Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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