t32�00 /I t33+00 ' i3a 00 Ix• tJS+bii t36+�6 — _ o ^ / 2. + ____ — — — — — — — 00 - --f-------------------------- .Is Q _--- ---- o-- PROPOSED EDGE OF PAVEMENT 4" YELLOW SOLID LINE ,—EXISTING EDGE OF PAVEMENT w _ — — — — — — — — Z = Q2" 79tq ------ -- r 12' 7 •� 121 Iz• \ _ r EAST HARMONY ROAD (EASTBOUND) _ _ _ _ _ _ _ '2_ _ "YELLOW TA 8+05 2a.00' Lt VARIES """."""""—""""— `1 ""4" WHITE SOLID LINE[4" WHITE BROKEN LINE LLOW\ 1 E E—E—E E E—E—E—E-� 8" WHITE DOTTED LINE LINE \ REMOVE �, — (STA 80+12 24.00' Rt TE I- lY - 8WHITELINE 1 SOLID LINE STA 80+12 32.00' Rt STA 82+69 33.87' Rt EXISTING ROW STA 79+06 44.00' Ll E STA 80+12 47.55' Rt INE::Z .....- 17 I m 0�7LINE "!I e DO NOTMENT DO NOT I Z DISTURB DISTURB REMOVE k RESET MARKING (TYP) I 7 INSTALL R4-7 I I W4-2R OM1-2 EXISTING ROW N N 30 15 0 30 60 I'_60' ••. - File Nome: Si n5tripepinO9.dw) O O O Date: zlneet 1Kevislons Comments [nit. Loloroco ueportment Cityof of Tronsportation Fort Colons „xo s«.m sl.„I /"�f1 1 U i a..«q, co. eoa� 1 >na,.: 70-JIWo-x1xE ca Eon couw Fut: 9)a-15a-31 DB City @r�N91O1✓�S ]e1 CeiYq. •..nu. 9' ron cou.,.. co. Region 4 PJG (970) xx1-46os As Constructed SIGNING AND STRIPING PLANS EASTBOUND STA. 77+00 TO 84+00 WESTBOUND STA. 131 +42 TO 138+39 Project No. Code i Horiz. Score: Vert. Score: 12/Oa/09 SIGNING 8Y CONTRACTOR LLM No Revisions: STU M455-095 Revised: Designer: ELF Structure Numbers .601 DiC 60u4YO.0 I su1I )oa 0,-, oo� W2 inn Jr Void: Detail— MTA 1 fi Sheet Number 85 Sheet Subset: SNS Subset Sheets: 9 01 10 NOTES: 1. INSTALL NEW SIGN POSTS ANO MOUNT RELOCATED SIGN PANELS PER LCUASS. 2. REMOVE CONFLICTING STRIPING AND PAVEMENT MARKINGS. LIMITS OF REMOVALS INDICATED BY THE C SYMBOLS. 3. ALL LANE DIMENSIONS ARE MEASURED FROM THE ALIGNMENT UNLESS OTHERWISE NOTED. 4. IN AREAS WHERE PROPOSED STRIPING MATCHES EXISTING STRIPING. PAINT OVER EXISTING STRIPE WITH EPDXY PAINT. 5. IN AREAS WHERE PROPOSED PAVEMENT MARKINGS MATCHES EXISTING PAVEMENT MARKINGS. PAINT OVER EXISTING MARKINGS. 8' WHITE DOTTED LINE STA 140+30 12.00' Lt 4" WHITE BROKEN LINE EXISTING ROW 4" WHITE SOLID LINE 00 NOT DISTURB EAST HARMONY ROAD (WESTBOUND) 12' _ - EXISTING EDGE 1 9+00 140+1TU -r41+00 t2' 14 + 0.05 '- OF PAVEMENT ++ A PROPOSED EDGE OF PAVEMENT_. ---- — — — — — — 4 5+00 86+00 EAST HARMONY ROAD (FASTBOUND)'� z _ ISTA x71-t 84+50 4" YELLOW SOLID LINE 12.00, Ll STRIPING4" MATCHEXISTING STRIPINGTING o¢��$8" �1l-- WHITE SOLID LINE WHITE SOLID LINE _ `ExISTINC ROw 3 DO NOT DISTURB ISTURB DO NOT DISTURB 4" WHITE BROKEN LINE 24.00' LlD LINE N }0 15 0 }0 60 "g Print Dote: 11 1709 f� 0 O O Sheet Revisions I Colorado Deportment City of of Transportation Fort Collins /' 1T'I' 1420 5 — st.ni `�� I fJ / CnNry, Co. 8w63t ���� vnww: uTo-3so-ztm [ar of row [our. •���� rex. 9)0-350-true ]et x, Cdnq. ....» ° fan Cahn. Co. Region 4 PJG (sTo) zzt-seas As Constructed SIGNING AND STRIPING PLANS EASTBOUND 'TA. 84+00 TO 86+76.75 WESTBOUND STA. 138+39 TO 141+80 Project No./Code 9 File Nome: Si9nStripepInlO.dw9 Dote: Comments Init. No Re�lslons: STU M455-095 Horiz. Scale: Vert. Scale: 12/04 09 / SIGNING BY CONTRACTOR LLM " sot o1C eoaw.r. Revised: Designer: ELF Structure Numbers 17306 Detwiler: MTA i i/yytl■ ✓' / Dsm.r, CO 402]) p >none 03-221-J])e Void; Sheet Number 86 Sheet Subset: SNS Subset Sheets: 10 0l 10 4860 4850 -1 4870 ----- _-__..i._..........._ ............__..' _...__........'I. _ __..__.._!....._ ............._......._ rtr._...._.......... 1 ................?:------ --- -------- -r::- ------ t - ...... _.......... _j:. --- ::::_.::::::::a-�---------- ------- 4850 -_---_--_- -- - j 1 ---------f --T--:::::-i }- -------- .- -100 ----------_...... -80 - -1- -60 � - ":::::::i:- -40 -20 4870 ----- =------ -'------------- --1 ._..------- - -_-� _=- - -...----- -------------- ae6o E_ :--- ------ ...... 1---------- _ _:-__-----k-------------- ;- -- - ---------1_::-------_._::::----_ -j4 --1--.....- ---------- ---:-:=:__ -------..._._...._....- -_-- _.......------'-------- - 4850 -100 -80 -60 -40 -20 69+50 EXISTING 0, 20 40 60 80 69+00 EXISTING 0 20 40 60 80 68+50 EXISTING 4860 4850 10 4870 4860 4850 100 4870 4860 4850 100 4 •._..._. I.-•__..!.wr.---.T_-.-_...-_•__._..._...r_._:___-_I_-_.__.....�.-..�-_ __ _______ _ _ ___...—_ 4: 7_ r , ..____._r_.___...... {.-._-.._.__T_--_ 4870 k I=-'-----_--_—j---------!..----{ r- __—_—_ _..___.._—.-.._._....._._. _--_... _.—.._ I----. I _ - - 7... __ — j--_—------.._i...------ 1..._ — - -} - ..--. !------ -----! .._--.1-.._—_ ---�� _ ---- 4_ -_)----------_i---_—_-j_--------------i----------1 -- ! - - r----------j..-------- - — _ --r- - -j -- - - ---- -- - j} I_....._._-1 C---.._..... _............ (r._.—_.._ !._..__...._...—__.--'I-..__.._... - -- - - -' ._...-._... 4860 t ...__.._—.._._..—.�......_---__-_.—_�.__....._..—• ----- ----- I_._..__...._! - ..._. I - - . - - --{.: r- - - - - - .. m -- m--- .... i— --!------T-- - --I —!.. - - - -:------ ---- - i L. - - -- - -1 - r ::. -.._-:. -::.. - — -- ! - -' r- 4850 F -100 -80 -60 -40 -20 0 20 40 60 80 100 d f 2 Print Dale: File 12 04 09 RtlCrossSect02.dwg Sheet Revisions � Colorado Deportment cl As Constructed ROADWAY CROSS -SECTIONS Project No./Code Nome: Horii, Scale: Dole: Comments Init. OI Transportation Fortrt Collins EASTBOUND HARMONY WIDENING RT & LT . Ba4era4 Vert. Scale: � 12/04/09 O FILL SLOPE LLM � 1.m s«ova sv«I Pna«: 970-350-212a We 970-350-219e `�� GI ran Cmm "i No Revrsions: STU M455-095 Revised: Designer: LLM Structure 77306 it. 700 wm«7oco � 1a1 CaM9..«mr ran corm., w Deloiler: BEG Numbers rt d eo237 Pnar:.103-221-7275 O Region 4 PJG (970) 221-seas Void: Sheet Subset: Xsections Subset Sheets: 16 of 28 Sheet Number 102 72+00 EXISTING CROWN R W 4860 1 ... ....... ... ­­ - --------- I ­---------------- ------­--------- I --­------------- -- - ------------- 1 4860 -- ----_------- ---- ... ................. ...... ... ..... .... ...... ......... ................. ...... . .......... ................ . I ................... ... ------------- ........ ....... - - ---- ---------- -------- ---------- ------------------ I :.I: - - --- ----- - - ---- f ------ --- ----- . ...... .......... ..... .... ........... ........... 2.6 1 . i --- - ------- I_ N . ......... 2. 0% - - ----- 1-2.0091 2 4 50:1 - -- 1 -1 ----------- - - ----------------- ---------------- - - - ------------ — ---- ----------- - .... . ............ ............ . ......... ... ................ .......... ....... .. .. . ............. I --­­--------- - --------- 7 ------ - -- ----- ---------- 4850 - ----------- -- - ------ ------ -- - ------ -- I ----------- ------ - -------- ---------- ----------- - ---- I :___ � _:�� 7��_ ____ 4850 -- - ------------------ I ------------­- -- -- -------- : ------------------ ----- ------- - ------ ------------------- .............. ... ------------------ -------------- ----------- * - - - ------- --- ------- ---- ----- - ----------- ....... -------- ..... ........ ... ............ : - . - - - - - - - - - - - I :__. .._ ---. ---- --- ---- - -- ------------- --- - --------------------- ------ - J ..... ............ ................... - ------ ===E= --i ------------ -- -100 -80 -60 -40 -20 0 20 40 60 80 100 71+50 EXISTING CR WN ROW .. .. . . ..... . ........ ............... -------- ---- --------- ---- I --- -------- - ------------------ - _-- ­-----­--- . . ............... ... . ........ ... .... ....... _1:::� ----- - -------- - - ­­- - ------ -- - - - - - - - - - - - - ---- ------- -- - - -------------- - - I 4860 . .. ...... ............. - --- ----- - ---- 4860 . ..... . ..... . . ...... . . .. . ................. ... . ............. % . ..... _2100%­ ------- - - -------- 0% ------- ---- --- 56:1*- - T- - - - - - - - - - - - - - - - - - - - - - - - - ---------------- -------- -- - ----- -- -------- --- --------- - - ------------ ------------ -- P ---------------- ------- - ------ -------------- - J - - - - - - - - - - - - - 4850 ------- - ------- - ------------ ------- -- ........ --- ---- ----- ----- - -------- 4850 1 .............. .. .. ....... ...... ........ ..... ...... .. ............ . .......... .............. . . . ........... ....... . .. . _F__ ---- -------- -- - ----------- - - - - - _ - ---- ------------ ------ - ------ - - -- -100 -80 -60 -40 -20 0 20 40 60 80 100 71+00 EXISTING CROWN ROW - --- - ------ ------ . . . . .............. --------- ---- I T I ------------ - - ---- -- ---------- 4.60 4860 ------------ - ---- - --- - --- ----- - --------- - ------ - - - - - - - - - - - - - - - - - - - - - - - - ----------- - ------ - ------- . .. . .......... .00% [_50:1 ........ ...... ........................ .............. ......... -------- ------ ---- - - -- - - ------- ..... ...... ------ ----- -- ------------ - ------------ - --- __ -] 4850 4850 - ---- 7, - - ----------- -too -80 -60 -40 -20 0 20 40 60 80 100 70+50 EXISTING CROWN ROW --------- - ---------- - ------------- - -- - - ----- ------- . ..... . . ........ - -----------_ - - ---- - --- --------- . .. . .. .... .......... ............. ........... ... ............. . ... - ----- ----- .......... ....... . ........ ...... 4% 4860 __4 2.00X ---------- I.. ------- 4860 ........... . ... -------------- - ----------- ----------- ... . ....... ..... .... - - - ----- - - ------ - ---- ------------- - - ---- - -- ----- ------- -- ----- -------- ....... . .. . ..... -- --------- --- - - - - - - 4850 --::- - , - =: - f -.-- - ­__­ -- -- ­4. 4850 .=-*-:= ... ....... - - -­­- - . . . . . . . . . . . . . . . . . . - ------ ---- ---------- - - -100 -80 -60 -40 -20 0 20 40 60 80 100 Print Date: 12/04/09 Sheet Revisions Colorodo Deportment Cityof As Constructed ROADWAY CROSS —SECTIONS Project No./Code File No,,: RdCrossSect02.d,g Date: Comments Init. of Tronsportation Fort CollinS No Re,isions: EAST80UND HARMONY WIDENING RT & LT STU M455-095 Horiz. Scole: Vert. Scole: 12/04/091 111_1 SLOPE , )OT lo*,20�,s7c," Ws'.731' - :1 6K!&Z� - : C." .1 1.11 C_ R-i.edl: Designer: LLM[structur C= 28 , "t —, t�._ ilF 17306 Oetoiler: BEGINumbers ­-.61545 Void: Sheet Number 103 �r CO W237 P­ 303-221-7275 Region 4 PJG ("0) 221 Sheet Subset: Xsectionsl Subset Sheets: 17 of 28 74+00 ------ - --- - - - - --------- -- - ------- ----- - — -- ------------ I - ------ 2:: x - ------ -------- ---- - ----- - - ­-­ -------------- -- - - --- --------- - --------- - - ------------ - -- 4850 T- ---­------ - ------------ ------- - ---- ------ ---------- — 4840 ---------- - -------- - - -- ------- - - - - - - ------------- __ = .. . .. . ................ - - - - ------- i -- --------- -100 -80 -60 -40 -20 0 73+50 20 40 60 4850 4840 80 100 4850 4850 -100 -80 -60 -40 -20 0 20 40 60 80 100 4850 - I 4850 '0 9 4860 ....... .... =i .-- _.. == -- -- - ------ T --------- ------ -- ------------ n.. ------- - ----4860 It - --- --------- -- --- - -------- --- 1A . ..... - ...... --------- _2:oO1. `2.00%+---- ----------- -- 4 ­2.00%... A 4850 4- --- ---------- - - -- -------------- rg= - - --------- ------- - --------- - - - -- -------- ------ -- - ------------------ 4850 - - - - ------- - -- ------------- ----- ----- ------ --- ---- ---- ......... — - - -------------- ------ - --- - ----------- -- ------- - - Lo- I 0 _80 -60 -40 -20 0 20 40 = =------- 60 80 100 Print Dote: File 12/04/09 Sheet Revisions Coll rodo Deportment City of As Constructed ROADWAY CROSS -SECTIONS Project No./Code Nome: RdCrossSect02-dwg Date: Comments I init. of Tronsportotion Fort Collins Horiz. Scale: Vert. Scale: (M) 12/04/09 FILL SLOPE "� s"', s'"t No Revisions: EASTBOUND HARMONY WIDENING RT & LT STU M455-095 C__) . I CAI f F­ Revised: Designer; M LL�Strm.`berrd 17306 pM.601 Tc SIN 970 F". -350-2198 11 1 C F«c* Detail— 0— CO W237 "3-22%-7275 C= Region 4 PJG (170)"22�1'6(I05 Void- Sheet Number Sheet Subset: Subset Sheets: 18 of 28 104 City of F6rt Collins �Purc�hasi�ng� Financial Services Purchasing Division 215 N. Mason St. 2"d Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov. com/purchasing SPECIFICATIONS AND CONTRACT DOCUMENTS FOR EAST HARMONY ROAD BRIDGE REPLACEMENT BID NO. 7095 • PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS December 17, 2009 — 3:00 P.M. (OUR CLOCK) 0 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 • • r � Rev 10/20/07 SECTION 00020 INVITATION TO BID SECTION 00020 • INVITATION TO BID Date: November 19, 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 December 17, 2009, for the East Harmony Road Bridge Replacement; BID NO. 7095. If delivered, they are to be delivered to 215 North Mason Street, 2aa 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 7095 East Harmony Road Bridge Replacement. The project includes removal of existing bridge and pavement marking, construction of new bridge, excavation, hot mix asphalt, traffic control, signs, and epoxy pavement marking. The project also includes installation of concrete and corrugated steel pipe with end sections, riprap, and native seeding. This is a Federal Project and the DBE Goal is 14%. Please go to http://www.dot.state.co.us./Bidding/listings.html to find a list of qualified • DBE contractors. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available November 19, 2009. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 a.m. , on December 1, 2009, at 215 N. Mason, Community Room, Fort Collins, CO. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at: • City of Fort Collins BuySpeed: https://secure2.fcgov.com/bso/login.jsp Bids will be received as set forth in the Bidding Documents. 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. • Rev10/20/07 Section 00020 Page 1 City Of Financial Services Purchasing Division i 215 N. Mason St. 2"'Floor F6rt Collns PO Box 580 • Fort Collins, CO 80522 970.221.6775 "'0000""� 970.221.6707 P U I'C h a S l 11 g fcgov. com/purchasing ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 7095 East Harmony Road Bridge Replacement OPENING DATE: 3:00 P.M. (Our Clock) December 17, 2009 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGES/CLARIFICATIONS: • Prebid Conference presentation is attached. • Replace bid tab with attached amended bid tab. Bid tab has been updated to reflect Addenda #1. • Replace the Project Standard Provisions and Standard Special Provisions index • page with the attached that reflects the updates. ➢ Add Revision of Section 203 Excavation and Embankment to Project Standard Provisions. ➢ Add Revision of Section 208 Erosion Control to Project Standard Provisions. ➢ In the Project Standard Provisions, replace Revision of Section 403 Hot Mix Asphalt with attached. ➢ Add Revision of Section 608 Detectable Warnings to Project Standard Provisions. ➢ Replace Project Standard Provisions Section 627 Epoxy Pavement Marking with attached. The American Traffic Safety Services Association (ATSSA) pavement marking certification construction requirement has been removed. ➢ In the Standard Special Provisions, replace the Davis Bacon Minimum Wages dated August 7, 2009, with the attached dated November 27, 2009. • This is to clarify that the City has obtained Nationwide 404 Permit No. 3, and will also provide the City of Fort Collins Excavation on Public Property Permit. The Contractor is responsible for obtaining all other State and City permits required for the completion of the work. Permit fees will not be paid separately and are included in the work. • Pi • 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 50 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 Rev10/20/07 Section 00020 Page 2 SECTION 00100 INSTRUCTIONS TO BIDDERS • • 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. is2.2. 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. Section 00100 Page 1 3.2. In accordance with Section 8-160 of the Code of the City of Fort • Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous .contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or.finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with 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 • Section 00100 Page 2 0 0 convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to 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 within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. Section 00100 Page 3 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to 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. 9 • • Section 00100 Page 4 • 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. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on • the Bid Form. 11.6. The Bid shall contain an 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 Section 00100 Page 5 the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No ,Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. U 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 • Section 00100 Page 6 • 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. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction • within the prescribed time. • 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the 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. Section 00100 Page 7 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. • Purchasing restrictions: The Bidder's authorized signature of this Bid • assures the Bidder's compliance with the 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 • Section 00100 Page 8 • This is to clarify that for Item 514 Pedestrian Railing (Steel) (Special) and Item 606 • Bridge Rail Type 8 (Special), the concrete and reinforcing steel are incidental to the items. Unless the reinforcing steel is part of deck, sidewalk, and approach slab reinforcing steel, it shall be included in the pay item. • The City of Fort Collins Light and Power department will provide all materials, including glue for the joints, for three (3) 4 inch and two (2) 2 inch conduits to be installed in the sidewalk on the bridge. Contractor shall install the conduits provided. The installation of these conduits shall be included in the work for pay Item 613 3 Inch Electrical Conduit. • It was suggested during the prebid meeting to add traffic control supervisor and flagging as additional bid items. After consulting with various city staff, it is decided that there will not be any change to Item 630 Construction Zone Traffic Control. This lump sum item shall include any traffic control supervisors and flagging as necessary to safely complete all works. • This is to clarify that per Larimer County Urban Area Street Standards (LCUASS), up to fifteen percent (15%) of Reclaimed Asphalt Pavement (RAP) is allowed in the bottom lifts Hot Mix Asphalt (Grading SG) (100) (PG 64-22). RAP is currently not allowed (per LCUASS) in the top lift (wearing course) Hot Mix Asphalt (Grading S) (100) (PG 64-28) (Modified Binder). • An Item 203 Unclassified Excavation (Special) (Waste) has been added to deal with the excess soil generated from the project. This pay item is for removal of the • excess material. Excavation of the material is pay under Item 203 Unclassified Excavation (Complete In Place). Excess soil shall become the property of the Contractor. The city has been given permission from the owner (Flatiron Company) of a site to deposit the excess soil on their property. This site is on East Horsetooth Road, approximately 'h miles west of Strauss Cabin Road. Condition of use is that all soil deposited will need to be leveled. Replace the following sheets with attached. Revisions are marked on the new sheets: Sheet 8 — 10 Sheet 12 — 14 Sheet 33 — 34 Sheet 50 Sheet 68 — 70 Sheet 74 Sheet 77 — 86 Sheet 102 - 104 Please contact John D. Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. where renewal is a way of life 40 • PROJECT: Pi SECTION 00300 BID FORM Place 215 N. Mason, Fort Collins, Co. 80522 Date December 17, 2009 1. In compliance with your Invitation to Bid dated Nov. 19, 2%09 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5% ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: Liberty Mutual Insurance, 1001 bthAve, Seattle, Wa_ 98154 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. 1 through 3 • Rev10/20/07 Section 00300 Page 1 • • • 7095 East Harmony Road Bridge Replacement Bid Schedule Addendum 2 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT COST TOTAL 202-00000 CLEARING AND GRUBBING LS 1 202-00010 REMOVAL OF TREE EA 1 202-00035 REMOVAL OF PIPE 18 INCH CSP LF 250 202-00037 REMOVAL OF END SECTION 18" CSP EA 2 202-00210 REMOVAL OF CONCRETE PAVEMENT SY 23 2 202-00220 REMOVAL OF ASPHALT MAT SY 5,633 $24, 616.21 202-00220 REMOVAL OF ASPHALT MAT DETOUR PAVEMENT SY 560 $6.02 $3371.20 202-00240 REMOVAL OF ASPHALT MAT PLANING SY 4,095 $1.80 73 1.00 202-00250 REMOVAL OF PAVEMENT MARKINGS LANE LINES AND SYMBOLS LS 1 202-00400 REMOVAL OF BRIDGE LS 1 202-00495 REMOVAL OF PORTIONS OF PRESENT STRUCTURE BOX CULVERT LS 1 203-00000 UNCLASSIFIED EXCAVATION COMPLETE IN PLACE CY 8,03791 7 203-00040 UNCLASSIFIED EXCAVATION SPECIAL WASTE CY 4,217 25006.81 203-01500 BLADING HR 44 $99.54 $4379.76 203-01510 BACKHOE HR 40 $73.74 $2949.60 206-00000 STRUCTURE EXCAVATION CY 1,528 206-00100 STRUCTURAL BACKFILL CLASS 1 CY 947 206-00200 STRUCTURAL BACKFILL CLASS 2 CY 227 206-01781 SHORING AREA 1 LS 1 206-01782 SHORING AREA 2 LS 1 • 207-00205 TOPSOIL STOCKPILE AND REDISTRIBUTE CY 1,600 $2.91 $4656.00 208-00002 EROSION LOG 12 INCH LF 200 $3.43 686.00 208-00010 EROSION BALES WEED FREE EA 200 $8.53 $1706.00 208-00020 SILT FENCE LF 1,300 208-00045 CONCRETE WASHOUT STRUCTURE EA 1 208-00050 STORM DRAIN INLET PROTECTION EA 4 208-00070 STABILIZED CONSTRUCTION ENTRANCE EA 2 TM K. w P2797.80 208-00100 SEDIMENT REMOVAL AND DISPOSAL LS 1 $158.61 $158.61 208-00206 EROSION CONTROL SUPERVISOR HR 120 $23.75 $2850.00 210-00010 RESET MAILBOX STRUCTURE EA 1 $53.36 $53.36 210-00015 RESET END SECTION 18 INCH RCP EA 1 210-04015 MODIFY MANHOLE CONVERT TYPE C INLET TO MANHOLE EA 1 211-03005 DEWATERING LS 1 212-00032 SOIL CONDITIONING ACRE 3 213-00002 MULCHING WEED FREE HAY ACRE 3 $603.24 1i809.72 216-00006 SEEDING NATIVE ACRE 3 $478.43 $1435.29 216-00042 SOIL RETENTION BLANKET BIODEGRADABLE STRAW/COCONUT SY 2,235 $1.87 $4179.45 304-06000 AGGREGATE BASE COURSE Class 6 TN 4,304 403-33721 HOT MIX ASPHALT GRADING S 100 PG 64-28 MODIFIED BINDER TN 1,525 hh HH9- 403-34721 HOT MIX ASPHALT GRADING SG 100 PG 64-22 TN 3,093 845 403-34821 HOT MIX ASPHALT GRADING SX 100 PG 58-28 WEDGE & LEVEL TN 90 $65.37 1$5883.30 503-00030 DRILLED CAISSON 30 INCH LF 220 $130.01 $28,602.20 7095 East Harmony Road Bridge Replacement Bid Schedule Addendum 2 506-00209 RIPRAP 9INCH CY 4 506-00218 RIPRAP (18 INCH) CY 67 514-00200 PEDESTRIAN RAILING SPECIAL LF 78 515-00120 WATERPROOFING MEMBRANE SY 515 518-01001 BRIDGE EXPANSION JOINT ASPHALTIC PLUG LF 128 3 601-03040 CONCRETE CLASS D BRIDGE CY 502 $390.03 195795.06 601-40005 CUT STONE VENEER SF 132 $31.20 4118.40 601-40300 STRUCTURAL CONCRETE COATING SY 215 $15.91 3 20.6 602-00020 REINFORCING STEEL EPDXY COATED LB 81,668 603-01185 18 INCH REINFORCED CONCRETE PIPE CL III COMPLETE IN PLACE LF 20 603-10180 18 INCH CORRUGATED STEEL PIPE LF 475 603-30180 18 INCH STEEL END SECTION EA 2 604-30005 MANHOLE SLAB BASE 5 FOOT EA 1 730.19 2730.19 604-00305 INLET TYPE C 5 FOOT EA 1 $1430.10 $1430.10 606-01370 TRANSITION TYPE 3G EA 2 $1242.89 $2485.78 606-02005 END ANCHORAGE FLARED EA 2 $1664.12 $3328.24 606-10200 IMPACT ATTENUATOR SPECIAL EA 1 606-10805 BRIDGE RAIL TYPE 8 SPECIAL LF 152 607-11525 FENCE PLASTIC LF 500 608-00010 CONCRETE CURB RAMP SY 22 609-21020 CURB AND GUTTER TYPE 2 SECTION II-B LF 80 $25.11 $2008.80 609-60011 CURB TYPE 6 SECTION M LF 480 $13.57 $6513.60 613-00300 3 INCH ELECTRICAL CONDUIT LF 385 $2.70 $1039.50 614-00011 SIGN PANEL CLASS I SF 14 614-00012 SIGN PANEL CLASS II SF 55 614-00216 STEEL SIGN POST 2X2 INCH TUBING LF 224 618-01992 PRESTRESSED CONCRETE BOX DEPTH LESS THAN 32 INCHES SF 890 620-00020 SANITARY FACILITY EA 2 .4 626-00000 MOBILIZATION L S 1 $71487.30 $71487.50 627-00004 EPDXY PAVEMENT MARKING GAL 185 $78.01 114431,85 627-30105 PAVEMENT MARKING SYMBOL EPDXY WHITE SF 376 630-00000 CONSTRUCTION ZONE TRAFFIC CONTROL LS 1 TOTAL BID COST TOTAL BID COST IN WORDS: One Million One Hundred Seventy Three iXty-two cents 0 0 0 • • Is 7095 East Harmony Road Bridge Replacement Bid Schedule Addendum 2 (FOR PERFORMANCE AND PAYMENT BONDS, AND UDBE GOALS) 700-00010 F/A MINOR CONTRACT REVISIONS FA 1 $180,000.00 180000.00 700-70011 F/A PARTNERING FA 1 $5,000.0 0 .00 700-70016 F/A FUEL COST ADJUSTMENT FA 1 $15,000.00 700-70018 F/A ROADWAY SMOOTHNESS INCENTIVE FA 1 $50,000.00 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT FA 1 $50,000.00 700-70021 F/A OJT COLORADO TRAINEE FA 1 $200.00 700-70023 F/A OJT COLORADO TRAINING PROGRAM FA 1 $525.00 700-70380 F/A EROSION CONTROL FA 1 $25,000.00 $25000.00 TOTAL BASE BID 11499648.62 TOTAL BASE BID IN WORD,�S• (FOR CONTRACT VALUE) ne Million, Four Hundred Ninety Nine Thousand, Six HundredZFourty Eight Dollars & Sixt -two Cents. 9. Acceptance of Fuel Cost Adjustments Bidders have the option to accept Fuel Cost Adjustments in accordance _with the Revision of Section 109 - Fuel Cost Adjustment. To accept this standard special provision the bidder must fill in an "X" next to "YES" below. No Fuel Cost Adjustment will be made due to fuel cost changes for bidders who answer "NO". If neither line is marked, the Department will assume the bidder rejects Fuel Cost Adjustments for this project. After bids are submitted, bidders will not be given any other opportunity to accept or reject this adjustment. (Mark only one line with an "X"): Yes, I choose to accept Fuel Cost Adjustments for this project. No, I choose NOT to accept Fuel Cost Adjustments for this project (if neither line is marked, the default is "NO", I choose NOT to accept Fuel Cost Adjustments for this project. 10. The CDOT Form 347, Certification of EEO Compliance, is no longer required to be submitted in the bid package. This form certified that the contractor/proposed subcontractors were in compliance with the Joint Reporting Committee EEO-1 form requirements. The EEO-1 Report must still be submitted to the Joint Reporting Committee if the contractors and subcontractors meet the eligibility requirements (29CFR 1602.7); we will, • however, no longer require certification. For additional information regarding these federal requirements, please refer to: http://www.eeoc.gov/stats/jobpat/elinstruct.html • 11. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. Rev10/20/07 Section 00300 Page 4 RESPECTFULLY SUBMITTED: Lafarge West 7n CONTRACTOR BY: Kenneth R. Ball Dec, 17, 2009 Signature Date General Manager Title 00239 License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address 1'8$0 N. Taft Hill Rd Fort Collins Co 80521 Telephone (970) 407-3600 Email N/A • 0 Rev10/20/07 Section 00300 Page 5 0 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors • Rev 10/20/07 0 SECTION 00410 BID BOND Lafarge North America, Inc. KVOW A7,L MEN BY THESE PRESENTS: that we, the undersigned dba Lafarge West, Inc. as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ Five Percent (5%) of Amount Bid 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, 7095 East Harmony Road Bridge Replacement.. -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 labox 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, fox 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. Rey IW..0/07 Section 00410 Page 1 0 • IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 3rd day of December , 20,U, and such of them as are corporations have caused. their corporate sells to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIRAL Lafarge North America, Inc. dba Name: Lafarge West. Inc. Address: 1800 N. Taft Hill Rd. (SEAL) SURETY Safeco Insurance CoLnl2any of America 1001 4th Avenug. Suite 1700 Sandra E. Bronson Title: Attorney -in -Fact Rev10/20107 section 00410 page 2 0 Mp Safeco Insurance Company of America General Insurance Company of America Liberty POWER 1001 4th Avenue vpmutUA OF ATTORNEY Suite 1700 Seattle, WA 98154 KNOW ALL BY THESE PRESENTS: No. 5014 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *SANDRA E. BRONSON; ROSEMARIE CAPONI; RICHARD A. JACOBUS; DENNIS C. LAUSIER; ELIZABETH MARRERO; MAUREEN MCNEILL; WAYNE G. MCVAUGH; MARY C. OTEARY; ADRIENNE SEAFORD; DOUGLAS R. WHEELER; DARELLA E. WHITE; Philadelphia, Pennsylvania********************************«+F+***********«** its true and lawful attomey(s}in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21 st March )009 A. y of Dexter R. Legg, Secretary Timothy A Mikolalewski Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by --facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the. Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 1 ` day of SEAL qCSEAL a 19 5 X 192% ( pthtu�,a> Dexter R. Legg, Secretary S-0974/13S 3/09 WEB PDF 0 0 EAST HARMONY ROAD BRIDGE REPLACEMENT Pre -Bid Meeting December 1, 2009 215 North Mason Street Community Room City of Fort Collins Engineering Department Please Sign -In Bid Opening ■ December 17, 2009 000', 3:00 PM (our clock) ■ 215 North Mason Street, 2nd Floor Purchasing Department ■ Contractor must turn in CDOT form 606 & 714 with the bid. Project Schedule ■ Substantial Completion: 150 calendar days from Notice to Proceed. ■ Final Acceptance: 14 days after Substantial Completion. 0 Introduction ■ City of Ft. Collins ■ Jin Wang, Project Manager ■ Joe Crabill, Construction Inspector ■ John von Nieda & Bennie Salgado, Surveyors ■ Syl Mireles, Traffic Operations ■ John Stephen, Purchasing ■ Testing ■ CTL Thompson Plans & Specifications ■ Available for download at ■ http://secure2.fcgov.com/bso/login.jsp Project Schedule ■ Fossil Creek Reservoir Inlet — April 1st ■ Ditch company might start drawing water from the Poudre after this date ■ Highly recommend all work along/in the ditch be completed by this date 1 • d Cash and Bank Deposits SAFECO INSURANCE COMPANY OF AMERICA FINANCIAL STATEMENT—DECEMBFsR 31, 2008 Assets S 267,363,750 *Bonds —U.S Government.............................................13,359,352 *Other Bonds........................................................... 2,353,906,395 *Stocks.................................................................... 281,8313749 RealEstate..................................................................... 0 Agents' Balances or Uncollected Premiums ................. 557,216 809 Accrued Interest and Rents .................................... 34,037,369 Other Admitted Assets ........................................... 444.51707 4 Total Admitted Assets -„«««.„«„«„„.„«„«„« Liabilities Untamed Pramiwra.............................................. $ 666,660,985 Reserve for Claims and Claims Expense...................1,577,767,462 Funds Held Under Reinsurance Treaties ............... 430,979 Reserve for Dividends to Policyholders ......................... 2,164,985 Additional Statutory Reserve ................................ _ Reserve for Commissions, Taxes and Other Liabilities .............................................. 935383360 Total.„«»«..«.„«„«„«.««..«„„„.«„«„„...«„ S3,128,407,771 Special Surplus Fraids...... $ 3,399,995 Capital Stock ................................ 5,000,000 Paid in Surplus................................346,118,1W Unassigned Surplus ................... 415307334 Surplus to Policyholders.«„«„»_«..„„„„.« 769$25.437 Total Liabilities and Surplus«„«„«..„„„„„..,„„ � n�233 t SOB T3 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. Securities carried at $113,%4,922 are deposited as required by law. SEAL a�� lg5ar,� I, TIM MIKOLATEWSn Vict-President of SAFECO Insurance Conipany of America, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as ofDecember3l, 2008, to the best of my knowledge mid belief. IN WITNESS WHMEOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of March, 2009. .t+t1lW _ .-,.—.,e. _. &t 262a 309 SECTION 00420 0 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: Lafarge West, Inc 1800 N. Taft Hill Rd. 2. Permanent main office address: FortCollins-,Cn 90591 3. When organized: December 2001 4. If a corporation, where incorporated: Delaware _ 5. How many years have you been engaged in the contracting business under your present firm or trade name? 8 years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) County Rd 17 Resurfacing $2 9 Million Fall 2009 Harmony/Shields Intersection $1 2 Million Rummer 9009 City of Fort Collins 2009 Overlay $ 2 1 Millinn Fall 9nog Harmony Vane Overlay Albany Wy, $8nn,onn FA11 9009 7. General character of Work performed by your company: Asphalt Paving Aggregates, Ready Mix Sal s 8 6 Have you ever failed to complete any Work awarded to you? No If so, where and why? N/A Have your ever defaulted on a contract? If so, where and why? N/A 10. Are you debarred by any government agency? If yes list agency name. N/A Rev 10/20/07 No La Section 00420 Page 1 0 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. Wal—Mart Supercenter $1 7 Million April 2009 Fnrt Cnlling, Parking lot Lemay Ave WidenfAg $2.1 Million Sept. 2008 Fort Collins, Street Widening City of Greeley 2008 Overlay $1.8 Million Dec. 2008 Greeley, Street Revair 12. List your major equipment available for this contract. Please see list of equipment 13. Experience in construction Work similar in importance to this project: City of Foft Collins Overlay Project Larimer County Round-abouts at Taft Hill Rd. and Vine Harmony / Ziegler Widening 14. Background and experience of the principal members of your organization, including officers: Steven B Peterson Vice President 20+ Years Kennathy R. Ball General Manager 9+ Years Bdb Tews Operations Manager 30+ Years 15. Credit available: $ Unlimited 16. Bank reference: Wells Fargo Bank 1800 289-3557 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? Yes 18. Are you licensed as a General CONTRACTOR? Yes If yes, in what city, county and state? Ft Collins, Larimer, Co. What class, license and numbers? General Contractor's License 00239 19. Do you Contract? If yes, what and to whom? anticipate subcontracting Work under this Yes percent of total contract? Please see schedule of subs 20. Are any lawsuits pending against you or your firm at this time? No IF yes, DETAIL N/A Rev10/2-0/07 Section 00420 Page 2 LAFARGE WEST, INC. EQUIPMENT LIST ASPHALT PLANTS -4. LOADERS 4 Oft Distributors' 1 5 Michigan Loader : .18 Field Conveyors 1 75A'Michigari Loader- 2 Draglines TRAILERS W/RAMPS SPRAYERS 1 AC Loader 11 Light plants & Generators TERRAIN HYDRA CRANE 14 Conveyors, portable 1 125 Michigan Loader 17 Silos 1 175E Michigan Loader .3 Baghouses 2 966 CAT Loader 1 275E Michigan Loaders TRUCKS & AUTOMOBILES TRUCKS - 22 Passenger Cars 3 920 CAT Loaders 10 Single Axle Mechanic's TRUCKS 7 910 CAT Loaders 2 Single Axle FlatBeds TRUCKS 1 Tandem Flatbed - 2 936 CAT Loaders 7 Single Axle Water 1 950 CAT Loader TRACTORS 4 Single Axle Water 3 Scoopmobiles 1 '224 CAT Loader. 2 Tilt Trailers 40 Pickup Trucks COMPACTORS 7 Tandem Patch Trucks 2 Vibro Plate Compactors .6 Tandem Water Trucks CAT 815 22 Tandem Dump Trucks 30 Over -the -Road WEIGHING EQUIPMENT 1 Scales 2 Gravel Tailers 4 Ramsey Belt Scales 1 Gravel Tractors 10 Tool Trailers SCRAPERS 7.Oil Trailers 5 613 CAT Scraper 1 4000 Gallon Water ROAD WIDENERS 1 Pipe Traiilsr 1 Blaw Knox'Road Widener 8 Lab & Office Trailers 5 Loboy & Hiboy Trailers RAILROAD CARS 1 Rock Trailers • 35 Gondola Type Cars 3 Single Axle Fuel Trucks 7 1-Ton w/Dist.•Tanks TRACTOR - CRAWLERS 2 Farm Tractors _ 1 634 CAT Dozer U 21. What are the limits of your public liability? DETAIL $17 Million What company? 22. What are your company's bonding limitations? $225 Million 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at Noon_ this 17th day of De emh 20D1• Lafarge Weser'. Inc. Name of B' er By Title: General Manager State of Colorado County of Larimer Kenneth R. Ball being duly sworn deposes and says that he is General Manager of Lafarge, Tnr 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 m t is 17th day of December , 20M. otary Public ����` E" YqX%O TA � Patrese E. Yarbrough d Q: My commission expires March 28, 2013 % (P '4bU1300 OF-`�� fill Rev 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 15% of the contract. ITEM SUBCONTRACTOR Milling Striping Cut Stone veneer StrnrtnrP FX F. Dirt Bridge & Cnntrnrtnr Seeding/Landscaping Bridge Shoring Bridge Sealing Guardrail Traffic Control Quality Traffic Control, Inc. Tree Removal Don Kehn Construction Inc Colorado Strijpe Wright, LTD Farquhar Masonry Srhm;At Farthh„ilders Naranio Civil RK Hydro Seeding, LLC RgUOA ftRKe7-9igging ABCO Contracting CO Inc. Ideal Fencing Corp. Quality Traffic Control, Inc. Jordans Tree Moving • r� • Section 00430 Page 1 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO. ANTI -COLLUSION AFFIDAVIT LOCATION Harmony Road —Ziegler road to Strauss Cabin Rd. Fort Collins, CO 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 price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. 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. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contractor's firm or company name By Date Lafarge West, Inc. 1800 N . Taft Hill Rd. Title Fort Cinillins- en AQ521 Kenne Ball General Mana e 2nd contractor's firm or company name. (If joint venture.) By Date Title Sworn to before me this day of, )V ., n\bV,-_ 20Dr� _..eti1 a 16i 3 ibl Nb... Notary Public - �� (��- "" •st C� -%� -- ommission expires �� A VMY COMMISSION EXPIRES 012011 .0 NOTE: This document must be signed in ink. N�.• P U S \_1G; Q`F • Q'P �� • • • • •' • �0���� COOT Form #606 1/02 ��.. OF C`C!i �i ` .,. SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed 0 • • • SECTION 00510 NOTICE OF AWARD Date: January 15, 2010 TO: Lafarge West, Inc.. PROJECT: 7095 East Harmony Road Bridge Replacement OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated December 17., 2009 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 7095 East Harmony Road Bridge Replacement. The Price of your Agreement is One Million .Four Six Hundred Forty Eight 'Dollars and Sixty Two.rCeri -ed, Ninety. ,Nine 1 499, 6A81-62). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by February 1, 2010. 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 C Ja es B. O'Neill, II, CPPO�PGP D' ector of Purchasing & Risk Management Section 00510 Page 1 • SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 15th day of January in the year of 2010 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Lafarge West, Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 7095 East Harmony Road Bridge Replacement and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by PBS&J, with the construction contract being administered by the City of Fort Collins Engineering Department, 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 Complete within One Hundred Fifty (150) calendar days after 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 within One Hundred Sixty Four (164) calendar days after the date when the Contract Times commence to run. 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