No preview available
HomeMy WebLinkAboutCORRESPONDENCE - BID - 7676 E LINCOLN & S LEMAY AVE IMPROVEMENTS (2)City of F6rt Collins Purchasing October 6, 2014 MA Mortenson Company Attn: Dale Heter 1621 181h Street, Unit 400 Denver, CO 80202 RE: 7676 E Lincoln & S Lemay Ave Intersection Improvements Dear Mr. Heter: Financial Services Purchasing Division 215 N. Mason St. 2ntl Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707- fax fcgov. com/purchasing Thank you for recently submitting a bid to the City of Fort Collins for 7676 E Lincoln & S Lemay Ave Intersection Improvements. — Your firm was not the low bidder and in accordance with contract specifications, your bid bond is being returned to you. We appreciate the time spent in preparing your bid response and we hope you continue your interest in City of Fort Collins' projects. If you should have any questions, please contact me Sincer, G rry S. Paul Director of Purchasing and Risk Management Enclosures: Bid Bond GSP:bd City of F6rt Collins Purchasing October 6, 2014 Walsh Construction Attn:Matt Walsh 8139 Open View Place Loveland, CO 80537 RE: 7676 E Lincoln & S Lemay Ave Intersection Improvements Dear Mr. Walsh: Financial Services Purchasing Division 215 N. Mason St. 2"" Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707- fax fcgov. com/purchasing Thank you for recently submitting a bid to the City of Fort Collins for 7676 E Lincoln & S Lemay Ave Intersection Improvements. Your firm was the low bidder and in accordance with contract specifications, your bid bond is being returned to you. We appreciate the time spent in preparing your bid response and look forward to working with you. If you should have any questions, please contact me S3rS. ,GPul I Director of Purchasing and Risk Management Enclosures: Bid Bond GSP:bd City of F6rt Collins ��' Purchasing October 6, 2014 Connell Resources Inc Attn: William Anderson 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 RE: 7676 E Lincoln & S Lemay Ave Intersection Improvements Dear Mr. Anderson: Financial Services Purchasing Division 215 N. Mason St. V4 Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707- fax fcgov. com/purchasing Thank you for recently submitting a bid to the City of Fort Collins for 7676 E Lincoln & S Lemay Ave Intersection Improvements. Your firm was not the low bidder and in -accordance with contract specifications, your bid bond is being returned to you. We appreciate the time spent in preparing your bid response and we hope you continue your interest in City of Fort Collins' projects. If you should have any questions, please contact me. Sinc r y, Iq rry S. Paul Director of Purchasing and Risk Management Enclosures: Bid Bond GSP:bd City of Fort Collins �Pu,�nas,�,9 SPECIFICATIONS AND Financial Services Purchasing Division 215 N. Mason St. 2Id Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/Purchasing CONTRACT DOCUMENTS FOR E LINCOLN AVE & S LEMAY AVE IMPROVEMENTS BID NO. 7676 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS AUGUST 14, 2014 - 3:00 P.M. (OUR CLOCK) 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 SECTION 00020 INVITATION TO BID SECTION 00020 INVITATION TO BID Date: July 23, 2014 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 August 14, 2014, for the E Lincoln Ave & S Lemay Ave Improvements; BID NO. 7676. If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. O. 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 7676. The Work consists of the construction of two, dedicated left turn lanes on Lemay Avenue. One at Magnolia NB and one —1000' north of Magnolia / Lemay NB, just south of the Back Porch Restaurant. A second left turn SB on Lemay to EB Mulberry will be added. Lincoln Avenue will be widened to accommodate a center reversible turn lane along with a pedestrian path and a dedicated right turn lane into the Woodward Technology Center. More specifically, the project includes: removals as defined in the plans, embankment, erosion control, water and sewer main stubs, stormwater pipe installation, concrete curb and gutter, full depth asphalt pavement, median / parkway irrigation and plantings, concrete sidewalks and traffic control. Permanent signage, permanent striping and construction staking will be completed by the City of Fort Collins. 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. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin. A prebid conference and job walk with representatives of prospective Bidders will be held at 2:00 PM, on August 4, in the Training Room (Conference Room 2E) at 215 N Mason Street, Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at: • City of Fort Collins BuySpeed: https://www.fcqov.com/eprocurement 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. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. City of Fort Collins Gerry S. Paul Director of Purchasing & Risk Management 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. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 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. 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. 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 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. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 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. 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 hall 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 is 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 00300 BID FORM SECTION 00300 BID FORM PROJECT: 7676 E Lincoln Ave & S Lemay Ave Improvements Place: Date: In compliance with your Invitation to Bid dated , 20 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment Bonds is as follows: 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through BID SCHEDULE (Base Bid) BID NO. CONTRACT ITEM NO. CONTRACT ITEM QUANTITY UNIT UNIT COST COST 1 201 Clearing and Grubbing 1 LS $ 2 202 Removal of Tree 54 EA $ 3 202 Removal of Median Tree 39 EA $ 4 202 Removal of Tree Stump 5 EA $ 5 202 Removal of Median Shrubs and Topsoil (stockpile, redistribute) 1,790 CY $ 6 202 Removal of Concrete Irrigation Structures 1 LS $ 7 202 Removal of Pipe 121 LF $ 8 202 Removal of Traffic Barricade 2 EA $ 9 202 Removal of Bollard 4 EA $ 10 202 Removal of Pavement Markings 0 SF $ 11 202 Removal of Sidewalk 72 SY $ 12 202 Removal of Concrete Pan 160 LF $ 13 202 Removal of Curb and Gutter 3,177 LF $ 14 202 Removal of Concrete Curb Ramp 16 SY $ 15 202 Removal of Median Cover/Splash Guard 1,063 SY $ 16 202 Removal of Concrete Pavement 553 SY $ 17 202 Removal of Asphalt Mat 5,664 SY $ 18 203 Unclassified Excavation (CIP) 5,225 CY $ 19 203 Embankment (CIP) 1,118 CY $ 20 203 Haul and Dispose 2,800 CY $ 21 203 Borrow (Class 5 or 6 ABC) (CIP) 1,381 CY $ 22 203 Muck Excavation - (CIP) 1,307 CY $ 23 203 Potholing 1 LS $ 24 208 Erosion Control (SWMP, BMPs, Permits) 1 LS $ 25 210 Reset Traffic Sign 21 EA $ 26 210 Reset Riprap 6 CY $ 27 210 Reset Fire Hydrant 1 EA $ 28 210 Reset Water Blow Off 1 EA $ 29 210 Reset Bus Stop Bench & Sign 1 EA $ 30 210 Reset Mailbox 1 EA $ 31 210 Adjust Manhole 5 EA $ 32 210 Adjust Valve Box 2 EA $ 33 304 Aggregate Base Course (Class 5 or 6) 5,917 TON $ 34 306 Reconditioning (8 Inch) 10,414 SY $ 35 403 Hot Mix Asphalt (Grading S) (75) (PG 64-22) 2,408 TON $ 36 403 Hot Mix Asphalt (Grading S) (100) (PG 64-28) 1,269 TON $ 37 403 Hot Mix Asphalt Patch (Gradins S) (74) (PG 64-22) 73 TON $ 38 412 Concrete Pavement (8 Inch Driveway) 425 SY $ 39 412 Concrete Pavement (11 Inch) 1,014 SY $ 40 412 Enhanced Concrete Crosswalk 49 SY $ 41 412 Median Nose 17 SY $ 42 506 Riprap (Type L) 10 CY $ 43 603 8 Inch PVC Sewer Pipe (CIP) 70 EA $ 44 603 15 Inch RCP (CIP) 58 LF $ 45 603 15 Inch HDPE Pipe (CIP) 168 LF $ 46 603 15 Inch Concrete End Section 1 EA $ 47 603 15 Inch HDPE End Section 1 EA $ 48 603 18 Inch Reinforced Concrete Pipe (CIP) 32 LF $ 49 603 24 Inch Reinforced Concrete Pipe (CIP) 264 LF $ 50 603 24 Inch Reinforced Concrete End Section 1 EA $ 51 604 Inlet Type R (5 Foot) 1 EA $ 52 604 Inlet Type R (10 Foot) 2 EA $ 53 604 Manhole Slab Base (4 Foot) 2 EA $ 54 604 48 Inch Flat Top Storm Sewer Manhole 2 EA $ 55 608 Temporary Asphalt Sidewalk (3" Depth) 299 TON $ 56 608 Concrete Sidewalk (6 Inch) 1,473 SY $ 57 608 Concrete Curb Ramp w/ Truncated Dome (8 Inch) 143 SY $ 58 609 Curb and Gutter Type 2 (Section I-B) 2,757 LF $ 59 609 Curb and Gutter Type 2 (Section II-B) 2,239 LF $ 60 610 Exposed Aggregate Median Splash Guard (4 Inch) 1,781 SF $ 61 610 Exposed Aggregate Median Cover 1,590 SF $ 62 619 8 Inch PVC Water Main (C-900) 50 LF $ 63 619 8 Inch x 6 Inch Reducer 1 EA $ 64 619 8 Inch x 24 Inch Tapping Saddle 1 EA $ 65 619 8 Inch Gate Valve 1 EA $ 66 619 Fire Hydrant Assembly 1 EA $ 67 626 Mobilization 1 LS $ 68 630 Type III Barricade 3 EA $ 69 630 Construction Zone Traffic Control 1 LS $ Landscaping Items 70 207 Median Topsoil 1,790 CY $ 71 207 Tree Lawn Topsoil 319 CY $ 72 207 Lincoln Ave Parkway Topsoil 250 CY $ 73 212 Dryland Seed 47,475 SF $ 74 213 Landscape Boulders -'A' Boulder 31 EA $ 75 213 Landscape Boulders -'B' Boulder 28 EA $ 76 213 Landscape Boulders -'C' Boulder 16 EA $ 77 213 Landscape Weed Barrier Fabric (ALL Inorganic beds) 739 SY $ 78 213 Steel Edger 1,560 LF $ 79 213 Wood (Organic) Mulch 9,420 SF $ 80 213 Inorganic Mulch 6,650 SF $ 81 214 Ornamental Street Tree 2" 32 EA $ 82 214 Deciduous Street Tree 2" 3 EA $ 83 214 Shrubs 5 Gal 418 EA $ 84 214 Perennials 1 Gal 536 EA $ 85 214 Ornamental Grasses 1 Gal 337 EA $ 86 214 Landscape Maintenance (2 Year) (Medians Only) 1 LS $ 87 623 Irrigation System -Medians 15,653 SF $ 88 623 Sprinkler Irrigation, West ROW, served from Private Property 7,308 SF $ 89 623 Drip Irrigation, West ROW, served from Private Property 1,400 SF $ 90 623 Bubbler Irrigation Zones to New Trees, West ROW, north of Magnolia 2 EA $ 91 623 Bubbler Irrigation Zones to New Trees, West ROW, south of Magnolia 6 EA $ 92 623 Irrigation Concrol System- Medians and southwest tree bubbler zones 1 EA $ 93 623 Back Flow Concrete Pad and Enclosure- Median 1 EA $ Landscaping Items- Phase 2 94 212 Turf Sod - West Parkway 7,330 SF 95 213 Landscape Boulders -'A' Boulder 10 EA 96 213 Landscape Boulders -'B' Boulder 7 EA 97 213 Landscape Weed Barrier Fabric (ALL Inorganic beds) 138 SY 98 213 Steel Edger 420 LF 99 213 Wood (Organic) Mulch 1,500 SF 100 213 Inorganic Mulch 1,250 SF 101 214 Ornamental Street Tree 2" 11 EA 102 214 Deciduous Street Tree 2" 10 EA 103 214 Shrubs 5 Gal 60 EA 104 214 Ornamental Grasses 1 Gal 70 EA TOTAL BASE BID IN WORDS 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: CONTRACTOR BY: Printed Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address Telephone Email Date SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and , as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 7676 E Lincoln Ave & S Lemay Ave Improvements. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of , 20_, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: Address: SURETY By: By: Title: ATTEST: Title: By: (SEAL) (SEAL) SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: 2. Permanent main office address: 3. When organized: 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 7. General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. 12. List your major equipment available for this contract. 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: 15. Credit available: $ 16. Bank Reference: 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General Contractor? If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? 20 If yes, what percent of total contract? And to whom? Are any lawsuits pending against you or your firm at this time? IF yes, DETAIL 21. What are the limits of your public liability? DETAIL What company? 22. What are your company's bonding limitations? 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at this day of , 20_ Company: By: Title: State of County of is (Name) Printed: being duly sworn deposes and says that he of (Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of , 20 (Seal) Notary Public My commission expires: 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 SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD DATE: [Date] TO: [Contractor] PROJECT: 7676 E Lincoln Ave & S Lemay Ave Improvements OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated [Contractor's Bid Date] for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 7676 E Lincoln Ave & S Lemay Ave Improvements. The Price of your Agreement is ($ ). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by Date . 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER 0 Gerry S. Paul Director of Purchasing & Risk Management SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the [Dayl day of [Monthl in the year of 20[Yearl and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and [Contractorl (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 7676 E Lincoln Ave & S Lemay Ave Improvements and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by Interwest Consulting Group. City of Fort Collins Engineering Department is hereinafter called ENGINEER and 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 fifty (50) 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 twenty (20) 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 preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as Liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Two Thousand Dollars ($2,000) for each calendar day or fraction thereof that expires after the fifty (50) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Two Thousand Dollars ($2,000) for each calendar day or fraction thereof that expires after the twenty (20) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: Dollars ($ ), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract retainage five percent (5%) of each progress payment, 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. If, in the sole discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER 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. 95% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application Section 00520 Page 3 for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if necessary, 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 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: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application 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 OF SHEETS 1 COVER SHEET 2-3 GENERAL NOTES 4 SUMMARY OF APPROXIMATE QUANTITIES 5-7 HORIZONTAL CONTROL PLAN 8-9 TYPICAL SECTIONS 1 0 - 1 3 REMOVAL & RELOCATION PLAN 14- 19 ROADWAY PLAN & PROFILES 20 - 22 MEDIAN PLAN & PROFILES 23 - 26 GRADING PLAN & EROSION CONTROL PLAN 27.28 INTERSECTION GRADING PLAN 29 - 31 UTILITY PLAN & PROFILE 32 - 35 SIGNING & STRIPING PLAN 36 - 40 CROSS SECTIONS 41 -47 CONSTRUCTION DETAILS L1 - L7 LANDSCAPE PLANS IRO -IRS IRRIGATION 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 to , inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. OWNER: CITY OF FORT COLLINS By: DARIN ATTEBERRY, CITY MANAGER By: GERRY S. PAUL DIRECTOR OF PURCHASING AND RISK MANAGEMENT Title: Date: Attest: City Clerk Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 Approved as to Form Assistant City Attorney CONTRACTOR: [CONTRACTOR] 0 PRINTED Title: Date: (CORPORATE SEAL) Attest: Address for giving notices: License No.: SECTION 00530 NOTICE TO PROCEED Description of Work: 7676 E Lincoln Ave & S Lemay Ave Improvements To: [Contractor] 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 M Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20 CONTRACTOR: [Contractor] By: Title: SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate SECTION 00610 PERFORMANCE BOND I:=1►C.a KNOW ALL MEN BY THESE PRESENTS: that (firm) (address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the [Dayl day of [Month , 20 Year , a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 7676 E Lincoln Ave & S Lemay Ave Improvements. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of , 20_ IN PRESENCE OF: (Title) (Corporate Seal) IN PRESENCE OF: IN PRESENCE OF: (Surety Seal) Principal (Title) (Address) Other Partners By: By: Surety By: (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. SECTION 00615 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (firm) (address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the [Day] day of [Month], 20 Year , a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 7676 E Lincoln Ave & S Lemay Ave Improvements. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of IN PRESENCE OF: (Title) (Corporate Seal) IN PRESENCE OF: IN PRESENCE OF: (Surety Seal) Principal (Title) (Address) Other Partners By: By: Surety By: (Address) , 20 NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7676 E Lincoln Ave & S Lemay Ave Improvements PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: [Contractorl CONTRACT DATE: [Datel 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. 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: 20 TO: [Contractor] Gentlemen: SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE You are hereby notified that on the day of , 20_, the City of Fort Collins, Colorado, has accepted the Work completed by [Contractor] for the City of Fort Collins project, 7676 E Lincoln Ave & S Lemay Ave Improvements. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated [Contract Datel. 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: SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: [Contractor] (CONTRACTOR) PROJECT: 7676 E Lincoln Ave & S Lemav Ave Improvements The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of , 20 CONTRACTOR: [CONTRACTORI M Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this by Witness my hand and official seal. Notary Public My Commission Expires: day of 20_, SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: [Contractorl PROJECT: 7676 E Lincoln Ave & S Lemav Ave Improvements CONTRACT DATE: LUaLte 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 , 20 (Surety Company) M ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE 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) 0 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 - CONTRACTOR INFORMATION Trade name/DBA: Owner, partner, or corporate name: Mailing address (City, State, Zip): Contact Person E-Mail address: Federal Employer's Identification Number: Bid amount for your contract: Fax Number: ( Business telephone number: Colorado withholding tax account number. Copies of contract or agreement pages (1) identifying the contracting parties EXEMPTION INFORMATION and (2) containing signatures of contracting parties must be attached. Name of exempt organization (as shown on contract): organization's number: 7Exmpt - 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: I completion date: 1 declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of owner, partner or corporate officer: Title of corporate officer: Date: DO NOT WRITE BELOW THIS LINE Special Notice Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Chew 6EXIA01, ('C)\L)I"IlC)\S hare tarn developed b\ using, the ""I"A\1).1R[) (;GNGR:1[. OP'TI[I; CONTRACT prepared by the Engineers Joint (-ontract Documents Committee. I,;I('I)(' \0 1911)-8i 09(1 Edition). as a tense ChanLcs to that document arc sho%yn by underlining test that has been added and striking through text that has been deleted. I'JCDC: (i FNI�,RAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY ON 1'ORT COLLINS MOD11 1CATIONS (1Z1:V 9/99) TABLE OP CONFENFS OF GENE CONDITIONS Article or ParaLraph Pase Article or Parwraph Pale \umber :Title \umlcr \umlkr :'Iltle \umhcr 1 DEFINITIONS 1 _ PRJ--I.I\{F\ARY \I:\TTLRS I I Addenda I I Delicern of Bonds 3 1 \greenlent...........................................I , , Copres ot"Dlcuments.......,....,...........? 1 ; Application for Payment _ _ l ; Commencement of Contract 1 4 Asbestos 1 I intcs'. Notice to Proceed 31 1.3 Bid 1 '.4 Starting the Work 3 1 6 Bidding NK:uments 1 7 Before Starting (_'onstruction. 1 7 Biddimi Requirements _ I C'( )\ f- -A('T( )R's Responsibility 1 S Bonds.._ ....................... I to Report. Preliminary SchedJles. I Chance Order I Deliver• of Certificates of 1 11) Contract Documents 1 Insurance 3-4 1.1 1 Contract Price I Preconstruction Conference 4 11- Contract 1-ones _ 1 '_y Initially Acceptable Schedules -I 1 13 ('ONTR ('T( )R 1 114 def>C!n•r>I 3 C( NTR-WTD(X'U\IENTS INTENT, 1 13 Drawinos 1 A\11iNDINti. Rki Sk 4 1 lb liftectn•e I)ate ofthe ALreement 1 3 1-3 Intent a 1.17 ENGINELR ._ 1 3.3 Reference to Standards and Speci- I I'I EX61NEER's Consultant I lications of Technical 5oclrties. 1 19 Field Order_ _ _ _ _ _ I Reporting and Resoling Dis- t -10 General Requirements .........................- crepancies„ ........................... ,... 1-> 1 1 Hazardous \%aste - 14 Intent of Certain Terms or 1 33 a Lass and Rceulations: Lass of AdIectJtes.....................................> Rr_ulatrons 3.3 UnrndJne Contract Uoculents b Legal Ilolidays _ 3 ii SupplrmrnunL Contract I `3 Liens Documents 1 24 \111estone 1 3 7 Reuse of Documents 1 -3 Notice of Award 1 20 Notice to I'rexced 4 AVAILABI1,11 Y O1• LANDS. 1.27 OWNER SL BSl7ZF:\Ck; AND PHI SICAL CONDITION,, 11ti Partial l-tilization 3 KIiFLRI;\(']: POINTS _. I.19 1-C'Bs 4.l Alailabilil� of Lands �-b 1 3O Pettolel1111 -I , Sl1hSlJrfBi.e and Physical 131 project Conditions o 132 a RadioactiveMaterial .................... ........= 4 1 Reports and Dtallin`5......... ,_,,,,•... ... (> 1 3 h ReLular Workmo Hours 4 Limited Reliance hw I ;; Resident ProjrctyRrpresentatil c T( )R Authorized Technical 1.34 Samples- _ _ _ _._ = Data 1 3> Shop Drawings_ _ _ _ _ _ 3 4 ' 3 Notice of Differing Subsurface 1 30 Specifications ...................................... or Physical Conditions. ............. _(> 1 37 Subcontractor -1 ' 4 ENGINTER's Review ti 1 38 Substantial Completion _ 4 - 3 Po-ohle Contract Dccuments I.39 Supplementary Conditions _ Chan_r _ _ h IAH Supplier _ _ _ _._ _ _ _ 1. .(i Possible Price and Times 41 Underground Facihtles 2-3 Adju Still ents r;-7 1 42 l nit Prcc Work 3 43 Physical Conditions-1 ndcrLround 143 Work Faclliucs 7 1 -W Work ChanLc Directive 4 3 1 Shown or Indicated 7 1,45 Written Amendment 3 4.3. Not Shown or Indicated 7 4.4 Reference Points 7 [JCL(' (_JLIL1(AL C( )NDI110NS 1910-811990 LDrr101'i ran car Lora l oi.t.r�s �IonIF1r•:rnu�s lrcr� 9 ,91 Article or Paragraph Page Article or Para,raph Past \um her x: Title \umlx-r \umber X- Title \umber a i Asbestos. P('Iis. Petroleum. Ilazardous Waste or Rlldioactivc Material,„,,,,,,,,,,,,,,,,,7-s 5 HO\I)S AND I\St RAWh . ....................__......8 5,1-5._ Pertorinance. paylllent and Other Bonds S 3 Licensed Sureties and Insurers - Certificates of Insurance s 4 CO\ I RAC I OR's Liability Insurance 9 5 O\1 \ER's Liability Insurance 9 6 Property Insurance_ _ _ 9-I 5 7 Boiler and Machiner or Addi- tional Property Insurance _ _ _ _ Io \otice of Cancellation I'rotision III > 9 CO\TRACTOR's Responsibility for I )eductihle Amounts III In Other Special insurance I() I I \l'aiv er of Rights I I 13 Receipt and Application oC Insurance Proceeds III -I I 14 Acceptance oCRonds and Insu- ance: Option to Replace _ I I 5,1 Partial Utilization -Property Insurance _ _-_ _ II o CON`I RAC'I OR'S RFSPONSIRII.I TIES ............... I I 6 1-6 ' Supelvislo❑ and Superintendence l I 63-6 Lahor- Materials and 1,:quipment_ 11-11- 6.6 Proaress Schedule 11 6.7 Substitutes and "Or -Equal" Items. ('(_)\TR:\( "1( )R's fixpense. Substitute Construction Methods or Procedures. l:\Ci1\I:l{It's 1-1valuatlon 11-13 txs-fi.I I Concernima Subcontractors. Suppliers and Others. Waiver of Rights 11-I4 6 l'_ Patent Fees and Ro\alties 14 6 l ; Pei nuts 14 6 IT kalSs and Rcsulations 13 6,15 Taxes I4-I5 6,16 L se of Prenl ises 15 6 17 Site ('leanliness I> 6 Is Sate Structural Loading 1> 6 I Record Documents 1 6 --n Safety ind Protection 1 �S-16 6, 1 Safet} Representative 16 ti 11 Hazard Communication Prcxsrams 16 6.�3 Emeruencies _.. 16 14 Shop Drag'ings and Sain ples 16 6 `> Submittal Proceedures. CON- TRACTOR's Review Prior to Shod Draping or Sample Submittal 16 Shot) 01-mvin4'_ L- Sample Suhllllt- tals Reete\%b\ ENGI-NEER 16-17 6 27 Responsibility for Variations From Contract Documents 17 ti ,s Related Work Performed Prior to f-NGINKI:R's Review and Approval of Required Submittals 17 6 39 Continuing the Work _ 17 6.3n UO\TRAC'T(:)R's General Wairalli and Guarantee 17 t5 31-6 33 Indemnification 17-1 S 6.34 Sur\ivalofOhligatiuns,,,,,,,,,,,,,,,,,,,ls 7 OTI IIiR WORK is 7.1-7.3 Related Work at Site Is 74 ('CK)ldinauon Is S. O\V\FR'S R1SPoNSIBILI'ttl-:S 18 S I C'ommunwallons to CON- TR.\CTOR _ is S. Replacement of E\(-ifNT:ER_ _ _ _ is Furnish Data andpav Pn:nlptly When I )uc IN S 4 Lands and Easements, Reports and 'tests 15-19 s. Insurance .... ........... .......... . 1') 8.6 Change Orders _ I9 S 7 Inspections. Tests and Approvals ............... _.................. 19 s s Stop or Suspend \Volk. 'terminate CO\TRA('1'OR's SeriIces, 19 s.9 Lnnitations on OWNER'S Itesponsihilities _ 19 s 111 Aslxstos. PCPs. Petroleum, Hazardous Waste (It - Radioactive Material 19 s. I I Et idence of FinancEil Arrangements _ _ l9 9 E\Gl\EER'S STATL"S DI_Rf\G C( l a 9 1 OW\lMs Representative _ 19 9.' Visits to Site1`-- 9 3 Protect Representative _ 19-11 ') 4 t'larifications and Interpre- latlollS _I 9 4; Authorized Variations in \16rk '1 I: ICDC (',LS[RAL. O )MA I IONS Ili Iu-S 1199u I Dl 17UA) to (ITY ul- P-.-,RT O.-CLI\S \IODIFICAT1(r\S iRL\' 9 99) Article or Paragraph Pay-e Article or Paragraph ll.m e \unibLr.X Title \unlber \untlier Y: Iitle \umlier b Rejecl= I)e'/eciry Work 11 7-()(,) Shop Drncings. ('hange ( )rders and Paiyments '1 lrr I)eterminaticns for l nit Prices 11 -1 1 9.I 19 1 I)ecisions on I)isputes' E\(iI- MEEK as Initial Interpreter, _ _2 9I; Limitations onENGI\EER's )NuthoritN. and Responsibilities_ _-'3 (' IAVil-.S IN I III: \\ORK 'i lii l ( )\CNF,( ) R's rdered Chanec _3 10.- Claim for Adjustment 3 It) 3 Work Not Required be Contract Documents 23 10 4 Change ()i ders �3 lii > Notification of Sure[• '3 ClIAVik OI. COVTR: -I PRI(•1 13 11 I-11 3 (`onlrict Price. Claim for Adjustment. Value of the Work '3--4 11.4 Cost of the \lurk,,,,,,,,,,,,,,_,.,,,,„,,,'4-'� 11 i F.sclusiuns to Cost of the Work 1i 11 6 CO\l R.-AC I OR's I-ee _s 11.7 Cost Records _.S--o I I.S Cash Allottances ............................... 'o I I y 1_giit Price ACork CILLNGE OF C(_)\TR\CT TI\.1E5 II 1 Claim for Adjustmcnt _ 10 1 1.' Time of the Essence '6 12.3 Delays Bevand CONTRA('TOR's Control 'G-'7 1' 4 Delay's Beyond O\CNI:R's and C(-)V'rR.VT(Ws Control '7 TESTS AND INSPECTIONS. C'C)[LRI:C'TION REMOVAL OR ACCEPI".)C\CE OF DF1-7ic'77IT' \CC)RK '7 13 1 Notice of Defects '7 13 ' Access to the Work '7 13 3 Tests and Inspections: C'(-)\TR.-\('IOR's Cooperation -'7 13.4 O\CMER's Responsibilities. Independent Testing Lalior ior\ _ _'7 13 > C(-)NTP-\CT(_)R's Responsibilities _ _ 27 13 6-13 7 Covering \\'ork Prior to Inspec- tion, l eslin_ or Approt al_ -'7 13 5-13 y f'ncocerm-, Work at EN6I- M3ER's Request 27-'S 13 1(I OWNER May Stop the \Cork„,•.,,,,,,'S 1.3 11 Correction or Removal of 13.12 Correction Period _8 13 1 ? Acceptance of Deb/ec live Work ' 13 14 (=)\\11--R \1av Correct De/rrlrl'r \\ of"k 14 PA)A11-ars rO rO\ l kAC I OR A\I� CO\ IPLE LION 'o 14 1 Schedule of \ aloes 14.' Application for Progress Pagnlent - 14 3 CON I kAC I OR's Warrant\- of Title '9 14 4-14 7 Rev low of :Apphcauons for Proeress Pacments 19-30 14.5-14.9 Substantial Completion 1 30 14 In Partial L-tiliration 30-31 1411 Final Inspection .............................. 1 14 1' Final Application for Pa\nlent31 14 1 -14 14 final Pn -men1 and Accept:lnce +1 14.1 \Caiaer of Claims 31-3' 1 SL-SPENSION OF \C( )RK AND I ER\IINAI ION 3_2 I> I OWXER\lay Suspend \Cork_,,,,,,,,3_2 I -2-1� 4 O\\'\ER \iav Terminate 31 15.5 CONTRA( `rc )k \lac stop Work or Terminate -33 IG Dlsprm RESOL[TIO\ 3.3 17.1 Gi\-ina Notice 33 17.2 CompulaUon of Times _ ._ 33 17 1 Notice of Claim 33 174 Cumulative Remedies 33 17S Professional Fees and Court Costs Included _ 33 17.o .-Applicable State Lat%s _ - -34 Intentionally left blank _ _ _,35 E\IIIBIT (IC -A (Optional) Dispute Resolution Agreement _ GC -Al to I-loo Arbitration _ (;('-A] lo.7 Mediation _liC'-AI ��� t.)crk� cta:ut.ar c� ��.ixnotis lvu�-s i iv�lu I_urnotii lc o�n car 1 Dior (ot.t.r�s �tontFtr•:rnu�s ircr\ � ,�,i INDEX TO GI?NERAI. CONDITIONS ('it\' of Fort ('oIIins modifications to the general ('onditions of the ('onstruction Contract are not shown in this index \rticle or Paragraph Number Acceptance oG- Ponds and fnsumnce s la t /ecrire \fork I u -1 I. 13 13 final payment _ _ _ _ _ > 11 14 l � insurance 5.14 other Work, be C( )\Tlt\(`E(_)R - 7 3 Substitutes and "Or -Equal" Items _ o 7 1 Work h\ ( M'\TR 630. 6 34 :access to the -- I .-Inds, O11'\hk and I. I R•a('I )R responsibilities _ _ _ .. _ _4.1 site. related Work _. 7 Work, 13 ^_. 13. 14. 14 :\cis or 01111sstons--..\ct'. and Ont issions-- CONI'kM,IOk 69 1. 9.13 3 hViI\1i1.'R 6 n. 9.13 3 O\t1ER ddenda--definition of(also see definition of Specifications) _ _ (I ri. I lu- n P))- I 1 Additional Ptopert\Insurances s 7 Adlumments-- Contract Price of Contract FIInes 1,5. 4 1. 4.3. 2. 4. 5,=. 4 s 3. 9 4. 9 S. 10 2 - I IL.1. 11. 12. 14 S. I I progieSS Schedule _.. _ __.f ,.6 ALreem ent-- dctinitlon of ....................................................... l "All -Risk" lnsurance. police form .5,6.' Allowances- Cash I I S :\mending Contract Documents s \mendment. \Cnttetl - in ecneral 110. 1 35 3 5, i II s 12, 0 6 2 6)82.6.19,In1, ua.11� ...........I ................ 1-1.131'-2.147� \ppeal. \TR or C'OXTR_-V'TOR intent to 9.10. 9.1 I. 111,4. 16.2. 16.i Application tot Pavntent- definition of 1 3 F,XGINEER's ResponsibilIt}................................9 9 tinal payment 9 L3 4, 9135. 14 12-14 13 in general _,S. '.9. 6.4. 9.1u. Is.s progress payment _ _ _ _ _14.I-14.7 I view of 14.-1-14 7 Aihitiation to ]-too claims pursuant thereto 4 5 2. 4 s 3 C( )\'ERA('TOR authorized to stop Work 4.5.' definition of _ ... 1.4 )Lrticle or Paragraph Number MV\FR responsibility for _ _ 4 s 1. S lu possible price and times change _4 s 3 Authorized Variations in Work 3.6. 6.25. 6.27, 9.i Availability oL Lands 4 1. S 4 Award. Notice of --defined _ _ _ _ I -s P,efore Starting Construction .......... -_ S Pid--definition of Li i 1 11 11L 2 3- 3 3 4'.64. o 13, 11,43. 11 911 Biddinu Documents --definition of I6(oS'') Bidding Reduirements--(Iefinition of 1 7 0 1, 4 6 -1 Ponds -- acceptance of _ ` 14 additional lxrnds lu. s. I I.4.,5.1) (`ost of the Work I I s a definition of _ _ _ _ _ I S deli\erc ot.................................................... 1. ; I final Application for Payment _ _ 14 13-14 1.1 general ..........I ............. J In, IsI-s 3. s 13. 9.13. DO. 14. 7.0 Pert rmance. Pa\ment and ( )ther 1-S Bonds and Insurance --in ggeneral Buildei's risk "all-risk" polio' form C6 Cancellation Provisions, Insurance 3 4 11, s S. 13 Cash Allowances I l S Certificate of Substantial Completion 1.35. 6 31).2.3• 14 S. 14 Ii) Certificates of Inspection, 9.13.4, 13.5, 14.1' Certificates of Insurance 7. *;.3, s a 11, i 4 13. 6 s. 5 S. s 1.3. S) 13.-3. 14 1 Change in Contract Price -- ('ash Allmwinces 11 S claim for price adjustment_ _ _ _ 3, I. 4.2.6. 4.5. S. I s, 0.X.2. 9, 9 11. l(I -. I()S, I I . l3 (). 1313, 1314, 147, 1s 1. 1;; COXTR:V(R)R'sfee......_.................._......,.....I16 Cost of the Work general 11.4-11.7 Exclusions to. I l.s ('ost Records 11.7 in general 119. l 44.911. 11)42, 1043- 11 Lump Sum Pncng.........................................I 13 \otiticatlon of Swett• In_> Scope of.. .. 110-111.4 Teslina and Inspection, I ncovel Ing the Work 130 y IJCDC GLA[RAL. CU'SDI IR iNS Ili Iu-S (199u LUI-17Uti) to (ITY ul- F-.-,RT iRL\' 9 99) t'nit Price Rork I 1 '-) .Vticle or Paragraph Num her \'aloe of \\'oak l l Change in Contract 'llmcs-- ('laint tic tinter ad lustlnetlt,,.._ 4 1, 4 2 (i. q 5. 5 15, 6.S.2. 9.4. 9.5. 9.11. lU.2. lli.5. 12.1. _139. 13 1 i 13 -1- 14T I> L I>S Contractual time limits_ _ _ _ I_ Delays lie and CONITC\CTOR's control 1_` Iklays beyond (AV\I-R's and CON"I RACl OR's control 12.4 Notification of surety .... .. ....... .......... ....... In Scope of change _ _ Ili.3-I().q Change Ordet:s-- :\cccp[ance oWelective \\'ork 13.13 Amending Contract Documents„.„...„,.. 3 5 ............. Cash Allowances 11 S Change of Contract Price I I Change of ( 'ontract Times _ 1 (`hanges in the \\oak 11) C( A IRAC I(Ws tee 1 1 G Cost of the Work 11 4-1 1 7 Cost Records 11 7 definition of 1.9 emer_encies 6.23 ENGINEER'S responsibilit\ _ _ 9 S. P) q. 11 3. 1 _' I execution of In.} Incentnitiction ..........................G 12, (, lb. 631-633 Insurance, Bonds and ; Ili. 513. IO O\\ N7iR may terminate I S.2-15.q O\\1FR's Responsibility _ _5.6, 10.4 Physical Conditions-- Subsut face arid,, .......................................... . 4 l'ndeiaround Facilities-- L 3 Record I)ix.untcnts 6.19 Scope of Change _ _ _ l U?- W. 1 5ut.'sldutes 63, 6.8,2 I_'nit Price Rork 11 9 value of"Work. ork. co\'eted b\ I 3 Changes In the \\•oak 1 i Notification ofsuret\• lrl M-NER's and CONTRACT( )R's responsibilities._ _ _.. _ _ _JHA Right to an adjustment Scope ufchange................ 1i13-10 J Claims -- against CON IRAC IOR 6 10 auainst ENO INE* ER 6.32 saninst O1\'\kk 6 .� ('hanLe of'( 'ontract Price Q -l. 11 Change of Cattract Tinter......._•,,,,,,,,._...._0 4. 1' 1 CONTR.ACT(R's q. 7 L 1) 4. 9 �. 9 11. to '. 11 2, 11 9. 1 - 1. 139. 148. .... ......... ............. . 15.1. 1 5. 5. 17.3 m CON'l*kAC ['( )R's I -cc 1 1 6 Axticle or Paragraph \ um leer CONTRACT( R's liability 4, 6 12, 6 16. 6.31 Cost of the 1\ ork 11 q, 11 > I)ecislons on I)isputes..............................19.11, 9 12 Dispute Resolution _ _ 16.1 Dispute Resolution Agreement _ _ - It) _I-I(_i6 LN(iI\EER as initial interpretor Lunlp Sum Pricing _ I l Notice of 17_3 O\\ \ I: R's 3, tt ,. 9 l 1 l t l ..................... 2. 1 1 2. 11 9 12.1. 13,1). 13.13. 13.14. 17.3 AVNER's liability > cA\NER may refuse to make pa�inent _ 14 7 Professional Fees and Court Costs Included 17 3 request tier formal decision tin 9 11 Substinae Items 6 7 1 2 Time E.xtcnsion 1 - 1 Time requirements _... 9.1 I, 12.I Unit Price l\ oak l 1 9 3 Value of 11 3 \Caiverof--on Final Payment lq la. 1.11i Work ('hanae Directive lu written notice required_ _ y.l I. I I.., II- I Clarifications and Interpretations, _ 3.6.3. 9.4. 9.11 Clean Site (; 17 Codes of Technical Slcicty. Otganization of Assoclation 3 13 Commencement of Contract "I'intcs Communications -- general _ _ _. 0.2. 6.9.2. 8.1 hazard Communication Piogranls_ _ _6 Completion_ Final Application tie Payment,-- ... ­..... 1' Final Inspection _ 1411 Final Payment and Acceptance 14.13-14.14 Partial l'tilization 14.10 Substantial Completion _1 3S. 14X-149 \\ alvel of Clalllis 14 1 i Computation of Ilnles _. _ _ _.17 _ 1-17 Concernine Subcontractors" Suppliers and Others 6.5-6.1 I Con ferences-- initiall acceptable schedules _, 9 preconstnlction .................... ....... 81 Conflict, Erroi, Ambiguity. Discrepancy_ CON IRAC I OR to Report _ 2 S, 3.3 2 Con5lrlaClion. before startin_ by COM RACTOR 7 Construction Machinerv. Equipment. etc, 64 Continuing the Work 6 3i), I 4 Contract Ehxunlents-- amending 3 5 Bonds 5.1 t.)cr>L� cta:ut.ar c� ��.Ixno'us Ivu�-s I Iv�iu i_urnotil \� can car l Deer � ol.t.r�s �tontFlr•:rnu�s Ircry � ,�)i Cash Allowances 11 8 Article or Piragrlph Number Change of Contract Price._ .................................. 11 Change of contract 'limes I Changes in the\\ork .............................. 104-10 check and verify i ClanGcations and Interpretations 3, 3 (i- 9 4. '> 11 definition of l lu k,\GI\I:l:R as initial interpreter of _ 911 FAGI\H-k as O\\ NI:R's representative .... .... .... ,eneraD Insurance Intent _ _ _ _ 3.1-3.4 minor variations in the \\'oik 36 (AV\kR's responsibility to furnish data 8.3 MV\TR's responsibility to make Prompt payment _. X 3, 14 4, 14 1 3 precedence_ ? I. 3 3 3 Record Documents ().19 Reterence to Standards and Specitications of Technical Societies 3 3 Related \\•ork 7_ heportin, and Resoh•me Discrepancies...... y - .. . Reuse of 3.7 Supplementing _ _ _ .. _ 3.6 Termination of LNGI'\�LLR's L;niploynient 3 I l nit Price \\'oik 11 9 Visits to Site. F.ti(;I\kH,R s Contract trice-- adjustment of _ _._ 3.3. 4.1. 9.4. 1(1.3. 1 L'-11.3 Change of I I Decision on Disputes, ..... 9 11 definition of 1 11 Contract ']lines-- adjustmenl ol3.3. 4.1. ).4. iu.3, I- Change of 12.1-12.4 Commencement of 1 3 definition of......................................................1.. 1� CONTRACT(( )R-- Acceptance of Insurance _ _ _ S 14 Conrin unicalions 6.'. 6.(±. , Continue Work _ _ 6.'9. 10 4 coordination and scheduhna 6 9' definition or 1 13 Limited Reliance on Technical Data Authorized 4 = _ \la\ Slop Work or Terminate l>.� provide site access to others 7', 13 Safety and Protection 43 1 `. 6. 16. 6 18, ...................................... G' 1-61-3. 7'. 13' Shop Diawing and Sample Review I'nor to Submittal Stop Work requirements_ 4 C(A I'R:A(' I OR's - Article or Paragraph 'member Compensation Continuing Obligation....................................1.3 1 i Deli aii c• Work 9.6. 13, l 1)-13.14 Duly to correct deleclive Work 13 It I )tit\ to Report-- Chanees in the \Volk caused by hmcrzcncv 6 '3 Detects in Work of Others,,,,,,,,,,,,,,,,7.3 Differim_ conditions 4 -2.3 Discrepancy in Documents _ . s. ; ; ' o 14 Cnder,round Facilities not indicated 4.3.' Gnleigencies 6' Lquipment and Machinery Rental Cost of the \Volk 11 4 I•ee--Cost Plus 11 4 3 6, 11 > i. 11 6 (;eneral Warranty and Guarantee 6 ;O Hazard Communication Programs 6 „ Indeml nl ficalloll _,.,. 6. 12. 6. 16. 6,31-0.3i Inspection of the\kork................................ 7.3. 134 Labor. Materials and Fquipnlenl ....................ci 3-6, Lnws and Regulations. Compliance by 6 14 1 Liability Insurance 5.4 Notice of Intent to Appeal _ _ 9.10. IHA obligation to Perform and complete the Work 6 3() Patent fees and Royalties, Paid for b\................... 0 1' Performance and Other Bonds S i Permits, obtained and paid for bc_ 6.13 Prc?eress Schedule _.. (.'.S.'.9, 6.6. 619. 1O4. 11 Request for formal decisionon disputes, .... l 1 Responsibilities -- Changes in the \\ork ID i Concerning Subcontractors. Suppliers and Others 6.8-6.11 ('ontinuln' the Work 6'9. 10 4 CONTR.VTok's expense .... ....................... e,i 7 1 CONTR-v'rO R's General Warranty and Guarantee 6 3() ('O\TR C'TOR's review prior to Shop Dr<nvin, or Sample submittal _ _6.'5 Coordination of \York Emergencies ti '3 CNGINTGR's evaluation, Surntia.ltes or "Or-F.qual" Items ti 7 3 For .acts and ()missions of Others 6 9 1-6 9 2, 9 1 for deductible anlounts.insurance >' aellerai 6. 7', ......................................... 7 3, X 9 Ilazaldous Co111III Lill Icatlon Programs G „ Indemnification 6 31-0 33 Nil G ICLk' GL S[ItAL. CUADIT IONS 19Iu-S 1199u LUI-17UA) to (ITY ul- P-.-,RT O.-CUNS \IODIFI(':\TI( r\S iRL\' 9 99) Lahor.Materials and Equipment 63-6S CONFRACFORS--Other_ 7 kmvs and Reeulatlons 6 14 Contractual kiability Insurance S 4 Itl Liabilitv IRSllrancl' 5,4 Contractual Time Limits 11 , Article or Paragraph Number Notice of variation front Contract Dcx;umenls 6._7 Patent Fees and Royalties, _. 6 1-' Perm its 6 I Pi oeress Schedule 6.6 Record Documents 6 19 related \Cork pei fornred Ili mi to E\GINEER's appro\ al of required subm ittals 6 �S safe structural loading 6.I8 safetc' and Protection ti (i, 7 �. 11 Safety kepresentatice _ 6 21 Schcdulins the \\'ore t, o Shop I)rawings and SanlPles_. _6 24 Shop Drawings and Samples Review by ENGIXEE,R 6.26 Site Cleanliness 17 Submittal Procedures 0 2 substitute Construction Methods and Procedures 6 7 2 Substitutes and "Or -Equal" Items _ 6.7.1 Superintendence _ _ _ _ _ 6 2- Supervision ...__ 6.1 Sur\ ival o tObhgat Ions 034 Taxes ( I Pests and Inspections _ 13 To Report Use of Premises o.16-6.1 6,31).-2.4 Review Prior to Shop I )mwin, or Sample submittal............ _...........................6 Right to adjustment tier changes in the \Cork10 rir,ht to claim 4. 7 l. 9 4, 9 3, '? 11. 1 n 7.1 1 1 11.9. I'.1. 13.t,. 14.5. 13.1. 15.3, 17.3 Safety and Protection 7.2. 13.2 saletyRepresentative Shop Drawings and Sam plcs Subntittals6_4-6 28 Special COnsuItants_ _.. _. _...... 11.4.4 Substitute Construction Methods and Procedures 6 7 Substitutes and "Or -Equal" Items. E\pense_ . 6,7.1. 6.7.2 Subcontractors. Suppliers and ( )thers 6 S-6 11 5upcivision and SuperintendellCe. „„,h 1, b.-1. 6, 1-1 Taxes. Pavinent by ; l I se Of Premises b 16-6 1S Warranties and guarantees 6.>. 6.31i \\'arrant\• of Title 14 3 Written Notice Required-- CONTR\CT( )R stop Work of term mate, ....... 1; Reports ot'Diftering Subsurface and Phlsical ( Iunditlons 4 2 3 Substantial Completion _ _ ..14.8 Article or Paragraph Number Cool dutatIon-- C'(_).NTK.ACTOR's responsibility ('OPiesol T)cxalments Correction Period 13 l' Correction- Removal Or Acceptance Of Da%l'C111V \\ Ork-- In general ................................... In 4 1. 13 1u-13 14 Acceptance of Da/cclile \Cork_ _ _ _ 13.13 Correction or Remo\'ill of DrJecln•e Work _ _ 6.30. 13.11 Correction Period 13 1' O1C\I:R \iav Correct Da/L�ctive Work 13 14 O\\\TR Ma\ Stop Work .................... 13 In of 'Tests and Inspections Records 1 1.7 Cost of the \\ ork-- Nonds and insurance. additional Cash Discounts CONTR:\('TOR's I.ee Employee Expenses Exclusions to Geneial1 1 4-11 Home office and overhead expenses .............. Losses and damages Materials and equipment Minor expenses Payroll costs on changes pertoi need 1)1- Sutx.ontractors Records 11.7 Rentals of construction equipment and machinery Royalty payments, permits and license fees Site office and tenlporar� facilities Special Consultants, CONTR:\C'FOR's Supplemental Talcs related to the Work Tests and Inspection Trade Piscounls I - tilities. fuel and sanitarfacilities Work after regular Coveting Work 1 Cumulative Remedies Cutting, Fitting and patching_ 1)nta. to he furnished I)\• O\\'\f"k I)ay--definition of _. Decisions on Disputes_._ ...... ... ...9. chJ�Cttrt?--definrtum of......... _... .......... cL /dc'1tve \\"ore-- Acceplance of _ 10.4. 1.14 11 4 S ; „1 1 4 4 11 4S 114S4 134 11.4,-2 114S7 .111 4 1 3 6- 11 7 74-173 7, -' S3 17 11.91� 1 14 13.13 EJCDC (_lE1LKAL C()NDI FIONS 1910-8 119911 LDI M i1'1 Correction or Removal of Inn 1, 13 11 Correction Period 13 1 in general _. .. _ 13. 14.7. 14.11 Article or Paragraph Number Ohsen'ation by E\GI\EI:R 9I (AVNER \1av Stop Work . 13.111 Prompt Notice of Detects _ _. 13 1 Rcjectin _. _ _ 96 1_'ncovel ina the Work 13 8 Definitions _ _ _ _ _ 1 I )elass 4 1. 6 29. 12 3-1 _ 4 ........... .......................... Dehvery of Bonds l Deliver' otcertificates of insurance 7 Determinations for unit Prices _ 9.I(I Differing SllbAll-f lCe or Physical Conditions-- \oticc of 4 .i ENG1\T?F.R's Review ...................................... -1 _ 4 Possihle ('ontract Documents Chanize -1 5 Possible Price and fines Adjustments 4 ` 6 Discrepancies-Reporlin_ and Resolving _ �, 3 3 . (; 14 Dispute Resolution-- Agteenlent................................................ 6) 1-16.6 Arbitration 16 1-16 eenerall6 Mediation 16.6 Dispute Resolution Agreement _ I 1-1() (, Disputes. Decisions by F.NGIM-ER...................`.' 11-9 1-2 Documents-- CoPies of Record 6. l ) Reuse of 3.7 L)ravings--definition ul 1 I-S Easements -E 1 Fft:ctIve date tit' :\grCelli ent -- definition of 116 I;nlerooncics 6 23 ENGINEER -- as initial interpreter on disputes. _ 9.11-9.12 definition of 1 17 l.itnitations on authority and responsihilitieti..... 91.1 Replacement of, _ _ S -' Resident Project Representative 9 3 ENGINEER's Consultant -- definition of 1. IS b-MA N E ER s-- authority and responsibility. limitations on 9 13 :\uthorized l"anetitinS in the Work 9 Change Orders, responsibility fol o) 7. lti, 11. 1- Clarifications and Interpretations .16 3. 9 4 Decisions on Disputes _ _ 9.I1-9.1' tkIective Work, notice of 13 1 livaluation of Sulntitute Items 6 73 Liabiht ,....................... ............................. 9 1 Notice Work is Acceptable 1a 13 Observations ..................................... ...... 6 3" 1 9 O\\"\ER's Representative _ l I'a_�'ments to the ('(A I RAC I OR. Responsibility for _ 9.11. la Recommendation of Pavnlent 14 4, 14 13 Article or Paragraph \unlhcr Rrsponslbilrties--Limitations on _ 9.I I-9.13 Revie\v of Reports on I)ifliring Subsurface and Physical Conditions 4 _' 4 Shot, Dim%Jings and Samples. review responsihiht _ 6 26 Status DurinB Calstructlon-- authorized variations in the Work q Clarifications and Interpretations Q -t 1ecisions on Disputes _ _ _ _9. 1 I Determmations on i-nit Price i IO 1:\GI\F.I:R as Initial Interpreter 9 I-9 1- F\cif\1a:R's Responsibilities 1 91-91 � I.nllrtations on Ii\(;INI?I?R's Authorim and Responsibilities j 13 M-M R•s Representative `i 1 Project Representative ReJectinePe/awnV \\ork..............................9.(i Shop Draltings. Change Orders m and Payents 9 7-9 9 Visits to Site 9 = t-nit Price determinations 9.I(i \ ISITs to Site 9 Wt itten consent iequlre�...............................7 _. 9 1 Equipment La1xu, \letcnels and ........................ r; 3-65 Equipment rental. ('(-At of the Work _ 11 4S Equivalent Materials and Equipment t,.7 error or omissions 6.33 Evidence otFinancial Atiangements 1 11 Fsplorations of physical conditions ........................4 11 Fee, CONTRACT( R'%--Costs Phis. 11.6 Field Order-- delinition of .............................................. I.19 issued by IiNGINEER 3.6.1. 9.5 Final Application tier Payment 1.1 11 Final Inspection....................................................1 11 Final Payment - and Acceptance _ 14 13-14 14 Prior to. for cash allomrices 11.8 General Provisions .................................... 17.3-17.4 General Requirements -- definition tit' I '() principal references to _ _ _' (;, 6 4. 6 6-6 7, 6 -'4 Giving Notice 17 1 Guarantee of Work--hv ( )NTRA( R)R 6.31), 14. 12 Hazard Communication Proorams 6 -_ I tazardous Waste - definition of 1 -1 general a (A\\ER's responsibility tilt ............................... ` l() i� L ICLV 61-M-RAL O )M) TIoNS 191u-S 1199u LUIttUti) to �1T1� C!P P.-ART ['�.-LLISS \IODIPI�':\TIG]S IRL\' 99`/l Indemnification 6 11 6 16, 6 31-6 33 Initially Acceptable Schedules Inspection _ Certilicates of 9 13 4. 13 >. la 1 Final 14 11 Article or Paragraph \unt Ixr Special. required byE\G1\EER _ , -_ 9 o Tests and Approval_ _ 87 13 ;-1 3 4 Insurance -- Acceptance of" by (AN,-\ E K _ _ _ _ _ _ _ _ _ _ 3 14 .additional. required hx changes in the Work 11.4.5.1) Before startinu the Work 7 Bonds lend --in general Cancellation Provisions S Certificates of 2 7, .3. 3_i, .3 4 11. s 4 13. 15.6.3. > S. 3 14. 9 13.4. 14.1-1 completed operations > 4 13 `t( )R's Liability 4 )R's objection to covcraLe la ('ontlactual I.iabillly 4 lib deductible amounts+('O11 RAC I OR's responsibility .............; > Final Application for Payment _14 12 Licensed Insurers 3 \olice requirements, material changes S. 1(),5 (-)ption to Replace _ _y _ � la Other Special InsuranccS......._.,,_..................I.....10 Ol4TIER as fiducran for insureds 3 12-> 13 M%*\ER's I.rabillty > ; OAV\'ER's Responsibility Partial Utilization. Property Insurance _ �. 1 Property _ _. III Receipt and Application of Insurance Proceeds 11-> 13 Special Insurance lu Wan er of Ri_hts N I I Intent of Contract Documents 3.1-3.4 Interpretations and ( 'lanfications__ , o 3- 94 Investigations of physical conditions ... .......... ..... a , Labor, Materials and Equipment _ _ _ _6-3-6.j lands -- and Easements SA AN ailahihty of 4.1. 8.4 Reports and Tests _ _ _ _. _ _ S 4 Laws and Regulations --taws or Regulations -- Bonds 1--; , ChanLes in the Work 11)4 Contract lkxuments ..... ... .......................... 3.1 CON I'R:AC I'OR's Responsibilities _6.14 ('orrection Peri(vd,d k,-live Work 13.11 Cost of the Work. taxes _................._.. 11 4 � 4 definition of I „ gencialo 14 Indemnification 6.31-6.33 Insurance Precedcncc i 1, 3 3.3 Reference to _ _ _ _ 3.3.1 Salely and Protection 6 -u. 13 Subcontractors. Suppliers and Others 6 8-6 1 1 Article or Paragraph Number Tests and Inspections _ 135 17se of Premises_ 6 16 Visits to Slle I.mbility Insurance-- CON'1 RACTOR's 4 Licensed Sureties and Insurers 3 Liens -- Application fur Progress Payment 14 CON"I k.-W I OR'S Mirranty of Title 14_3 Final .\pplicatiun for Pad'ment1,4 1_ definition of 1 1.. Waiver of Claims la 1> Limitations on I:\GI\LER's authoritv and responsibilities 1.1111Jted Reliance by C( I RAC I UR Authorized Maintenance and Operating Manuals -- Final Application for Pavment _ _ _ _ 14.12 Manuals (of others') -- Precedence 3 ; i 1 Reference to in Contract Documents33 1 Materials and equipment -- furnished by C( )\'I'RA(' fOR 6 3 not incorporated in Wort _ _. 14.2 Materials or equipment --equivalent _ 67 Mediation (Optional) _ 16 7 Milestones --definition of,.._ ................................... l 24 IISCellatleOUS-- Computation of -'limes _ _. 17 2 Cumulative Remedies 17,4 Un ln_ Notice 17.1 Notice of ('balm 17 3 Professional Fees and Court Costs Included, ..,„.J7 \III Iti-priIII e COW tact s _. _ 7 \ot Shown or Indicated 43 2 Notice of-- Acceptabtl it)' of Project_ _ _ _ _ _ 14.13 Award. delinition of l -S Claim 17 3 Detects.') 3 1 I )ifterinL Subsurface or Physical Conditions 4 2 3 Giving 17.1 Tests and Inspection~ 13.3 V'anation. Shop Drawmg and Sample.................r; 27 Notice to Proceed - definition of _n in- of'. UCLA' <_tLNLKAL C� � IDI [IONS 1910-S 1199 1 VDI I ON'I (�n car Lora o ot.t.r�s �tonlFtr•:rnu�s IrcLy 9 ,91 \otiticetion to Surety' 10 > Observations, hv f:\c l\fil:R 6.311, 9. OCC-Upanc� of the Work_ _ _5.15. 6.30.14. 14.II) )Ili issionsoracts by(')NlR.A(`f( R 69.913 Open Peril police form, Insurance > 6 C)ption to Replace, ...................... 5 14 :article or Paragraph \umber "Or E(ILM]" Items _ _ 1) 7 C)ther work 7 (.)verlime AAork--prolubltlon Of _ _.... __. 6. i :Acceptance ofctaf ctr, Work ...........................1.3 13 appoint an E\61NE-'Eh_ � - as fiduciary :A%-,Il label l tv oll..and, responsibility 4.1 definition of 1.27 data. furnish 8.3 \ fad' Correa De' fective Rork .......................... 1, 3 14 \lav refuse to hake payment 147 \4av Stop the Rork 13 In \lad Suspend Work. "Yet III lnate R S. 1 3 Ill, 15 1 - I � q Payment. make promptS 3. 1.3 q. 1.7 13 pet formanc of other Ncork.......... .... ....... I .......... ,. 7 1 permits and licenses, requirements _ _ _ 6 13 purchased insurance requirements _ 5.6-5.1(1 ( AVNTR's__ :Acceptance of the `A of k 6 ill , Change Orders, obligation to execute S 6. In 4 Communications ................................................. S 1 Coordination of the Work 74 Disputes. request for decision Inspections, tests and approvals _ 8.7. 13.4 Liability Insurance > \otice of Detects 13 1 Representative --Outing Construction. I{\(i11IaiR's Status 9 1 Responsibilities -- :Asbestos. 11C13s. Petroleum. Hazardous \A aste or Radioactive Material S In Change Orders S 6 Changes in the Rork fill communications S 1 (_'( )NTR-A(_•T(_)R's responsibilities S.9 e\ Idence of financial arranventents S. I I Inspections. tests and approvals_ S 7 insurance ....................... .............................. S > lands and easements S 4 prompt payment by _ _ _ _ S 3 replacement of E'NGI\ FEER S.' reports and tests S a stop or suspend Rork S S. 13 I ). I � I terminate CO\TR:ACTOR's services S S. 1 separate representative at site ..............................`) 3 testing— independent 13 4 use or occupancy of the Rork I>. 6.3().'.4. 14.1() written consent or approval required.... ? I. 6 3- 11 4 si I )CDC GLSERAL. O )MA IRiNS Ili Iu-S 1199u I'UI-17Uti) to �1T1� C!P P.-ART ['�.-LLISS \IODIPIC:\TIG]S IRL\' 99`/l -\rticle or Para,raph \umler written notice required 7 I. 9 4. 9 1 I. II .11O147.Is-1 PCBs -- definition of I ) general 4 3 Ol\ NER's responsibi I It\ for _ S.lo Partial I tilization-- definition of 1 18 sencial 6 3() -' 4, 14 lli Property Insurance _ �I Patent Fees and Royalties 6 12 Payment Bonds. _ _ _ 5.1-� - Payments. Recommendation of 14 4-14 7. Id 1 Pa_vrnents to C ONTR 1CT( )R and Completion — Application for Progresspayments _ 14 CON I RAC f( )R's Warranty of Title 14 3 Final Application tier Pacnlen[..........................la 1-2 Finn) Inspcctlnn la 11 Final Payment and Acceptance 14 13-14 14 _eneral S. 3. 14 Partial I.. t,lization 14 10 Retainaae 1 a Review of Applications Ion Pro,ress Payments 14d-14 7 prompt payment Schedule of Values 14.1 Substantial Completion _ 14 5-1-4 0 1\'aiyer ot'Claims la li when payrolents due ................................. 14 4. 14 13 withholding pay'nlcnt 147 Performance Bonds , Peril its 6.13 Pe tt ole wil-- definition of 1.311 general a O\\ \L• R's responsibilitv for Physical Conditions-- I)r %ings oL g in or relatinto 43 1 3 F.NGTNF.Es R'reVle\\.........................................�4 -2 -I existing structures 4 , — general 4 2 1 2 Notice of Differing Sukurface or. 4.2.3 Possible Contract Documents than ,-�e .___. _ 4.-2.5 Possible Price and Times Adjustments_ _ _ _ 4 3 6 Reports and Drawings.....................................4 1 Subsurface and. _ _ _ _ _ 4 -' Subsurface Conditions d - l 1 Technical Data. Limited Reliance b\ CONTRACTOR Authorized 4 2 Underground Facilities -- general 4 3 Not Shown or Indicled 4 3 1 Protection of ......................................... 4 3. (i Di Article or Paraomph \umber Sho\%n or Indicated _ _. 4 3.1 Technical Data 4 III econstr(let [oil Conference Preliminary Mittens Preliminary Schedules _ o Premises. l se of 6 16-6.18 Price. Change of Contract I Price. Contract --definition of I I I Progress Pacntent. Applications fbr _ _ _ _ _ _ _ 14 I'n-yeress Payment--retainacc _ 14 Progress schedule. CO\'I'IlAt" I OR's G. S. _ 9, 6.6. 6.211. 1 IA IS 1 Project --definition cal _ _ 131 Project Representative-- ENGI\TER's Status DunngConsiruction 9 3 Project Representative. Resident --definition of 1 33 prompt payment by Ol\\TR......................................5 .i Property Insurance -- Additional 7 aeneral,5.b-S. I')Partial I tilization 114 111 receipt and application of pio Beds............ 13 Protection. Safety and ,,,,,,,,,,.„,.„,,,,,,,,,,,,,6 -1n-ti _l. 13 Punch list 14 11 Radioacti\C \laternll-- defintion of 1.31 geneial4 S O\\'\F'k's responsibility file„.,. .. .. ..........5 In Recommendation of Payment 144, 14 i, 1.1 1; Record OCCU rents 6 IQ 1.7 1' Records, procedures for maintaining _ _ _ '.S Reference Points 4.4 Reference to Standards and Specifications of'Technical Societies 3.3 Regulations. Laws and iorl r; 14 Relectin, Lkfeem•L! Work 9.6 Related Work -- at Site TI-7.3 Perfilrmed prior to Shop I )rawings and Samples submittals rcele\y „ ,,,,,,,,,¢ 28 Remedies. cunlulatire 17 4. 17 Removal or correction of0el me Work I3I I rental a_reements. ( )\\ \ER approval required 11 4.3.3 replacement of ENUINEER. by OWNER _ X Reporting and Resolving Discrepancies........ 1. 3 3 �, n l-1 _ Reports -- and I )ra\yings 4_ 1 and Tests. t)1\'\I1Rs responsihilit Resident and Project Representative -- definition of I ; provision tie .................... .. ...:.1 3 ............................... EJCDC GEILKAL C( )NDI110 '11910-811990 EDI M i',1 Article or Paragaph \umtx-r Resident Superintendent. ('O\TR:\('T(Ws Responsibilities-- CO\'I'R.\('TOR',,-In general 6 EM31\H-Ks-Ln aener(11 9 Limitations on 9 13 (\\1:--R's-in ecncrll S Retainaee 14- Reuse of I )drum ents 3 7 Re\'ie\\ by CO\ I k:\(' l OR Shop IAawings and Samples Prior to Submittal _ t;.'> Review of Applications for Pro_ress Payments _ _ _ 14.4-14.7 Right tO an adjustment _ _ lo , Rights of 1\ a\, 4 1 Rovalties. Patent Fees and.......................................6 1 Safe Structural Loadme 6 1S Sa f et\' -- and Protection 4 3.'. 6.16. 6, I �. 1, 7 '. 13 Leller:ll () 2II-6.23 Representative, CO'VTR:\CTOR's...................... l tramples- - definition of _ _ _ 1.34 General o.24-6.28 Re\ie\r by (_'(_)\TR-\C'TOR 6 '� Re\ic\% by f-:\(il\ "Ek G'6. G27 related Nock 6 'S submittal of ....... .. .................... 6 24 ............ submittal procedures _ _ _ 6.' Schedule of progress _ _ _ fi. '.S'.9. 6.(i. 1 u 4, 1-; 1 Schedule of shop Drawing and sample submittals ' G.' S-_' 9. 624-6.35 Schedule of Values 6, S--n 9, 14 1 Schedules-- ,\dheremx to 1>.'.1 Adjusting _ _ 00 Change of Contract Times .................................. P) 4 Inriialh':\cceptable_ Prelim inar\' ' 6 Scope of Changes _ _ _ In3-1().4 Subsurface Conditions ................................... . 4.'.1.1 Shop Dra\\'injx-- and samples, g.ncial 6 .1-6?S Change Orders L _ I)plications tier Pavnients, and 9 7-9.9 definition of I-'V'tl\Ii1-,R's approval of _ 3 6.1 E\GI\EER's responsibility for reVIOV ....................... 1) 7. 6 4-6 -'S related Wotk ; �S ie\aew procedures ............... ...... S. ()'-1-()'S Article or Paragraph Number submittal required (i 2-1.1 Submittal Procedures I+,; use to approve substitutions _.- 6 7.3 Sho%%n or Indicated 43,1 Site :\cress 7.2. 13.' Site ('leanhnrss (i 17 Site. Visits to-- bc E\GI\EER 9 _,- 13 by others 13' "special causes of loss" policy fornl- insurancz _ _ _ _ _ _ _ 5.6, definition of _ _ _. _ _ _ .1 3o Specifications-- detltlatlon of _ 1 36 of Technical Societies. reference to 3.3 1 Precedettee 3.3 3 Standards and Specificatic ins of Technical Societies 33 Starting Construction. Before ~tatting the Work _. ' q Slop or Suspend 1\"ork-- by ('0\7R:\CTOR...........................................I; ; by O VM-1R S �, 13 - I I1, 1 N 1 .) ge of materials and equipment _4.1. 7.' Structural Loadirn_. Safety 6.15 Subcontractor-- Concernino- ................................................. ON-6 11 definition of 1- 37 deIays 1' 3 waiver of rights _. _ _ 6.11 Subrontrietors--in general _ _ -_ 6.8-6.1 1 �llbC 011liacls--Iegllli ell provisions..... _.. �.1I. 6.1 I. 11 4 3 Subm Ittals-- :\ppLcatnms for Pad'nient.................................. 14 Maintenance and Operation Manuals _13 1 PrOCedUres .... . ......................... ................ 6._l Prowess Schedules ',6.'.9 Samples ._ .. o Schedule of Values ......I .............................. 13 1 Schedule ofshop Drawings and samples Submissions_ 6,' S-_, 9 Shop Dr, m inus _ _ _ 6'4-6.'s Substantial Completion — certification of 6 30 ' 3. 14 5-14 9 definition Of 1 35 Substitute ('onstructiun Methods or Procedures- 6 7 Substitutes and "Or fiqual" Items .6 7 C'( \TRA( 'TOR's Expense _ 6.7.1.3 I;\(i1M-I-.R's PAALIation .......... b 7 3 „( )r-Equal" (i 7 1 1 Substitute Construction Methods sill IJCDC GLSERAL. O )MA I RNS Ili Iu-S 1199u LUI-17Uti) \e �1T1� C!P P.-ART ['�.-LLISS \IODIPI�':\TIG]S IRL\' 99`/l Article or Paragraph Num her or Pfocedw Cs 6 7 _ Substitute Items 6 7 l _ Subsurface and Ph\sical Conditions-- Drm%in_s of. to or relalne to 4.2.1,_ L'NGfNFER's Re\ie\c _ _ 4 14 general _ _ _ _ .. 4 Limited Reliance by CON"FR-WTOR Authorized 4 __' Notice of I)iffertne Subsurface or Physical Conditions 4._.3 Phv:sical ('onditions _ _._ 4 _ l _ Possible Contract Documents Chanue 4.2.5 Possible Price andTintes Adjustments _ 4 _ 6 Reports and I)ra\ainos _ 4 _ l 5ubsul twee and Suhsurface Conditions at the Site .. 4 _ 1 1 Technical Data 4 _ _ Supervision- C( )NR-V.-R )R's responsibility c l ( )\\ NHR shall not Super \ ise................................. S 9 F.NGI\F.FR shall riot super Ise ................ `)._'. 9 13 _ Superintendence.__ .. _ _ _ r Superintendent. )NT FLACT( )R's resident _ _ 6._ Supplemental costs. _ _ _ _ _ _ _ J 1.4. i Supplementary Conditions-- definttion of 1 39 principal references to 1 W, 1 1�. _. _ 7• a'.,. 4 3_ i 1. i , i 4. S(i-i 9, 5.I1.6.S.6.13. 7.4. S.1L9.3.9.11 Supplementing Contract I)ocumrnts _ 3.6 Supplier - definition ui" 1.411 principal references to........... +.7. 6S. 6.S-6.11, 6 It I, Waiver of Richts 6.11 Surely -- consent to final payment_ 14 1_. 14 14 F.NGINT-:GR has no duty to ............................... 9 13 Notification of 1Ii 1. III i. I> ' qualification of _ l-i 3 Sun iyal of Oblivations - _ _ _ _ I Suspend Work. M \I;R \lac L3.lo. li.l Suspension of Work and Termination- _ _ _ _ Is CONTR\(-TOR May Stop \\'ork or Terminate I i5 O\\'NF,R May Suspend Work _ _ I i l OWN R May Terminate _ - 1 i._-1 i.4 faces --Payment by CON I'R:VTOR 6 15 Technical Data-- Ltnttied Reliance by CONTR\CTOR 4 _ _ Possible Price and Tunes :\djustmente 4 _ 6 Reports of I)IffeI I n g Suhsurface and Physical Conditions 4._.3 fenaporary construction facilities _4 1 Article or Paragraph \um her Ter In lot)-- h\• C( )N'I'RA(" I'( )R 1 i i b\ ( )l\ NF.R ....................................... S S, 15 1-1 i 4 of EV3I\LGIt'semployment _ _ S._ Suspension of Work-in ueneral _ _ I� Terms and Adjectives _ _ 3 4 Tests and haspections-- Access to the \\ ork, h\• others 13 _ CON IIZA('-fOR's responsibilities .......................13 3 cost of 13.4 covering, Rork prior to _ _ _ _ _ _ _ 13 o-13 7 Lims and ReLulalions (or) 13.5 Notice oi" Defects 13 1 O1\ \ER \la\• Stop Work 13 1r O VM—R's independent testing .......................... 114 special required by kNr-;INFFR 9.P, tinJelc notice required 134 L ncocerin_ the\\ ork. at GNGF\GGR's I equest _ _ _ 13 8-13 9 limes-- Adjusllrig...........................................................6 6 ('hange of Contract 1 Computation of 17. Contract Times --definition Of L l_ day 17 11 \lilestones 1 Requirements -- appeals clarifications. claims and disputes _ _ ._`.),I I. 1 I._. 1_ Commencement of Contract TinteS Preconstruction Conference_ ............................. S schedules _ 6- _ 9. 6.6 Stamina the Rork _. _ 4 Title, Warranty of 14.3 lncoyertn_ Work 13.5-13.9 1_nderground Facilities. Physical Conditions -- definition Of 1 41 Not Shorn or Indicated 4 3 -' protection of _ _ _ 4 3. 6 _u Sho\en or Indicated 4.3.1 L nit Price \\ ork-- clatms 11 9 3 definition ol............................._...............,,..., 1 42 ecneral I 1 9. 14 1. 14 > I. nit Prices-- ueneralll.3.1 Determination for 9 lu 1-se of Prem ises 6.16- 6 I S. 6.3u ' 4 ultty owners 6.13. ............................... 6 _o. 7.1-7 3. 13 l'tillzatron, Partial _ 1 _S, > l i. r; 3(i 2.4, 14.10 \ alue of the %\ ork..................................................11 3 Values. Schedule of 2.6. _,S-_ 1). 14.1 UCLA' <_)LNLKAL C( )NDI I IONS 1910-8 11990 LLarr1(IN'I \� can car Lora (oi.t.r�s �tonlFtr•:rnu�s IrcLy 9 ,9I Variations in Work-_\hnor Authorized 6 -13. 6 17, 9 Article or Paragraph \umtxr Visits to Site--b E\G1\EER ') Waiver of Claims --on 1-mal Pavinent 14.1 \\ai\er of Rights by insured parties,......,, 1 I (i l I \\'arrant\ and (3uarantee. General--bv ('C)\TR_ CT( )R o 30 \arrant\ of Title- C( )\'CILA('TOR's 14 3 Work -- Access to 13-� by others, 7 Chanues in the 111 C'ontinuine the. (A )NTRACT()R Mai Stop Work or Terminate 1 Coordination of 7.4 Cost of the, 11 4-11 5 definition of 1 43 neelected be C( )NTR ACT( )R 13 14 other \\ ork 7 O\ -NER May Stop \\'ork _. 13 1O O\\ \ E R Ma\ Suspend 11 ork ................... l 3 l l 1. IS I Related. \\'ork at Site 7 1-T3 StartinL the. _.4 Slopping b\ CONTRACTOR _ _ _ I S Slopping b\ (_AVNT' ,R _. 13,1-15.4 \ allallon and deviation authorized, Illlnor l 6 -. Work Cban@C I)Ilectll-e__ Claims pulskjant to ............................ ................ �ll.� definition of 1 44 principal references to _ _ 3.5.3. 1(1.1-I(1. Written Amendment -- definition of 1 4� principal references to._...........1 II1, 3 5. 5 11I.1 5 I �. ri61 SI(-,19.1().1.11)4. 11 1^1,L31'1147 Written Clarifications and Interpretations _ _.__. _ ,3.6.3.9.4, 9.11 Written Notice Required-- b\ ('O\ l'RACT( )R ...........I .................. 7 1, 9 1(1 9 11, 11) 4, 11 111 by(A\\liR 911)-911, P)4, 11-_', 1314 sc I ICDC GLSERAL. CUADI I IONS Ili Iu-S 1199u I D11-1UA) to (ITY ul- P-.-,RT O.-CUSS \IODIF1(*AT1(r\S IRLV 9 99) (.This page left Malik Intentionally) <_7LILKAL C ( )NDI I IONS 1910-8 1199 1 LL1rrt( r I ran cL Lora � oi.i.r�s ��oniF�r•:rnu�s �rcr� 9 ,9� GENERAL CONDITIONS ARTICLE 1--DEFINITIONS Wherever used tit these General Conditions or III the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof 1 i A title; da--\\'ritten or graphic instruments issued prior to the opening of L'ic-s I%hich clarik. correct or change the Hiddim, Requirements or the Contract I )ocuntcnts 1Agreement—The written contract between O\CNHR and CO\'TRAU'l OR covering the \Cork to be perfomted. other Contract Documents arc attached to the A,rcemcnt and made a part thereof as provided therein. 13 Application fin Pawn&& --The tbrin accepted ht HNGI\HI:R which Is to he used by CONll ACYOR in requesting progress or final l-nyments and which is to he accompanied by such supporting documentation as is required by the ('ontract I )ocuntents 1 d .Isbestas--Any material that contains more than one ixrcent ashestos and is friable or is releasing asbestos fliers into the air ahove current scrion levels estnhlished by the united Stites Occupational Safety and Health .V1nIInIstlaIion 1 5 Biel The often or piolxosal of the bidder submitted on the preK:ribed form setting firth the prices tie the Work to be performed I () Budding Documems--The advertisement or invitation to Lard. Instructions to bidders. the Bid tbrin. and the proposed Contract Documents (including all Addenda issued prior to receipt of [lids). 17 Bidchn,g Requuements--The advertisement or Inyltatlon to [aid. utstnlctJons to bidders. rind the Laid term 1 S Borrch--Peiti)rnlLl ice and payment bonds and other instruments of security I9 Change Orlon --A document recommended by ENGINEER- which is sii-mod by CONTRACTOR and C )\\ \ER :Ind authorizes :in addition, deletion or revision in the. \Cork. or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement I 10 Conlruct Docur wine —The Agreement. Addenda (which pertain to the Contract I)OCUnienls i• CO\7 RAC'l()R's Hid (ineludrn: documentation accompanying the Pid and any post Bid documentation submitted prior to the Notice of Award-) when attached as an exhibit to the A,,,reemcnt. the Notice to Proceed, the Bonds. these General Conditions. the Supplenientan Conditions, the Specifications and the Drawim-, as the EJCD( GE'+EKAI,i.•ti.\UIIIUTS 19Io-811990F:(titi,.nl " CI 1) (WI ( RI CUL1.11S VUDII'ICATIii\S(RE\ 1 _uuu) kvne are more specifically identified in the Agreement, to,ether with all Written Amendments. ('hlmae Orders. \Cork Change Directives. Field I )rders and ENG[NEER." ttTitten interpretations and clarifications issued pursuant to paragraphs?.?. 3.6.1 and 3.6.3 on or after the Effective I)ate of the AoTeement Shop I)rawino suhmInn Is, approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawngs reteried to in 17trag.raphs d , I and -l.'.= are not Contract Documents, I II Contrurt Pace —The money's payable. by O\C\-ER to CONTRACTOR for completion of the Work in accordance with the Contract I )ocuments as stated in the Aureement (subject to the provisions of lximomph 1 L9 1 in the ease of I nit Price Work) 1.11 C'Orrtr2lc'l Times —The numbers of days or the dates stated in the Aareement (i) to achieve Substantial Completion, and (n) to complete the Work so that it is read) for final payment as evidenced by H\GI\I;F.R's written recommendation of final pa�ntent in accordance with paragraph 14 13 113- t'U.AI'IZ,It'7Y)R--Hie person, tiri or coriwrauon with whom O\\'NIiR has entered into the Aorcenient 1 1.1 Ck'12MVI--An adjective which when modifyinp the word \Cork relii%to Work that is unsatisfactor, faulty or deficient In that it doe not confolill to the ( ontract Do cunlents. or does not meet the requirenlents of an} inspection. reference standard- test or approval referred to in the Contract Documents. or has been damaged prior to L'NGfNEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by ( \C\F.R at Substantial Completion m accordLance with Paragraph 14 S or 14 1O) l l�, Draxrra --The drawings which show the scope, extent and character of the. Work to he furnished and pertcinied by CONTRACTOR and which have been prelxu-ed or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not hawing."as so defined 1 16 Ejlt>clive Pate of the ,lgwemew--Tlie date Indicated in the Aereenient on which it becomes effective. hilt it' no such date Is indicated it means the date on which the Asec•ment Is wired and delivered by the last ill the two parties to sign and deliver 117 LV(;I\TIR—The person- firm or corporation named as such in the Aureement. I . I S. F.VUL\TER's Consullum--A person. fine or corporation having a contract with CNGItiEER to furnish services as E•NGL\N;E•R's independent professional associate or conuiltanl with respect to the Project and who is identified as such in the Supplementary Conditions. 119 Fiekl Order --A written order issued by ENGINEER which orders minor clkinaes in the Work in accordance with para,raph c) but which does not Involve a barge in lie Contract Price or the Contract Iinies. 1 'ir (_general Requi;emewN-- Sect ions of Division i of the. Specifications I' I flu:uninry Wave —The term I lame -dour Waste shall hav e the meaning prodded in Section l i ll i4 of the Solid Waste I)isp(xril :Act (4' 1 SC Section 6903) as amended from time to time. I .__.a. Lasts and Re,grrlalions: Lacy or Regulanon.r--Ann .and all applicable laws. rules. regulations. ordinances. codes and orders of any and all govcmmcntal bodic+s- agcncics, authorities and courts having jurisdiction. I." b Legal Holulats--shall be those hulidays obscn'e_d by the Cit• of Fort Collins 1.23. Liens --Liens, charges, srcunty interests or encumbrances upon real property or personal proper 124 Ahlevona--A principal event specified in the ( 'ontract Dc)Cunients relatinu to an intermediate completion (Late or time prior to Substantial Completion of all the \\'ork. 125 Aouce of Airard--A written notice by OWNER to the appxuent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the tittle specified. O\A'N1'R well sign and deliver the :Agreenient. 126 Votive to P ceed---.-A written notice nvell by O\V'Nh.R to ('()\ I RACTOI: i_with a copyto FNGINIA-Rl fimng the (Lite on which the Contract Times will commence to run and on which ('OAT RACTOR shall start to perlolill COtiTR:ACT( R'S obligations under the Contract Documents_ 1 27 oll'A'LR--The public txxly or authority, corporation, association, firm or person with whom CON"FIR VTOR has entered into the :Agreement and for whom the Work is to be provided I'S Pumal 1:tdi_ution--1_se by (AVNER of a substantially completed lxirt of the \Cork tie the purpose fair which it as intended (or a related purpose,) prior to Substantial Completion of the Work 121+ P('fis—Polychlorinated hiphem is 13(i Pepoleum--Petioleum- uicludine crude oil or am fraction thereof which is liquid at standard conditions of temperature and pressure (6(I decrees Faluenheit and 14 7 pxwn(Ls per square inch absolute)- such as oil - petroleum, fuel oil, oil slucLe, oil refuse. gasoline. kerosene and oil mixed with other non-Ilazardous Wastes and crude oils. 1.31. Protect —The total construction of which the Work to be provided under the Conuaet Documents maybe the whole, or a part as indicated else[+'here in the Contract Documents. 1.31a. Ruchouclive .11uletiul—Source. special nuclear, or hyprociuct material as detined by the :Atomic knerLv :Act of EJCDC (7ExEKAL C_,SDI IIOM 1)1 i1-3 (1990 E(tit 1m it (IlYol PURTCULLISSAIUUIr1CAllCNS(KliA'1Zuuli! 1964 (4' 1_ S(' Section 'U I i et sal) as amended from time to time 1 3' b Reg_rrlar 1p'or*-rng _Norms--Reuular working hours are defined its TH(ki i to O ihtl in unless othennise specifit cd in the t,enernI Requirements, 1 33 Resident Piglect Repo esentutn•e--The authorized representative of L\GI\LLR who may be assignecl to the site or am' part thereof. 1.34. Samples—Ph)'sicaI examples of materials. equipment. or workmanship that are representative of sonic portion of the Work and which establish the standards by which such portion of the Work will Ix Judpcd 1 3i Shop L)ruuings--.all drawings, diagrams, illustrations, schedules and other data or information which are spccitically prepared or ass.nihled by or for CONTRACTOR and submitted by C()N'FR_ CTOR to illustrate some portion of the Work 1 36 SpeciJications—'I'hose portions of the Contract Documents consisting of written technical descriptions of materials, equipment. construction systems, standards and workmanship as applied to the \\'ork and certain adminlstrative details applicable thereto 1 37 Suhcwmuclor'--An indiyiduaL firm or corporation having a direct contract with C(AV RAC fOR or with any other Subcontractor fix the performance of a part of the Work at the site 138 Suhstu:uiul Completion --The Work our a specified pail thereot) has progressed to the point where, in the opinion of EN(;l\hh.R as evidenced bn' EN6f\LrR's definitive certificate of Substantial Completion- it is sufficiently complete. in accordance with the Contract Documents, so that the Work (or specified pearl) can he utilized for the purlVses fbr which it is intended, or if no such certificate is issuect. when the Work is complete and reach' tie final paynient as evidenced by FNGf\TF,R's wrtten recommendation of final payment in accordance with paragraph 1.113 'fhe temis "substantially' complete" and "substantially completed" as applied to all or peat of the Work retie to Substantial Completion thereat 139 Supplememury ( 'Umblion.S—The pall of the Contract Doccmlents which amends or supplements these General Conditions. 14). Supphei—A manufacturer, fabricator, supplier. distributor. matenalnian or vendor haying a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to he incorporated in the Work by c( )\TRA( I C)R or am Subxontractor. 1 41 P�tcihlles—:All pipelines. conduits. ducts, cables. wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which Nine peen installed underground to titmish any of the tollowing sen•nces or materials electricity. gases, steam, liquid petroleum products. telephone or other communications. cable television, uwaee and draina_e renewal. tafTic or other control systems or )rater 1 4' V nit Piic•a I1'ork--\\'ork to he laid tier on the basis of unit prices. 1.43. 1f'orh--The entire completed construction or the various separllel identifiable parts thereof required to be furnished under the Contract I )OCUmcnls Work includes and is the result of performing or fumishing labor and Ibmishim, and incorIvratmL materials and equipment into the construction, and perfomtiqu or fumishing sen ices and furnishing documents, all as regwred by the Contract I )ocunients 1 44 JVOA- Chanfze 1)hvcth -A written directive to CONTRA("I OR Issued on or after the Effective Date of the .-Agreement and signed by O1\'\I-R and recommended by [-,-\(.;i\EF,R. ordering an addition. deletion or revision in the Work- or responding to drftering or unforeseen physical conditions under \%hich the \\ork is to he Ierformed ns provided in pnrngraph 4' or -1 ; or to emergencies under paragraph o 2 3 A \\ ork ('hange Drective will not chance the Contract Price or the Contact Times, but is evidence that the parties c\pect that the change directed ur documented h% a Work Change Duective will be incorlxvated In a subsequently Issued ('h:u)ge Order tollua a)g neguuntiuns by t})e parties as to iL, effect- if nn'. on the ('ontrnct Price or ('ontract 'Times its provided in pnragraph 0 )' i 4i Jfniten Anw;Ument--:\ written amendment of the Contract Documents, signed h\ ( \\1FR and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nonteclvural rather than strictly construction) -related aspects of the ('ontraet Documents ARTICLE 2--PREITMI.N URY MAT'ri RS Delivery of Bonds: ' I When ('ON'I RA( TC)R delivers the executed \erecments to OWNER (-'O\I R.•\('TOR shall also deliver to (.A \ER such Bonds as ('O\TRA('TOR nim be required to furnish in accordance with paragraph i I Copies of Documents: (_)\\-\.TR shall furnish to C( )NTR\('TOR up to ten copies (unless olhcrwise specified in the Supplemenlar} Conditions) of the Contract Documents as are reasonably necessan for the execution of the Work. Additional copies will be lumtshed. upon request, at the cost of reproduction, Commencement of Contract Tinges; Notice to Proceed.' 2.3. The Contact Tines )kill commence to run on the thirtieth clay after the I-t ectn•e I )ate of the Agreement, or, EK'DC GE'+ERAI, (.'U Wfll UTS 1910-S 0990 990 F(fit iun ec. CII)UP I( R 1 0 IA 11S VUDI 1'I CAI Ii M' (RE% 1 200u) if a Notice to Proceed is given, on the day indicated in the Notice to Proceed A Notice to Proceed n)ay Ix given at am time )yithin thirty days alter the Elleetiye Fate of the A,_Ireeme•nt-4n—na—even \64--the-("mot Fines ctrgnmence-torun-Imer-than-Ahe sixtK4h t4tr ttftcr the -flit+ of Rid opening or the thirtieth day after the I-Afestive I )ate of the ALreement. whichever elate is earlier. Starting the 1i irk: ' -i C( )NTR:\('"I'(-)R shall start to perform) the Work on the dale when the Contract Times continence to run. but no Work shnll he done at the site prior to the date on \chich the Contract Times commence to run. Refew Starting C'onstmetion: 'S Hetore undertaking, each part of the \fork. C( )\ hR \('TOR shall carelulh study and compare the Contract I )oc uments and check and yeril' pertinent liLures shown thereon and all applicable field measurements COXTRAC I'OR shall promptly report in Writing to f{\(;I\f{I{IZ any conflict, error. ambiguity or discrepancy which ('(A ['R:\('FOR may drsc:over and shall obtain a written interpretation or clarification from hNGCNEFR pekoe proceeding with an \\'ork afleeted therehv: however, ('O\TRACTOR shall not he liable to O\\•\tlR or ENGIXFT.R fix tenure to report am conflict, error. ambiguity or discrepancy in the Contract Documents- unless CO\ Ili AC I OK knew or reasunahh should have known thereof ' G Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to L1C)fNEE,R for review 'ti l a pnelintinan' progress schedule indicating the times fnumhers of days or dates') for sm tarte anel completing, the various stales of the \\'ork, including an} Milestones specdied u) the Contract Documents. ' (; '. a prelmt man schedule of Shop Drawing and Sample submittals which will list each regwred submittal and the times for subnutt)na. Ievle)yu)g and processing such submittal. ' 6' I In no case will a schedule Ix acceptable which allows less than _'I calendar days fir each review by E•ngincer. 2.0.3. A preliminary schedule of values for all of the Work )chich will include quantities and prices of items aggregating the Contract Price and will subdimle the Work into component parts rn sullicient detail to serve as the basis for progress payments durmu construction- Such prices will include an appropriate amount of overhead and profit applicable to each iten) of \fork. '.7. i'efore any Work at the site is started. C(ATRA("FOR set f \kNfiR shall each deliver to the ether (AVNER. with copies to rash-atltl+tic naD-+gtsured identified in the Supplementary Conclrtions f:\(;I\I;F•:R. certificates of insurance (and other evidence of Insurance wLtich ilhter� t)tent�r� c lit+canttl—+rt5ttr� l—nutty Fea,OnffbCV--request recuested b�__O\F\l:R) which ('()\TRIV'T()I2-afKl-(A-- tip,,{kres{x—owe}v me is required to purchase and maintain in aeeorLiance with parnoraphs ` 4. Sti and i 7 Preeonstruetion Conference: S. Within hwenty days after the Contract Tmnes start to run- but before am Work at the site is started a conference attended by CO\TRACT� tR. E\GI\FER and others as appropriate will be held to estahhsh a worktno understanding anion= the parties as to the Work and to discuss the schedules referred to In paragraph _ 6, procedures for handling Shop Drawings and other submittals processing Appliaitions for Pa\ ment and maintaining required records Initially . I cceptable .Schedules 9 I'nless otherwise provided in the Contract I)o untents. ft"eftst otihe-f+rt Application for Prtti'tnent before any work at the site tvegin5, a conference attended by CO\ I RACMR. IiNGINI+I: and others as epitotmmte designated b (M'\,]—R_ will be held to review for acccptahuhri' to fi\(;INEER as provided below the schedules submtrtted in accordance with Ixuagraph ' ti and Division I - General Requurenlents ('O\ I RACTOR shall have an additional ten dar; to make corrections and adjustments and to complete and resubmit the schedules \O progress pawmicnt shall he made to CO\TR_\('T(_)R until the schedules are submitted to and acceptable to f-:\GI\EIiR as provided below The progress schedule will be acceptable to E\GI\EF.R as prOyiding an Orderh progression Of the \Fork to completion within and- specified Milestones and the Contract Tunes, but such acceptance will neither tmfxose on E\( f\EER responsibility for the sequencing. scheduhn" or progress of the Work nor ulterfere twnh or relieve ( 'ON TRACTOR fiont C'O\"CR_V'1 )R's hill responsibilil) therefor. CO\'CRAC'COR's schedule of Shop Drawing and Sample submissions will he acceptable to F.\GI\EF.R as providing a workable arrangement tit reviewing and processing the required submittals ('( )\TIZ_\( J( )R's schedule of values will he acceptable to ENGINEER as to firm and substance ARTICLE 3--CONiR-kCT DOCUMENTS: I'STEtiI', XME\7)ING, REUSE Intent.- 3 1 The Contract Documents comprise the entire agreement between ( A\ :\ER and CONTRACTOR concerrun, the (Fork, The Contract Documents are complementary. what is called for by one is as binding as if called for by all. The Contract Docunlenus will he construed in accordance with the law Of the place of the Project. _ It Is the intent Of the Contract I )ocuments to EX'D(.' (_7EXHR.-11, ('V SDI 110M 191 i1-3 U 990 E(firim ) %% (I I Y of I (Q I CULLIti5 AIuDifIr'AllCNS (KliA' 1 Zuuu) describe a tunctionall complete Protect (or Ixul thereof) to he constructed in accordance with the. Contract Documents. An\ \Fork, materials or equipment that mad reasonabl he interred from the Contract Documents or from prevailing custom Or trade usage as being required to produce the intended result will he turnished and IxrfornleYl whether or not specificalh called for. \\peen tyorcls or phrases which here a well-knotyn technical Or construction industn or trade meaning, are used to describe Work. materials or equipment. such words or phrases shall be interpreted in accordance twith that meaning. Clarifications and interpretations Of the Contract Documents shall he issued by ENGI'\FiER as provided in p<ragraph 94. 3.3. Reference to Standards and .Specifications of Technical Societies: Reporting and Resolving Discrepancies: 311 1 Reference to standards. specifrcatinns, manuals or codes of anv technical soviet. organization Or assctc:iatinn, or to the fatys or Regulations of am' governmental authority. whether such reference he specific or by implication, shall mean the latest standard specification, manual, axle or laws or Regulations in effect at the tittle of opening of Rids (or. on the Effective I)ntc of the Agreement if there were no Rids), except as nla) be otherwise specificall stated IIIthe Contract Documents IC during the Ixrforntance of the Fork, CO\ I RA(' COR discovers am conflict error, amblguiit or discrclxrncy within the Contract I )oeuments or heaeeen the Contract Documents and am provision of and such I.atw or Regulation applicable to the Ixrfonmmnce of the Work or of any such standsard, specification, manual or axle or of and Instruction of any Supplier referred to in paragraph GS. C'C) _TR_\C`CC)K shall rclxtt at to E\GI\EER In WIItIng at once. and. CO\TfL_WTOR shall not proceed with the Work affected thereby ("except tin an emer,ew, as authorized by paragraph 6.23) until an amendment or supplement to the Contract DOCUnlents has been issued by one of the methods indicated to lxuaglapin 3 � or 3 n, provided. however. that ('( )X Fk V "I( )k shall not he liable to ( AVNIiR or E\G1\I'[.]Z tier tallure to relxlt am such conflict. error. amhiLurtv or discrepancy unless C'O\TRACTOR kne\v or reascmahh_' should hive Known thereof 3.3.3. EXcept as otherwise specifically stated in the Contract Documents or as ma_w be provided by amendment or supplement thereto issued by one Of the methods Indicated in paragraph 35 or 3 n. the provisions of the Contract Documents shall take precedence in resolving, any conflict. error. ambiMlit or discrepancy lxtween the provisions of the Contract Documents and. 3.3.3.1. the provisions Of an) such standard. specification, manual, COLIC Or instruction (whether Or not slxeifically incorporated b) reference in the Contract Documents); or 3 3 3 , the provisions of arty such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Laic or Regulation). 3.3.4. In the event of conflicting or ambiguous rroc asiuns withut the ('ontIact 1) cunients, specifications t+'ill take precedence over the (.battings and a-.1 Lan. da )+ 111 take - rrec ,�knce uver. 1-k h. M)tifIthstandin, the forgoing the more _specific pro\ isaun tt_i_ll take precedence tit er the less 5f>r l c_ the more esnensn c item tr ill own risk No provision of any such standard, specification, manual code or instruction shall be effective to change the duties find responsibilities of OWNER. CONTRACTOR or I{N(il\l+.k_ or antof then subcontractors, consultants, agents or employees from those set birth in the Contract I)cuments. nor shall it be effective to assign to (A Mil:. F{N(i1NF.FR of am' of I N(;INF.ER's Consultants, agents or employees any duty or authoritt• tO supervise or direct the furnishing or perfixniance of the \\'oak or any duty or authonq to undertake responsibility inconsistent twlth the Ill ovISIons of paragraph 9 13 or am' other provision of the Contract Documents. 14 Mlenever in the Contract Dcx untents the terns " as ordered" "as directed" "as required" "as allowed" "as approved" or terms of hke effect or import are used, or the adjectives ' re- asonable". suitable,• . accepta e' 'proper' or "satisfacton" or adjectives of lake effect or import arc used to defense a requiiement, direction, review or Judgment of F\GL\FER as to the \\ ork. it Is intended that such requirenlent. dnection. review or judgment will be solely to evaluate, in general. the completed \\ork fix compliance with the requirements of and information in the ConVact Documents and coil ti)nnance with the design concept of the completed Protect as a tunctlonmg whole as shown or indicated tit the Contract Documents (unless there is a specific statement inehcaline otherwise) The use of ant such term or adjective shall not Ix efPectite to assign to FN( ;I\LFR ant duff or authoritt to sulen'ise or direct the furnishing or perfonttance of the \\ ork or any duly or authority to undertake responsibility contract to the provisions of paragraph `) 13 or any other provision of the Contract Documents. Lazenr6ng and Supplementing Conti -act Documents 3.5. The Contract Documents may be amended to provide for additions. deletion and revisions in the Work or to modify the terms and conditions thereof in one or more of the followin_ trays. 3. i 1. a formal Written :\inendn lent. 3., a (Change ( )rder (pursuant to paragraph 1 u.4), or EJ(.'D ' (.;E'+EKA1, ( V NDI HUTS 191 )-Si 1990 k iti,.n l " ('1-I) Uf I( RI I-'UL1.11S VUDII'I CAI 1UNS(RE\ 1 _uuu) 3--� 3 a Work Change Directive (pursuant to paragraph I U. I.) 3 6 In addition the requirements of the contract Documents may be supplemented. and minor variations and deviations in the Work may he authorind. in one or more of the lollot+'ine n<ats. 3.6. I . A Field Order (pursuant to paragraph 9.5). 3 6 _ F\GI\FER's approval of a Shop I)raw ing or Sample (pursuant to paragraphs 6.26 and fi._ T), or 3.6.3. E\GI\EER's written interpretation or clarification (pursuant tO paragraph 9 4 i Reuse ofDoc•unzents: 3.7. CO\ I R \C'fOR, and am Subcontractor or Supplier or other person or Orgaiwnnon perfor lime or furnishinu an of the Work under a direst OF indirect contract with O1\'\FR i51 shall not have Or acquire any title to or ownership lights in any of the Drawings, Specifications or Other documents for copies of any thereof r prepared by or hearing the seal of IiN(;INIiI:R or F:\GI\FFR's Consultant. and (H) shall not reusae in of such I )rawmgs, Specifications, other documents or copies tin CNMIsions of the Project or any other project without wi ttten consent of OWNTR and HMIINI F'R and specitic written t ei ificition or adaptation by FNGI\EFR. .ARTICLE 4--AVAIL.-WILITY OF L.ACNDS; SI' SIRFACN: AND i'llYSICAL CONDITIONS; REFERENCE Powers Ivailabilin, of Lando: 4 1 ( M \ER shall turnist as indicated in the ('onti act Documents, the lands upon which the Work is to be perti)nned, nJtts-lit-wad and easements fir access thereto, and such other lands which arc designated fix the use ofCO\Jl' \-TOR Llx)n reasonable written request. (:N �\I�F�shHal�ttrrti�—(���FR-k�'F(�IZ—faith—H—tttrrrct statement of record legal title and legal description of the lands upon which the Work Is to be perforated and MN-NER's interest therein as necessary for giving notice of or feline a mechanic's lien aagautsI such lands ill Hwc+)FdHi,we wrtl---Hpplt(;HI -�;HiF HnEI— c'uHiHltHF1S- OWNFK shall Identift any encumbrance or redaction not of general application Cut specifically related to use of lands so furnished tcith which (')NTRACTOR will have to comply in performing the Work 1-aasements for permanent structures or permanent changes in existing facilities will he ohtamed and paid for by (\NVX C unless otherwise provided in the Contract Documents. If (X).\TR.WfOR and OWNER are unable to aLree on entitlement to or the amount or extent of am' adjustments in the Contract Price or the Contract Times as a result of any delay in O\\'\1?R's furnishing these IancLs, rights -of - way or CaSenlents. CON'TR \(TOR nrac make a claun therefor as provided in Articles I and 12 C'O\TI,L%CT(_)R shall provide for all additional lands and access thereto that mac be required for temporary construction facilities or stora<ue of materials and equipment a '. Subsurface and Ph t•sieal Conditions. 4' I Report) and Diver gSN: Reterence as made to the Supplementary Conditions for identification of. 4_' LI SrrbVI fare ( 'aulNinns: Those reports of explorations and tests of subsurface conditions at or eontiauous to the site that have been utilized by ENGINEER in preparing the Contract Documents. and -I.'.1.'. Physical Cuncliliun.): Those drnejn_s of physical conditions in or relating to existing surface or subsurface structures at or eonti_uous to the sate except t nderround Facilities) that have lien utilized byENGINEER in preparing the Contract I )ocuments 4 1.imited Reliance hr ('l).\"IR_1('7P)R .Iutht»i-eci: 1 eChlrlc'a1 1)ata: CO\ I RAC I OR may rely upon the Leneral accuracv of the "technical data" contained an such regxrrts and drawings, but such reports and drawings are not Contract I)ucuments Such "technical data" is Identified u) the Supplenlentap Conditions Except t6l such reliance on such "technical data" CO\ I kAC I OR eta\' not rely upon or make am• claim a,minst ( V\hh. 1i\(;1\EER or am• cif Ii\G I \ H- R's Consultants with respect to 4'' l the completeness of such reports and drawings ti)r CO\TRACTOR's purposes. including. hilt not limited to, any aspects of the means, methods, tcehniques, sequences and procedures of construction to be employed by C'ONRR:\('TC)R and Satin' precautions and pictograms incident thereto, or .4.'. `.'. other data, interpretations. opinions Mid tntormatIon conta[tied in such reports or shown or indicated in such chewlrtes. or 4 ` 1 any ('( )1TIO( ` Ok Interpretation o1 or conclusion drawn tionl any "technical data" or am such data. Interpretations. opinions or inliomiation. 4 _` 3 \'olic•c ol' DilfermTg Subset%are or Pha•ciCal Cutichlions: It' CO\'1 R \('T(_)R behevLs that am subsurface or physical condition at or contiguous to the site that is uncovered or revealed either. 4.'.3.1. is of such a nature as to establish that any "technical data" on which C'ONJR-V1 OR is entitled to reh as provided in paragraphs 4.2.1 and -4.'.' Is materialh inaccurate, or 4.2.3.2. is of such a nature as to require a chance an the Contract I )ocuments, or 4.^3 3 differs materially from that shown or EJCDC7EXHttAL('_1SDllli;}y1'JIn-3aI't9oEdihcMa )r Carl' Ut' I (Q 1 CULLItiS AIUDirtr'AIICNS (KliA' 1 Zuuu) indicated III the Contract Documents. or 4.-2.3.4. is of an unusual nature. and differs materialh from conditions ordlinarilv encountered and generally recognized as inherent in work of the character provided t()r in the Contract Documents. then (A )\ RR\C'TOR shall. p oiiij-t14 immediately alter beconun_ aware thereof and before further dasturbm_ conditions allectcdl thereby or performing am Work in connection therewith (except in an emergency as pemtitted by Mara,-raph6 3). notity' (AV\F,R and L1G1\-EER in Mitina about such condition. ('O\ I kA('I OR shall not further disturb such conditions or perform an\• Work in connection therewith (cNcept as , oresdud) until receipt of wrjtlen order to do so. 4.2.4 ENOL\EIsRS Reviex: E\31\EER «ill promptly review the Ixrtment conditions. determine the necessity' of (A \ERs obtaininu additional exploration ar tests with respect thereto and advise OWNER in writino (with a cope to ('O\ I RA(' I OR Of H\GI\LfiK's tindim-, and conclusions 4 Poss7ble C01Mac•t I)orumewG Cvui;> e: It Fi\(ll\fa{R concludes that a change in the Contract Documents is required as ,a result of a condition that meets one or more ofthe categones in paragraph -1'3, a 1\'ork Changc Drrectn'e or a ('hang. Order will he issued as provided in Article lla to reflect and document the consequencesofsuch change 4' 6 Passable P17ce and limes AL.tustmenrs: An equitable adjustment in the Contract Price or in the Contract Tinter or both. will be allowed to the extent that the existence of such uncovered or revealed condition causes an ❑tcrease or decrease in CO\TR\CTOR'.s cost of n or time required fix perlbnance of. the Work. subject. however. to the fbllowirla 4.2.o.1. such condition must meet am one or more of the categories described ua lxuagraphs 42_3 1 through a 1_3 a. Inclusive. 4262 a change in the ('ontract I Documents pursuant to 1-wagraph 4 will not be an automatic authorization of nor a condition precedent to entitlement to am such adjustment: .I,' F) i with respect to Work that is paid ['or on a l nit Price Basis. any adjustment in Contract Price Will Ix subject to the provisions of paragaphs 1).1 () and 111). and 4.2.6.4. C'OO \TRACTR shall not be entitled to any adjustment in the Contract Price or Times q' 6 4 1 _ (�' )N'TRM`TOR kne)v of the existence of such conditions at the time CO\TRAC FOR made a tinal contmittnenl to O\V\ER in respect of Contract Price and Contract 'fames hs• the submission of a hid or becoming bound under a negotiated contract, or 4'64.' the existence of Such condition could reasonabl hate lien discovered or revealed as a result of any examination investigation. exploration. test or stuck of the she and continuous areas required by the Giddin_ Requirements or Contract Documents to he conducted by or for (AATR\(:TC)R prior to ('r)\TRACT( )R's making such atrial comntttment: or 4' 6 4 C(A I R-AC I OR far led to give the written notice within the time and as required by Ixirig raph 4.2.3. It' (AVNER and ('O\TR\C'TOR Lire unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or ( ')ntract Times, a claret niny he made theretor as provided in Articles i 1 and 1' Howc\cr. (AVV-'R. EN61NFI-R and HN(;I\I-I.R's Consultants shall not he Irahle to (' A I RA(' I R for am• claims, costs, losses or cLimages sustained by (`O\TR:\CTOR on of in connection N%Ial any other project or anticilxited project 4.3. Plq'sical ('otrdition.s--1 )t(lergrouitd Facilities: 4 1 Salome? orhicfrcateck The infonmation and data shown or indicated in the Contract I )ocuments with respect to existing I'ndenatound Facilities at or continuous to the site is based on intonation and data furnished to M) NE.R of E\Gr\T.ER by the o\tners of such L'ndeigiound Facilities or by others Unless it is otherwise expresSI) provided in the Supplementar% Conditions 43 1 1 O1\tiER and E\Gi\EER shall not be responsible fix the accuracy or completeness of any such information or data. and 4.1 1' The ant ofall of the t6 lowing will he Included in the Contract Price and CO\TR\C'COR shall have Bill responsibility for (ii reviewing and checking all such information and data. (16 locating all I neleraround Facilities shown or indicated in the Contract Doc:uments.6ii ) coordination of the Work with the owners of such I-nderaround Facilities during construction- and 60 the safety and protection of all such L nderground Facilitrcs as provided in paragaph 6'() yand repairing any dutiage thereto resultimu from the Work. 4.3.2. .\at 31701177 ar I10IL-aleLk If an I nderuround Facility is uncovered or resealed at or continuous to the site which was not shown or indicated in the Contract Documents. CON FILACTOR shall. promptly immedi_a_tel_y alter becoming aware thereof and before further disturbing conditions allected thereby or performiriL any Work in connection therewith (except in an emergency as required b) paragraph 6.'3). identifv the owner of such t ndrr,round 1,'acilin, and EJ(.'D(' GE'+ERAI, (.'U WI I I UTS 191 o-S 11990 F(fit itn I "r ('I I) UP I( R 1 0UE1.11S MUDIl 1('A I Ii M' (RE\ 1 200u) give \\ntten notice to that ownei and to (A NER and EN(ifNEER will promptly review the. L'nderLround Facility and determine the extent. if an. to \vhich a change is required in the contract Documents to reflect and document the consequences of the existence of the Inderground FEICiht\' If [.:G[\EER concludes that a chance in the Contract fkounaents is iequiiLd, a \\ ork ('hange Puecti\e or a Change Order kill be issued as provided in Articic D) to reflect Lind document such conxcluences. During Such time. (A)\TRA(-`f(-)R shall Ix responsible for the safety and protection of such Underground Facilit\• as provided n paragraph 6 20 (A )\TRACTOR skull may be alloyed an increase in the Contmet Price or an extension of the Contract I imes. or both, to the extent that the\' are attributable to the existence of am I nderguound Faeahty that was not shown or indicated in the Contract Documents and that CON t KAUTOR did not know of Lind could not reasonahly have been cep ctrd to be aware of or to have anticipated [f (-AVNER and ('(-O )\TRACTR are unable to anree on entitlement to or the amount or length of am such adjustment in Contract Price or Contract 'I'intrs, C(A FR C OR min' make a claim therctor as provided in Articles 1 1 and 1' However, MNFR, E\GF.R and E..AG[\F.FR's ConsultantS shall not he liable to CON I RACTOR for any claims, costs. losses or damages incurred or suC( )\TRAC`TOR on or in connection siauard by with any other prolect or anticgxttcd project Reference Points: 44 (M\F,k shall provide engineering surveys to establish reference points tier construction which in E\GI\TER's judernent are necessan to enable C(AIRA(`Iuk to piocxed with the Work CONTRACTOR shall be responsible fix layu\g out the l\ork, shall protect and preserve the establrshecl reference lx oils and shall make no changes of relocatiorts without the prior written approval of OWNER CONTR_W-FOR Shall report to E\61\EER whenever amreference point Is lost or destroyed or rc'<luires relXation because of necessary chances al grades or locations. and shall he respxtnsrible for the accurate replacement or reloc:atlon of such reference points by prolessionally quahtird per sonel 4.5. .Isbestos. PCBs. Petroleum. Hazardous Basle or Radioactive Material: 4.�.1. O1\'\ER shall be responsible lbr any -\sbrstos. 11CPs. Petroleum. l larrrclous Waste or Radioactive \laterial uncovered or resealed at the site which \vas not shown or indicated in Drawmas or Specifications or identified in the Contract Dcx:unlents to he \vithin the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site ( ANNER shall not be responsible for am such materials bwzruht to the site b\ CO\TRAC FOR. Sudicontractors. Suppliers or income else jibe whom C'ON I RAC-1 ( )R is responsible 1 shall miniedimely i i) stop all --hark-in c;enrtrr��iHn�+i#rsuc#rhR�RrtlHttscE+nr{iiierrRnd in afhF+trrH E}Iteetrcl�hrrrhv+exccyitaa-rtnrrgrne+ as�rquirrd�v- f�t#re�AphE:=='+�. Rnelti+)�etikt ( i44'? Isl�Rrnk ;titiE GFs1� ERrtd l3rreAltcv ctmifirnt such notice in writing.) O\4NFR shall promptly torisult with ENGINEER cnceming the necessitv for AVNER to retain a qualified eyeit to evaluate such hHrardous ctxx{itimon of Bahr cuxrctitivr aclidxt if any. CON'l K \CTOK shall not Loe required to resume Work i:n ctn woion-with swh-hHmrtk tis comlitiontx in tiny such atteclrtk area until-Hftei OWNER -has 41airwd sny required permits related thereto and delivered to ��:4(`f< )Erspee+Ha-wriltrn�otii;r1 tispreift+rw tiat�tich edatid+tliaF�RndI-Rny-flftretedRrefl+.<�r-fiA4hrrn ren4rrett--sHteihr-rrsunry�ttt�n�>#--14'<x�r Fitfsliesifyitt` unFsprciH.d;txttkNitxtsuntkrivl3ialtsueh 1� art mRv 1x sumrdsAtr-Iv If 4yW-N I %—and CC)NTit\(' f13K-cunnot -Hefrr ors-torntitk'awnt-tt> or the Htfixauntof an-ad#stment if-atw, in (<FtttHc -k r F Contract Till! eS-W-H-feS a- 'h 44.ark sttjN} iiee or-,,uc h special r< nditi.Nis under-whweh 44drk-t, Hsrerd-I ( 3� t tom( E�3It -te Ise slime& either party may make a claim therefor as provided in Article --I- i-and-1-2- I--»It-a#ter-rreryx-tit �ue1�-spre-ia! vvf+tten�c�t#cr CONTRACTOR dot's not agic�e to resume such work IitisrtFralrH-reasciritilikrlixhrFtt-n t#nsr�#'r���at�rxu Agark-�rrsu+ttes�c;l��rcrl:--und��tsuorl��e+Al cdanditicins, then-(-)\4=DER--imRv artersucl�-ixx�km-c>f the4Vcrt --that -eenrx. ti. w-iNa-such�� taHr�IO�w f, nditio n-ra#=Hrst#eh aklnte<I rerrtt}tc dteletetl ftctn the--�4<r"f-1�44 ti I a and�'4 > I-R S �. en+tdx ngree its to entitlement to or die amount of extent of an Hcltt+sttuertFtf�irit-ter(rtirltrHet Rrtrr2ir (=t�riir+mt fair: a4a-rr5ult oil=drariitig ux h-{x�ri+d�ri� ikir -tick-then either fi;irty may make a claim therefor as provided ill Afit les IIanti-I_-()[k-NEE-rnav-hHvie-stieh-Jk teLd fxrtion of the Work performed liy O\4'NER's own Bides or others ill accortlance with :Uncle 7 4 :a 4 -To tie kiillr t exierlit-permriited-Iiv-6aw7 and Regulation. (Ak'NF.R shall mdemnifv and hold harmless CONTR-ACTOR. SulxofitIactors. }�=%E;I''<�I=IL. Fs-'4(l-tils4�I�'s�'tirr;ttltant�Hritkt#ir otticers, directors, employees. agents, other consultants and subcontractors of each and any of - them from and against all claims. costs, losses and dianla2es arisen, out of or resultine freer such hH #fdt>tisetxidkiii<xr. firtavidleelfhHt 4i)ftnv suchtlHinv cost- loss or damage is attributable to bodily injury. sill fir �ItseHse rxdeath, er to�njurv�c}er etc irtx;t in E% FHiW#bil preptYiy-tether-thHn-the- ork-itselfl: includine the lens of use resultine therefrom. and (i6 nothing in this subpHrH!_'rHph 4.5.4 shall obligate AVNER to indemnify any person or entity from and HuH IFlSF-Fhr-EExtk'tttic'tiErS--E)I�hHi�icfiHri S--Hr-entily own negligence. 4-.- The- revisions -of rtrit t:F�� Hntl fire intendednot • ali�sfi2 h�i.i tii�2tft�ielinr flatardcaas-44astr-or arlioaetivr-A-IHteria l-uncovered or revealed at the s#te E.IC•DC;l,NEKALCuNDIII(AS1)1i1-31199oE(fil1m %% (I l Y of l (Q 1 CULLItiS AIUDIrICATIC!VS ntliA' 1 Zuuui :ARTICLE: 5-BONDS :LAD I\SIrFO-NCE Performance. Pigment and Other Bonds: 5.1. CONTRACTOR shall furnish Performance and Payment Fonds. each in an amount at least equal to the Contract Price as security for the faithful performance and Ixi}ment of all ('ON'l RAC (_)K's obligations under the ('ontract Documents These Bonds shall remain in effect at least until one scar after the date when final payment heCOnleS due. except as provided otherwise by Laws or Regulations or by the Contract Documents. C'O\ I R.-\('l OR shall also tumish such other I3onds as are required by the Supplementary Conditions All Bonds shall be in the form prescribed b\ the Contract Dcxunients except as provided otherwise by kaw•s or Roplations and shall be executer.) by such sureties as are named in the current list of "Companies Iloldnhe Certificates of Authority as .Acceptable Sureties on Federal Fonds and as Acceptnhle Reinsurino Companies' as puhlished in Circular i70 .amended) by the Audit Staff. Bureau of Government I. InnTic mI Oficrnuons, t S Treasury Department All Bonds sizncd by an cent must he accompanied by a certified copy of such agent's authorit\ to act. If the surety on any Bond timrnished bw CO\ I RAC I OR is declared a Ixinkrupt of Becomes muih•ent or its right to do husiness is ternunmed in am• state where any part of the Project is located or it ceases to meet the requirements ot• paragraph 1, CO\ i'R:\('T(:)R shall within ten days thereafter substitute another Bond and surety. Ix)th ol'«hich must be acceptable to O\\Nl:R 5.3. Lie sed Sureties and Insurers: Certificates of insurance: i All Bonds and insurance required by the Contract D(x.unients to Ix purchased and maintained by (MNiiR or ('ONTRACTO R shall tie obtained fionh surety or uhsurance comlxrnies that are duly licensed of authorized in the jurisdiction in which the Project Is Idit:ated to issue Bonds or insurance policies for the linhits and coverages so required Such surety and insurance companies shall also meet such additional requirements and qualifications as may he provided m the Supplementary Conditions. > i -' (-'(-)\I-IZA('TOR shall deliver to (AVNER- with copies to each additional insured identified m the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by C)1\ \TiR or any other additional insured.) which (-)\TRAC'T( )k is required to purchase and maintain in ❑ccordana with paragraph � 4 C)\4NER shall drl3+rr�t 'u EIL\ T lR-wit#--etrws touch additional insured identified in the Supplementary Ceridktid�xs�ertiftE;Htrs ofimsurHaerHtid�Exher rvidrnre�t=+nsuratht� fcctluesFrd-by-('(->'1 T�FA<'{�aK or-anF<itlier ,, ,..._ . i�nsuredf whieh-( }1k ? {ih -is requited -to -purchase and ntart#ta+non Hrttxdancr-with pki-agrapihs .5 (i and i 7 hereof CONTRICTOR's Liability Insurance: -t CONTRAC`f ( )R shall purchase and maintain such liahilit\ and other insurance as is appropriate for the Work Ixing performed ;tnd furnished and ac, will provide protection from claims set forth below which tiny arise out of of result tiom (A )N7 tCV `I ( )Ws performance and furnishing of the Work and C' )NTRA(JOR's other obhgaticnS under the Contract Documents, whether it is to Ix perfornied or furnished by C( )NTRACT( R am' Subcontractor or Supplier. Or b\ anyone directly or indirectly employed by any of them to perforin or famish any of the Work, or by anyone for whose acts am of them mad• le liable �A.1. clautns under workers' compensation. disabilih benefits and other similar employee benefit acts: -4' claims tar dantaL,.es because of h(xlily injure, ckcupational sickness or disease. or death of CO\ I' R ACT OR's employees, i 4 3 claims for danigees hecause Of hodih' injury, sickness or disease. Or death of am• person Other than CO\TRACTOR's ennplo\ees, 3 q q clauns tie d inaaes insured by eustonnrary personal-"urv- mbilita=e<wz�m�e-rvititij xt susirrirned t f+�i�arlx+stata�r-resulF�aE att�ffernitty of irnclirectly related-to-the-ent{?kw+tnent <4 wch {croon 1�y (An?i4-k-V' F+iia l arr� aher-rx an >F and dtlner rerrt�rn: i 4 5 clainns for damages. other than to the \\ oak itself hecaln.Se of injure' to or deStRACliOn of tangible property wherever located. including loss of use resulting Therefrom, and i q 6 clauns for dannages because of twdihv unlun- 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 requued by this paragraph *; a to to purchaSed and maintained shall > 4 7 with respect to insurance required by paragraphs 5.4.3 through 3.4.6 inclusive and � 9. include as additional Insureds (subject to am' customary exclusion in respect of professional habilit\`), O VNER. ENGIM--ER. ENCiINEER's Consultants and any other persons or entities identified in the SupplementarnConditions, all of whom shall he listed as additional insureds. and include coveraue for the respective officers and emplmees of all such additional insureds. A.S. include the specific coverages and Ix written for not loss than the limits of liability provided in the Supplementary ('onditions or required b\ Lens or Rey ilations, whichever is greateri -1 o include completed Operations insurance. EJCDC GE'+EKAL (.'UWI I TUTS 19] o-S 0990 E(fit itnI w. CI I) Uy it R 1 C'ULLINS VUDI 1'I CA I IC M(RE% 1_uuu) > 4 In include contractual liahility insurance eoyering (A )NTRACTOR's indemnity obligations under paragraphs 6.1 6 10 and n 31 through 6.33. 3 -t 11 contain a provision or endorsement that the coverage afforded will not le cancelled, material) changed or renewal iefusc�tl until at least thirty days, prior tyritten notice has been given to O1\NER and C'ON fRACI (-)R and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the C )NTR-\CTOR pursuant to paragraph ill so provide.): 5.4.12. remain in effect at least until final payment and at al times thereafter when CONTRA(' I'M may be correcting, removing or replacing ch./i Give Work in accordance with paragraph I : 11 and -l13,, with respect to completed Operations Insurance, and am' insurance coverage written on a claims -made basis, remain in effect for at least two gars after final payrotent land CON I RAC MR shall Furnish Ol\"\F.R and each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued evidence ,at stactory to C>1l"\IiR and and such additional insured of continuation of such insurance at final payment and one year thereafter) OR6;\ER'.s Liabilitl• In.curanee: �5 In addition to insurance requn-ed to he proylded bv CO\TR \CTOR under parogiaph � -i CANNER, at (1W\ER's Option may purchasc and maintain at Ol\NIT's expeme O\\NE'R's own liability insurance as will protect Cri\,\ER agaainst claims which may nose front operations under the Contract Docurnents. Proper{1' Insurmtce: i 6 l moss otherwise provided in the Supplemenuuy ConhttcHns. OWNER shall purchase and nnauntaun pre>txr�+ trtst+rttrneru1on-lbe, WeAk li -the stir in the rtnttxtrrt of the full replacennent cost thereof (subject to such deductible amnuntS as nlav be provided in the Supplementary C'omfitions ur required by Laws and Regulations) This insurance shall i.6.1. include the interests of OWNER. (=1=>N=C�i��='T��L 3ttt�ernttactt>F� EN ;FN�f I; <nsulltunts-and are iheupefsttns >F entities identified in the Supplementary Conditions. each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. i. 6. be written tin a Builder's Risk "all risk" or open-{tail-eaFspec�atl-cnux�c�ts5 perlis�-ferny+ha+ shwlk at-- loss o clarnn�gr-tee-the'r4rsrl�trn�srrsrrt�itrildirt�?S�sl �;rivcark tandem irk-in�ranstF ara<l shall-insure-it_ainst-tit tilq. the ti4k.w•irw_= perils fire. hghtnrnu, extencled coverage. thelt, Vandalism and malicious nnischiet. ��rtft#ttitfnkr��F�4IH�x•t4rhfi�-fztm�v H1Ek+nE>4+tien E>reasiE�El-Ix �n!<�efHefN�>{-�.Hws Etrrcl-Rc�ulatiiHns. wait'f-ElHt1iH�Hfit�tiH(�{)t}tef�h f i iS-H�iHN � hN. slteci4i<sHllr-rretuifrd l�a�a3e �trl�lrnt� nttrf� �E�rtt�+tiHn .5.6.3. include expenses incurred in the repair or replacement of any insured propterty (Including but not limited to fees and 'charges o tfr_irleers and archrteeLs ). 5t1;- cover mHirriHas arreleitutprtreftt stE>fe4Ht the title or at another location that was agreed to in wriun, hV G1l\'�Ir�fieF tH�e♦i��f�ii�t?reteEl-in-the-Llr�fk: prtiv rtiett that -uth-mattmil4 -Hn l eE}utpn ni-have-been a-m-uded-gin m-AFplte-tttttmtcx-Payment rvet*-ranrndeJ It.-L�.<.rlNl;l;R� H+xl 545-4-te n+mnFHtned in elkck�tntrl inHl�aHymernt�s made by ;1�?[(A )N—T thirty-Anys'-written no twc- -to _each--e)ther additional i+txttred tErwlar>in-a-eefltl+trtirttt +ntamnee-logs-4wri issuetL 7 OWNFR shall p uiehase Had maintain such Itetrler and-ntaclnHiefy-#+nSuf ano;-e-itr-_atkirN(axial-iNi)jac-f{i=-instrran,E e as may be required by the Supplementary Conditions of I.ttws Htxl Re��ttlHtrerts tttEkrwill-ntedtttle-t}te�rttrrrsts 0" �)k1 lilies-('� J k (-l1-)R-tiultetaritra to;s- 3xpiaxk l l k:IiR'sCt4 uhattts-raid any t)ither-jar-onstar-entities tEknt+tiad-r+>-tlte�upp}ettientark-('tindit+tart�e;+t:li ;ipwhetti is-deerttetltH ltHveLWI tristuHbirinterest-Hnd s}iHll be-4istetltts any+i,usetl�Htlkit+etial-itisufed- 9 Ad! the eer1WWffttS- l` oather�wEleitce--thefetafr--r�t#t}i+aE!-tEi-le-taus etta��-grad maintained by (-A\ NER in accordance with Iaaragiaphs > r arxl--5 7-will -the coverage afforded will not Ix cancelled or nlatenally changed or renewal refused until at least thirty days' prior written notice hHs been given to O\4-�ER and CtY \ Fk-ACTOR--xxl-ie to In otlxr ttiklr1t1L)r j iristae'd to whom it certificate of insurance has ben issued and will contain waiver provisions in accordance with pattrHgrtipih �I-b SO OWNER shall not I-v respxmsihlc for purchasing and maintaining am properl_\insurance to protect the Interests of C O)N-IRV.`FOR. Subcontractors of others in the G1Hrk-to the-extent-of+irty-dedtictihke-arnHtints that are identified in the Supplementary Conditions. I he risk of loss wit#tirrsttE t itkni+{+eETtkEk+sttltle ttrtteurrt_iy+ll lie-Ixarrte Ity-t'��-?fT�:\<-'�R: �ttltuExttfHclexrt>F{illnefs sttltir� Hn4 such lots and #t tiny of them wishes property insurance covel-H•x within the limits of such Hmounts. each may pxuchase and maintain it at the purchaser's own expense 5.iQ. If CONIR-ACfOR requests in writing. that other tipes}rrl- ifistrretns� toe-irnE�EtEI<�El�ti��prtapeft�irr;ttrHrtEe j?Nlieies-prey icic•EI-unEkr--pHr+w__rHj>h��l�ti�a-7;-(-)L\'xl:Ii shall, it' iry , r �R^eltrtk streh�trttfarie m m Rr est t#tereef will-Ise<#tHrgeElit*�)�FR:\C' IuR��ajtpar<rpariHto ('hange ( )rder or Written Amendment Prior to EJCDC 7EM:KAL CuNDI 110 s 191 11-3 (1990 Editim i I I tr (I IY of I ( Q I CULt.ISS MoDIFICA 11( NS (REV 1 gourd commencement of the Work at the site. Mk-NI;R shall in wrtti+w HElv+se (-V)ti-TR_V4t-_)R-whether- +xtiuE +E+t#trr i+nurarrer ins been l4frx ttrtcl I >LGti1; S. Ll 4 4i) rruf-R4ghis: �.1 1.I. CAVNER and CONTRACTOR intend that all p of cies purchased in accordance with pa lagiaphs > 6 and -.IT will px(teet 0VVN-LR:- CON'TR7V )R SUK;ontractoxs. LNt_;1NL:LR FNGINLLR's C n silkHntsHrnd-Hll tthef persofi4t4-enl+i+es iek'nlrfied in-the-t+pplervtrntHr+-4'Exriltt+Hrrs-tH he -listed -Hs insureds or additional insureds in such policies and wfll-pfoE EIS tFHnHfi---ciwefH`C-iEx-Hli--lasses-Hftd tlarnta3es-et#used-bv�he-loaf d�coveretl-hereby: \ll srn h pc�liciz4i4i-n4 containtxevitittww-te the-etYLet that in paynrent-4-Hny-4Hx; of lamrtge-Fix insurers-wilf-hev-e no rights ef-recoverwar-+nst-anyrot' theHnsufeds-cifaelE�tNenul- tftsurrEls-ikn�rrundef. � }l•4'�; li3'-�trxt�<a4� I:-\t' 41 lt'--waive-all--rights HgHifisieHc��thc�-#H�EI�Ite+�rest>�tivr�aftiEerr dtre-clors--..emirtJowees-{text agents-tiar--Fill --losses--and dantHpes-eatr:ted Ix--afitig-trot-tat-er rc:;ulttn Torero any -of the perils ciwered by such policies anti any ether property nnsurance-appheahle-tH-the--W,)rk;-and; ill Hdditiott, waive all such righLti against Subcontractor,- E-NA;t-MA R- I�;kx44-,"R's ('onsultanL% and all other persons of entities identified tr�tit�`itrtpletttentm� trtarn#tt H�tts�cr-I>� hstee4�r +risafeEl�Etr tEtttitiHriak +i uredunder suchttelica+es-tar kaxes 4md 4Hne-oaf-- the --above wa4VerA-4a4l-extend-It-1 tote RAILS that any 1 t+ty mHkift stte}ri+H+yef-Hray have to,- the, prExeeds--Or +nsuranee-held-bti (-)W,-Nkk-asgrust�e ar�ttlietay+se I-xlyable ureter any policy so Issued -1-1---Irt adthlren. -4 HkahLti aeaaist CONTR-ACTOR Subcontractors, 6�NE;ICI=FTi-4:��-t;Il�ilrFli's-- ('Ex>•:ttltHnts-anti-the oftieers, directors, employ es and agents of any of them. fir I I_ I lte.; t-hteteltueirx r vxrfrupifo>tt karr; of use o i- other consequential loss exterxlrng bevoixl direct physical loss or damage to FNk-\={-;R�--prtjptwy �x�hr�ktxk�,HttsrtNw: at out of or resulting bona fire (x other jerrl. whether or not insured by ( )WNFIZ_ and 11 2 loss or dan#aee to the completed Fyeject<x jaHrt-tltereefc�atttietl�y.-Hrtsirtu-c>trt E>}-Hr resulting from Fire or other insured peril covered lw�rnyprfajaert�i�;t+rHrtst--niHintHirnrEj-on-the eornpleted-p,rt>tect or�HH�heree>f durrna partial utilirition pursuant to paraJaph 14, I('. alter Substantial Completion pursuant to ixrragraph 14 S or alter final payment pursaHnt4HTiHrHgFaph-14. _;. _\n1�inSktf++fiE;c�fteitE'4'- FT1HifitHtfhYl-lty�-=)�\-1i5-R--t;Hyt f+fi�? aw-loss: Elrttnrt e Hf�a ttsrttueftttHl�E 5rfrlifred k}t+t�ltis pafH =faplt �-I-1 = ihall t +ntHtrttarraytstE>tis to the e#«r6'iHt in the�yent-tat payment-H�Hrrriuclt-k u�{lHtatH� cx consetjuentral loss the insurers will have no rights of recovery against any of C'( N rR:\C'TUR. Subcontractors. EN4_iliaii44,I E*Nk- -16f,{t's ('eflsuhfi its tint!-the-offfeer-, dirretofs, etnployers�tnd tt inks E tin �f theta: Receipt and.Ipplieation of Insurance Proceeds. S.12. Anv insured loss under the policies Of insurance rt�tluired by pam,, aphs>.a, and � 7 will be adjusted with OWNER and made payable to O1\"NER as fiduciary for the insureds, as their Interests nta\' appear. subject to the requirements of any applicable mortgage clause and of paragraph ,i.1 ;. O\\'\-GR shall deposit in a separate account any numey so receiver. and shall distribute it in accordance with such ageentent as the parties in interest may reach If no other special agreement is reached the damaged Work shall be repaired or replace) the moneys so received applied on account thereof' and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. .�.13. (AVNER as liducian shall have power to adjust and settle env loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of lass to (M \T ,R's exercise of this power. If such objection Ix made, O\\NI:R as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach If no such agreement among the parties in interest is reached. (.) VNER as fiductan shall adjust and settle the loss with the insurers end--if-lzquneA In wrati-m-Aav--:tin teat -tin +interest- 1)L\'-? I:It ins fxluciorti slnal! � ive -bond -ti r- the tom'ter-txr�irnr:tnct�,�t�ush:luties y acceptance of Ronde and lnsuranee; Option to Replace. 14 It' eithrrt�tn�1>k4�R O1\ M-R has am objection to the coverage affixded by or other provisions of the rtcxxk or insurance required to be purchased and maintained by the etherpttrty CONTRACT( )R in accordance with Article � on the basis - Of non-cunlornlance with the Contract rkx:uments. the objecting, party shall sir notify the Other party ( \\'NER will notify C' )NI R\C'TOR in writing, w itlun tart fifteen days after receipt delivery of the certificates (or other evidence requested') to O\C'\I:R as requu-ed by paragraph _ 7. R-+HRIA 1 AITR !(-�P -1�RP dr-ter the ether such additional inlixmetion un respect of Insurance provided as the Other may reasonably request It either party does not purchase or maintain all of the Bonds and Insurance requircxl of such forty by the Contract D(x:uments--scx:h- fttrtr kit+fE-notify the -oiler -forty in writing Of such failure to purchase prior to the start Of the ll�trrk. t>F t+f1stx:kr foilurr-tc}tnttttntein prfo>Fte-any'-sftttng��rt t# rrtpuirecltOvrrtt4jtfnlxft prejudice ear-<Flnei r+ght or remedv. the other party may elect to Obtain equivalent Bonds or insurance to protect such other party's interests at the expense of the party who was required to provide such coverfi=e—ttrxktr httngtl=)rckr�;kntrN-ke-issueeflF?rldjusF-the Contract Price uccordin_ly. Partial Utilization -Property Insurance: 5.I �. if O\V\-FR finds it necessary to oxcup} Or use a portion or pxxuons of the 1\'ork prior to Substantial EJCDC GE\EKAI, ( V ND1 Il oVi 191 o-8 a 1990 F(iti,m i " CI 1) Uy I( RI 0UE1.11S VUDII'ICA I 1 i]S(RE\ 1 _uuu) ('onnpletion of all the \\oik, such use or occupancy may he accomplished in accordance with paragraph 14 10. provided that no such use or occupanc} shall commence before the insurers providing the property insurance have acknowlecLed notice thereof and in writin, effected Ries' chines in coverage necessitated therehv The insurers providinia the properly 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 RESPO\SI BI LI TI ES Supervision and Sulwintendcnee: 61 CONTRACTOR shall supcmse_ inspect and direct the Work competently and efficiently. devoting such attention thereto and applying such skills and expertise as maw he riccessmy to petturm the 1\oik in accordance with the Contract Iocuments CO\ I R:\('TOR shall he solely responsible for the means, methods. techniques. sequences and procedures of construction. but CO\TRAC FOR shall not he resonnsihle fix the neghgence of others in the design or specification Of a slecific nlearls. method, teclunique, sequence or procedure of construction which is shown or indicated in and eepressly required by the Contract Documents C( )\ I RAC IOR shall he respxmsihle to sec that the completed Work complies accurately with the Contract I )ocuments- (; - CO\TR,ACTOR shall keep on the Work it all times during its progress a competent resident superintendent. who shall not be replaced without wrrtten notice to (M-NER and .i\( 1NEER except under extraordluan circurnstances "rhe superintendent will be ( .( )\ m_ \CT(-)R's representative at the site and shall have authority to act on behalf Of CONTRACTOR. All conunurucations to the superintendent shall he as binding as dgnven to CONTRACTOR. Labor, 1laterials and F.'quipment: 6 1 C( )\'FkACI (-)R shall provide competent. suitable qualified personnel to suney, lay out and construct the Work as required b\ the Contract Documents C'ONTR\C'I OR ,hall at all times maintain aood discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto. and except as otherwise indicated in the C'ontract Documents. all Work at the site shall he performed during regular working hours and C'OVI-R-VT(7R will not permit overtime work or the perfornnance of Work on Saturday. Sunday or an legal holiday without O\\'\I:R's mitten consent given after prior written notice to EN6iNEER. C'ONTRa( -TO R shall submit recpuest-s to the ENGINEF,R no less than 48 hours in adtwance of anv Work to he performed on 5alurday. Sunday. Holida}s Or outside the Re<ular Working -Hours. (,4 t_nless otherwise slecitied in the General Re(µairenients. C'(7\TRACP )R shall furnish and assume lull responsibility for all materials. equipment. labor. transportation. construction equipment and machinery. tools. appliances, fuel. Ixkmer. light, heat. telephone, icater. sanitan' facilities, teniporan• facilities and all other facilities and incidentals necessary for the furnishing. perform a lice. testing, start-up and completion of the Work 6.4.1. _ Puruh rsuL_ Kestnctions;. CON '1:1' AC I (_)1 must oomph with the-( 'it'spurchasin_g restrictions A �op� of -the resoluligm are\_a)I able_ for rci i��)__in_thr offices of the Purchasmo— and Mask \lanagenient Division or the ('its Clerk's office, n q ' Cement Restrictions 0tv of Fort Collins Resolution 91-121 reduirrs that sup piers andprod xlucrrs of cement or products containing cement to certih• that I he cement was not made in cement kilns that bum hazardous waste as a Riot (i �, All materials and equipment shall he of good quahty and ncw. except as otherwise provided in the Contract Documents. All warranties and guarnntees slecitieally called for he the Specifications shall expressly run to the henefit of (A%NFR if required by F\Gi\FTR, ('O\ I'RA('rOR shall fiimish satistacton• evidence (including relxirts of required tests) as to the kind and quaht\ of materials and equipment All materials and equipment shrill I-v applied, installed. connected. erected, use cleaned and conditioned in accordance with instructions of the applicahle Supplier, cscept as otherwise provided in the Contract Documents Progress Schedule: G (1 CO\ I RAC FOR shall adhere to the progress schedule established ni accordance with IxlraDaph' 9 as it may he adjusted from time to time as provided below (I o l CONTRACTOR shall submit to f'NGINEER for acceptance (to the extent indicated in paragraph _9;1 pruposeel acljustnients in the progress schedule that will nut change the Contract Times for Milestones) Such will contiirnl generally to the progress schedule then in ellect and additional) will conipl\ with any piovisioris of the General Requirements applicable thereto 6 (; proposed adjustments while progress schedule that will change the Contract Times (or '\lilestones) shall be submitted in accordance with the requirenents of p'ruauraph I, I Such adjustments may onl\ Ix made by a Change Order or Written Amendment in accordance with Article 1 6.7. Substitutes and "Or -Equal" Items: 6.7.1. Whenever an item of material or equipment is specified or described in the ('ontract Documents h) using the name of a proprietan item or the name of a lYirticular Supphcr. the si-citication or description is intended to establish the 1\ pe. function and yualit\ required t nless the specification or description 1 � �r lTrl' i)1' PURTCULLItiS AluUlrte'AIICNS (KliA' 1Zuuli! contains or is followed by words reading that no like, equivalent or "or -equal" item or no substitution is perniitud. other items of material or equipment or material or equipment of other Suppliers mac he accepted bV. ENGINEF,R under the Colhming circumstances 0.71.1 "Ot-L'qual" If in ENGI\EER's sole discretion an item of material or equipment proposed by CONrK�WIOR is functionally equal to that named and sufticientic similar so that no change in related Work will be required, it mac be considered by li\(;I\h.IiR is an "or -equal" item. in \chich case review and approval of the prupcised item may, in F\(;I\I+Jk's stile discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items 6.7,1.2. Sub.stifule lfetm: If in ENGINEER's sole discretion an item of material or equipment propped by C( )NTRAC'TOR does not qualif\ as an "or -equal" item under subparagraph 6 7 l 1. it to'ill he considered a proposed substitute item CO\TRAC I'OR shall suhntlt sut icient information as provided below to allow• F..\G1NFFR to determine that the item of material or egwpnicnt proposed is esscntially equivalent to that named and an acceptable substitute theret6r 'rhe procedure for review by the FNGIQTR kill include the lullowing as supplemented in the (;eneral Requirements and as F.\(;I\IiFR pia\• decide is appropriate under the circumstances Requests for review of poposed substitute items of material or cqutpment will not be accepted by FXGTNFFR boon anyone other than CONTRACTOR If CONTR.\CT(-)R wishes to furnish or use a substitute item of material or equipment. CO\TRACTOR shill first make written application to FN(;FQEER for acceptance thereof. certifl ing that the proposed substitute will Ivi-Form adequate}. the functions and achieve the results called for b\. the general design. lx similar III sulstance to that specified and le suited to the same use as that specified. The application will state the extent. it' any, to which the e%aluataon and acceptance of the proposed suhsutute will prejudice CONTRACTI.)R's achieyenient of Substantial Completion on time. whether or not acceptance of the substitute for use in the \\ ork will require a change ui amof- the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to aelapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of an\ license fee or royalty. \11 variations of the proposed substitute Crom that specified will be identified in the application and :available maintenance. repair and replacement service will he 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 redesr,n and efainis of other contractors affected by the resulting change. all of which will be Considered by �F:\GI\EER in eyalUatina the proposed substitute. EtiGINEEK may require CONTRACTOR to burnish additional data about the proposed substitute. 6.7.1?. CO.\7R-2CTOR's lixpansr: All olata to be provided b,CONTRACTOR In support of an,' proposed "or -equal" or substitute item will Ie at CONTKN'TOR's expense. 6.7.2. Subsimile Cunsburhon Methooh ur I'meedures: If a specific means. method technique, sequence or procedure of construction is shown or indicated an and eNpressly required by the Contract Documents C(AI RACTOR may furnish or utilize a substitute means. method technique. sequence or procedure of construction acceptable to r\( 1M+R CON R\C IOR shall subnut sullicnent mforntation to allow 1i\GI\I:F;R. in FN(d\I+R's sole discretion. to detennine that the substitute proposed is equivalent to that expressly gilled for by the Contract Documents The procedure lot- review by I{\GI\IiFR will be similar to that provided an subparno raph 6 7.1 6 7-1 T*itsirteei" Evahratron: E\GI\FF.R will he allowed a rcasonahlc time Within Which to evaluate each proposal or submittal made pursuant to paragraphs G 7 1' and 6 7' EN61N ER ,Vtll be the sole judge of acceptahihty No "or -equal" or suhstitute wnl I he ordered, installed or utilized ,without F\61NhFR's prior Written acceptance which will he evidenced b\ either .t Chaffee Order or an approved Shop Drawing (AV\FR may require CONTRACTOR to furnish at CUNTRACTOR's expense a special performance guarantee or other surety with respect to any "ot-equal" or substitute ENGINEER will record Tillie required by ENGI\ZER and E\617NEE•R's Consultants in evaluatmg substitutes proposed or submitted by (*ONTR\('T( )R pursuant to paragraphs 6.7 1 ' and 6 7.2 and in makinc chances in the Contract Documents for Lit the plovistons of any other direct contract With O\\1FR till work on the Protect) occasioned thereby Whether or not ENGINEER accepts a sulsimite item so proposed Or submitted by CONTRACTOR CONTRACTOR shall reimburse AVMMI-R for the charges of ENGINEER and GNGINTLR's Consultants for ewaluatine each such proposed substitute item 6_8. Concerning Subc•onti-actors, Suppliers and Uthers: 08 1 ('O\TR.ACT( )R shall not employ any Subcontractor. Supplier or other person or organization (includula those acceptabte to CAVNER and E\61NTER as indicated in paragraph o.J.'l, whether initially or as if substitute. acmml whom OWNER or I:\(J\EER may ha\e reasonable objection CONTIL\V'TOR shall not be required tO employ am' Subcontractor. Supplier or other person or organization to furnish Or perform any of the \Cork against ,ohont CONTRACTOR has respnnsble objection. G_9. CONTRA( -I ( R sl rtorm not less than 'n percent of the Work with its own forces (That is, ,without subcontracting). The - it requirement shall IV Understood to refer to the. Work the Value of Ndiich totals not less than 20_percent of_the Contract Price 6l'. It the Su till lententary ('ondition% I_ttddmg Documents require the identity of certain Subcontractors. Suppliers Or Other persons Or organir•uions (including those who are to furnish the Principal items of materials or equipment) to Ix submitted to O\\\F1t an advance of the specified Jett prior to the Effective Date of the Agreement for acceptance by Ol\\FR and li\GI\I:I?R.--ar+d-if F��l �-�(' F1)h -hav �ttfimttiac�tr�wt-tlirrh>t=ire uecordurtee �+itl+ihe`Stryle+mnteF,'t r3clti+r �r, OUNFR's or I-\GI\FI{R's acceptance (either in wntu+c or by filing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents Or the Contract Documental L417 ask- such -Subc,-mtraetor.-- Supphtr-or-other {xrti Ala Or r>�+3+�t�r+tirx�x>�clenHt�1-rwav-I�-r2velecl-r�� I-n+srs cN reasonable-<-61ection after clue investaaat+o n, in- -which-case-('1)a; I a A4 I ( )k--shall-- hm4t--an aceeptahle sullstttute. the Contract Priee will he adjusted-hv-the-dale+ n e-ii"he-et�s�tweask such if and all uppropi mte Change Order ,vtll�,r is�t+ed-r�r=lktitten- ltt+et�clnxttl s+r# ,will constitute a condition of the Contact requiring the use of the named subcontractors, su1phers or other persons or organirntion_ m__ih�- 1_\_or4-unhss_pricx written al,proval is obtained Prom O\\\:ER and F:V;l\FFR \o acceptance by O\\ NFR or F\GINF.F.R of am' such Subcontractor. Suppher or other person or organization shall constitute it waiver of an}' right of O\\'\FR or FGINEFR to reject dlealve \Cork 6.9.1. CONTRA('TOR shaill be full' responsible to O\CNER and ENGINEER for all acts anal omissions of the Subcontractors. Suppliers and other persons and organizations perfornung or tarnishing any of the Work under it direct or indirect contract with CONTRACTOR just as ('ONTR\CTOR is responsible for CONTRACTOR's own acts and omissions. Nothinc in the ('ontnact Documents shall oeate tier the benefit of any such Subcontractor. Supplier or other person or organization am' contractual relationship between O\\'\ER or E\GI\Z ER and any such Subcontractor. Supplier or other person or organization nor shall it create an}' obligation on the part of'( A\:ER or E\(-;I\ZER to pay or to we to the payment of am moneys due any such Subcontractor. Supplier or other person or or ninization except as may otherwise be required by Laws Lind Regulations, ( )1ViA_ ER or ENGINEER inn burnish to any subcontr. actor_ supplier or -other -person - u Or or_anlz ation evidence of amounts pit to CO\'I'RAC'fOR in accordbnce (with i '( )N f RAC`I" ( )R'S "Applications for Pan lnent". EJi.D GE',ERA1,(VNDf HoM' 191 )-Si1990F(iti,.rn 13 ,c. CI 1) Uf I( R I('UL1.PS VUDII ICAff V,(RE\1_uuu) 6 c1 I CONTR \CI -OR shall be solely responsible for scheduling and ccmrdinating the Work of Subcontractors. Suppliers and other persons and orgeniritions performing or furnishing any of the. Work under a direct or indirect contract with CONfRACYOR CONTRA("MR shell require all Subcontractors. Suppliers and such other persons and organialtlolls pertornung or tinnishirng any of the Work to communicate with the ENGINEER through COMRACTOR. 6.1(). The divisions and sections of the Specifications and the identifications of an• Drawings shall not control ('ONTR-\CIOR in dividing the Work ainon, Subcontractors or Suppliers or delineating the Work to Ix performed by any specific trade 611 All Work pertornned for CONTRA("fOl: hq a Sulcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of ( 1\'\ER and kV;l\I P.R \\'henever-anw such aer,-ement vs-with-a-tiubcontrastef Or-Sup-rpker--wh.}+s-Iigt J-as-an tlddittonttl msuted On tilt' p topeny insufHnoe p rovidtxd in {,Flt':wrr+{�#ns �c�sr �-�-t1Teauree+TTzntl�etx�ert�I+e CONTRACTOR and the Sulccxmactor or Supplier will ecTtltmtrpres i ret rthetrl tEx Sul+e +iitrmtol -t" ,3upp+ter wmv,e. uI—vrehts age+-ttTst t-t4 .Mtk, ('O3- 4*-V'I Cm.,;ukent,, and all ether alddN+c+tlatl- instx��I:+r-a11�+�sei-:tnd�la+»a��:=ea�d-hw- ttl-tStaak �+rtt-eft+r-rr+ttitttT>�{rr�tn-r+t1Ft+#� t#Tr }pertly-cever-ecl-lN- sue ti-pc+Fit ieseixl-+inr rxlle�pr�><+et� �n�:ura+lae-cool-ieafilz to the Woik it' the ❑isurers oil any such policies require Stpftftite wttiv r-sort."Moo ;�••-' t%-rn-crams—rrrr.•.-.••••_&,uhco CNttof of -Suppliers 'W•-N I k V\ ")R-wil-l-obis 1+the-mne- Patent Fees and Royalties: (; I' C'ONTR\CT(_)R shall pay all license tees and royalties and assume all costs incident to the use in the performance of the Woik or the incorpx)ration in the Work of any invention, design, pnaccss. 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 ti)r use in the p ertbriance of the Work and if to the actual knolcirdge of AVXT.R or ENGINEER its use is subject to patent rights or copyrights calling tier the payment ofany license tee or royalty to others. the existence of such rights shall he disclosed by (1R N1;R in the Contract Documents. To the fullest extent permitted by Larss and Regulations. CONTR\c_'T )R shall indenanit\ and hold harmleu A NER ENGNEER EN(IFNEE-R's Consultants and the officers, directors, employees. agents and other consultants of each and any o[ them from and against all claims. costs. losses and damages arisina out of or resultina from any infringement of patent n;_hts or copyrights incident to the use in the perlorlance of the Work or resulting from the incorporation in the Work of anin enlion, design. process. product or device not specified in the Contract Documents, EJCDC7Et:KA1,CuNDIII(AS191i1-31t99oEditim 14%rdTelol'I'URTCULLINSAIUDiftd'ATIC!VS(KIiA'1_uuU! Permits: 6.13. 1_ mess otherwise provided in the Supplementary Conditions. CMTRACTOR shall ohtain end pity for all construction permits and licenses. MVNE.R shall assist when necessary. in obtaining such permits and licenses ('O\"fIL�C'TC)R shall pe) all governmental charges and inspection fees necessaIN tier the prosecution of the Work. which are applicable at the time of opening of L'jels, or. it there are no Lids. on the Effective Date of the Aacement C'ONTRAC-FOR shall 17n all charges of utilih' owners foie connections to the %\ork. and (M\kk shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees 6.14. Laivs and Regulations: 6.14.1. CONCR CTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and perfomrince of the Work. Except where otherwise expressly required by applicable Laws :and Regulations. neither O1\ \ I'R not F\GI\1-,kR shall he responsible. for momtorinp CONI RACIUR's compliance with any Laws or Regulations. 6.1.1 - it' CONTRACTOR performs any Work knowine or hawing reason to know that it is contras to Law, or Regulations. CON I RAC OR shall Isar all claims, cosm losses and cfentaees caused hy. arising out of or resulting therefrom; however. it shall not le CONTRACTOR', primary responsibility to make certain that the Specifications and I )raswungs are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of ('O\T RAC I'OR's of) Ii its under paragraph 33 _ Tares 6 1: CONTRACTOR shall pay all sales, consumer. use and other similar taxes required to be paid by CONI-R\C-FOR in accordance with the Lams and Regulations of the place of the Project which are applicable during the pertixmance of the Work 6 1 1 OWNER R is eXempt from Color ado Stale and local sales and use taxes on materials to he pemlanently incorporated into the project. Said taxes shall not be included in the Contract_ Pace ('ONfly._\('IOR must allply for. md receive._a Certificate of'Exemption from the Colorado Deirullent of Revenue for construction_ materials to he physicatlly incorporated into the project This ('ertilication of Exemption provides that the C()NTR_\CT()R shall neither m nor include in his Lid1 Sales and D"se Taxes on those building and construction materials physiculh incol-Dvrated_ into the project, :Address' C,ofortdo Del artment oCRevenue State Capital_Amex 137� Sheens n Street I)enver. ('olorado- N0261 Sales and i-'se Taxes _for the Stag of' c'olorulo. ReLion-al Transwrlat(on District IRTC)')- and certain Colorado Counties are Collected by the Slate of -------- ---------------------------------- C'olor<ado and are included in the ( 'ertification of I re1lTt ton. Alltiptk:gble Sales and Lsc I ti.ws.(includm__State collected taxes')_ on an\ items other than construction anal buil din_ m lcrials phi sir<ilh mcopx r ated_u-ltg the (?rc,ject are to he pYaicl by ('(A I' RA(" lOR and are to Ix included in appropriate bid items. ( :se of Pren&ws: 6 16 CON I'RAC I'OR shall confine construction equipment, the storage of materials and equipment and the operations Of \yorkers to the site and land and areas identified in and permitted by the Contract Documents and Other land and areas l,enrritted by Laws and Re 'ulations, rights-of-\kay, permits and easements. and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. COVI R WTOR shall assume tull rey,onsihility fix any damage to any such land or area, or to the owner or (xculxutt thereof' Or Ot am adjacent land Or areas. resulting tiom the lxrforntance of the \Fork. Should any clean he made by any such o\yner or ccculxant because of the lertomutnce Of the Work. COti fRAC I OR shall promptly settle with such Other party by negotiation or otherwise resohe the claim by arbitration or Other dispute resolution proceeding or at law CO\ I INX-1 UN shall. to the fullest extent permitted by Laws and Regulations. itulenutih and hold harmless CAlkNER. ENGINEER- ENGI\t,GRRs ConsulCant and anyone directly Or indirectly employed by any of them font and agautst all clauns. costs. losses and damages nnsinc out of- or resuhing from any claim or action- legal Or�eyuitable, brought by any such Owner or cxcupant against CAFNER- li\Gi\E•ER or any other party indemnified hereunder to the extent caused by or based upon C'(7\ flt\(_1(-)R's performance olthe Work 6 17 Dunng the progJess of the Work- C( \TR\CT ( )R shall keep the premises tree from accumulations of waste matenals, rubbish and Other debris resultim, tiom the Work At the completion of the Work C( )NTRAC P )R shall remove all waste materials, rubbish and debris from and about the prenuses as well as all tools, appliances, construction equipment and machinc•rand surplus materials. C (ATRAC I OR shall lets e the site clean :and ready for occupancy by O\\ \LR at Substantial Completion of the Work. (A)NTRa(_'TOR shall restore to original condition all property not designated for alteration by the ('onlract i)ccuments. 6.1 S. CONTRACTOR shall not load nor permit any part of tiny structure to he loaded in anv manner that \kill endanger the structure. nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that wiII endamcr it Record Documents: 6J9 C'( )NTIL\( 'TOR shall maintain in a s,lte place at the site one record cope of all Drawings. Specifications. .-Addenda, Written Amendments. ('han_e Orders, Work (`hangs' I)irectives, Field Orders and written anterpretaltom and Clarifications (Issued pursuant to lxaragraph 9 -1) in good order arnl annotated to shore all changes made during construction. These record documents together %cith all approved samples and a counterpart of all approved Shop Drawings \kill be available to E\GI\II:R for relerenee. 1pon contpletton of the \Fork. and prior to release of final ptLyntent- these record documents. Samples and Shop Drawings will he delivered toH:.\r,l\F,F,R tor (AVNFR ktfett' and Protection: (i'f-i. CO\ FR:AU I ( )R shall be responsible for initiating. maintaining and supervising all satevy precautions and progams an connection with the Work. C(ATRACTOI: shall take all ncussar• precautions for the safety of, and shall provide the necessar protection to prevent damage, injury or loss to 6 ^il.l all persons on the Work site or who may be altected by the \Fork: 6'u' all the \Rork and materials and Cqugxttent to be incorporated therein. whether in storage tin Or of]' the site: and 6 213 ; other propertat the site or adjacent thereto, including trees. shruhs. lawns, walks, pavements, tmd\vays. structures, utilities and l'nderground Facilities not desigmted for removal. relocation or replacement ill the course of construction CO\ I RA(' I OR shall comply with all applicable Laws and Regulations otany public: body haying jurisdiction for satety of persons or property or to protect them front damage. injury or loss. and shall erect and maintain all necessary sateguards for such safety and protection ('O\Tit.-v r(,)R shall notify owners of adjacent property and of 1_ Oder xnund Facilities and utility owners when prosCcution Of' the \\•ark nlay affect them, and shall cooperate with them in the protection. removal. relocation and replacement of their property All damage_ inµan or loss to any property referred to in p,aragJaphsG=t)_ or (i '()3 caused directly or indirectly. in whole or in pram. by ('O\TIL\C'TOR, any Subcontractor. Supplier or any Other perm or organization directly or indirectly employed by am of them to rvrlomi or furnish any of the Work or anyone for whose acts am of them mac be liable. shall he remedied by C' A FR\C'TOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of O V\_E'R or ENGINEER or ENGINEER's Consultant or amone employed by any of them or anyone for whose acts am of them -may be liable. and not attributable, directly or indirectly, in \\•hole or in pearl, to the fault or negligence of CON 4LACT( )R or any Subcontractor. Supplier or other person or organization directly or indirectly employed by any of them). T CO\RAC 1 OR's duties and respx,nsihilitics for the suety and protection of the Work shall continue until such time as all the \Fork ns Completed and hAGIN 1-1h R has issued a EJCDC (.;E',EKAL (V ND1 I TUTS 19] o-8 I t 99O F(fit icei I i ; " C'1-IY UP I( R I 0UL[.11S VUDII'ICAI f V, (RE\ 1 _uuu) notice to OWNER and CONTRACTOR in accordance with paragraph 14 13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion) 6.21. .Safetj, Representative- " )\ F IC V 1-OR shall designate a quail ied and experienced safety representative at the site whose duties and responsibilities shall be the pre\eniton of accidents and the maintaining and supervising of safes\ precautions and programs Ha;nrdCommunication Programs: 6 2_ CON I RAC I OR shall he responsible for coordinating ari exchange of nnaterial safety data shorts or other hazard communication intormation required to he made available to or exchanged between or ;along emplovers at the site in accordance with Laws or Regulations. F.nm)-gencies: 6 23 In emergencies affecting the satety or protection of lessons or the 1\'oik of property at the site or adjacent thereto, C(AFRA'MR. without slecial instruction or authoi tion from (AVNE.R or FXGI\F.FR, is ohliaated to act to prevent threatened damage, utlury or loss. C(AIkACIOR shall gne FNGI'\EF.R prompt whiten notice it CM TRACTOR heheves that any significant changes to the \\ ork or variations from the ('ontract Documents have been caused thereby If E\GI\EER detem ties that a chanite in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an enmergenc}. a l\'oik Change Directive or Change Order will he issued to dctunment the consequences ofsuch action 6.24. ,Shop Drawings anrl.%nyde.s: 6.24.1. CONTRACTOR shall submit Shop Irawings to EN(ANLEIi for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9) All submittals will he identified as Ii\C;I\EISR may require and in the nuniler of copies specified in the General Requirements The data shown on the Shop Drnymgs will be complete with respect to quantities. dimensions, specified IV]tonliunce and design criteria. materials and similar data to show ENGpviiER the materials :mil equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the inlixmation for the limited purlo>ses required bw paragraph 6 26 6 `4 ` CONTIL\('D)R shall also submit Samples to ENGINEER for review and approval in accordance wall said accepted schedule of Shop Drawings and Sample submittals Each Sample will he identified clearlv as to material. Supplier, pertinent data such as Latalco numbers and the use for which intended and othencise as }'NUINEER mad require to enable h:\(;INh:I.IR to review the submittal for the limited EJCDC GEM :KAL CuSD1 I IOM 191 11-3 t1990Editim to %% (IIYol'I'(QI CuLLISSMODir1CAIf( iNS(REV 1 21JM0 purlooses required by paragraph 6 `o The numbers of each Sample 10 he submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 0.25.l. Before submitting each Shop Drawing or Sample. COM"R C] OR shall have deterinind and verified. 6 _'* I I all field measurements. quantities. dimensions, specified perfornmancr criteria, installation requirements. materials. camlog numbers and similar information with respect thereto. 6.25.1.2. all materials with respect to intended use. fahrication. shipping, handling. storage, assembly and installation pertaining to the pertormancc of the Work, and 6 ,S 1 all inflxmation relative to CON I RACMR's sole icslxnsibilities tin respect of means. methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto CO\TRACTOR shrill also have reviewed and coordinated each Shop Diawmg or Sample with other Shop I )ravings and Samples and with the requirements of the Work and the Contract I)ocunnents 6 2> 2 I-:ach submittal will hear a sump or specific written indication that CO\TRACTOR has satisfied CONTR\CTOR's obligations under the Contract Docunments [kith respect to CON I RA('1'OR's review and approval of that submittal 6 � ; :\t the time of each submission. C' )N IR\C'I()R shall ­ive [;NGI\IsER slecdic written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents. such notice to IV in a written connmunlcat[oil sepal ite froni the submittal, and, in addition. shall cause a specific notation to he made on each Shop Drawing and Sample submitted to 1:\(;l\1sER for review and approval of each such variation. 6 _o E\(;VEER will review and approve Shop Druwings and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted b� ENGINEER as required b\ paragraph 2.9, ENGLNEER's review and approval will he only to detemime tithe Items covered by the submittals will, alter installation or incorporation in the Work. conlomn to the information given in the ( 'ontr<act Documents and be compatible with the design "inapt of the completed Project as a functionina whole as indicated by the Contract I)ocunments. I \OINEER's review and approval will not extend to means, methods. techniques, seyucnccS or procedures of construction (except where a j articular menus, nmethod, technique. sequence or procedure of construction is specifically and expressly called for by the Contract Documents) or to sileh 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 I;\(;I\H-:R, and shall realm the required number of corrected copies of Shop Drawings and Submit as required new Samples for review and approval. CO\TR:AC OR shall direct specific attention in tailing to revisions other than the corrections called for bt fsTll_;I\CGP. on precious submittals. 617 I-:\(;INkkR's review and approval of Shop Drllminus or Samples shall not relieve (A)NTR-\CTC)R from responsihthty for any variation from the requirements Of the Contract Documents unless CON] RAC I OR has in writing called L\GI\LLR's attention to each such variation at the time of submission as required by p aragaph 6.25,3 and L\li]\L1:R has Liven written approval of each such variation by a slecific written notation thereof incorlxxated in or acconlpam in_ the Shop Drawing or Sample approvalnor will any approval by I{N(;I\lil?R relieve ('(A I RACI OR from iesponsihility for complyrno with the requirements of lwwraph 6'_s I ti'S \\'here a Shop Drawing or Sample is regwred by the Contract I )ocuments or the schedule of Shop I)rawing and Sample submissions accepted by FV'Tf\F F.R as required by p alaglaph _ 9. any related Work pertblined prior to I-N61\H-Xs i view and appimal of the pertinent suhnritt-il will Iv at the stile expense and reslxtnsihility of CO\ I RAC I OR Continuing the It ork: 6'9 CONTR\CTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER No Work shall be delayed or Iotstponed pending resolution of any disputes or disagreements, except as permitted by pxlregraph IDS or as OWNIiR and CONTRACTOR may otheryise agree in writin_. 6.30. COATR ICTOR's General 11;2man1j• and Guarantee: 6.30 I CC)\ TRACTOR warrants and guarantees to OWNER- IsNGI\I:LR and Ii\GI �GI:R:S ('onsuhants that all Work will he in accordance with the Contract Documents and will not le zkjectwe CONTR CTOR's warranty and guarantee hereunder excludes detects or d;una_e caused by: 6,30.1,1 abuse. modification or rill proper maintenance or operation by persons other than C'O\TR \C'TOR. SuKontractors or Suppliers. or n.3(),1. 2. normal wear and tear under normal 6. 3n ', CONTRACTOR's obligation to Ixrfonn and complete the Work in accordance with the Contract Documents shall Ix absolute. None of the following will constitute an acceptance of Work that Is not tit accordance with the Contract Documents or a release of C'( )\TR-\CT( )R's obligation to perform the Work in accordance with the ( 'ontract Docunnents. 6,31),2, I. observations by I:NGI\T-.F:R (i•31I ''. recommendation of any progress or final I ayntent by Li\U I\L HR. 6 31).2.3. the issuance of a certificate of Substantial Completion or anv payment by ( AVNER to (_'ONTR-\(-'T(?R under the Contract I )ocuments_ 0 ,u 2 a use or Occupancy of the \\ ork or any part thereof by ( AV\ Idx: 63112_;_ any acceptance by O\\'\FR or am' failure to do so: 6.3n',n. any review and approval of a Shop I )raving or Sample submittal or the issuance of a notice of acceptability by I.N6IM-1kR pursuant to paragraph 14 l,: 6 3 1) 17 any inspection. test or approval by others•. or 6.31I18 any correction of 41elecove Work b\ (M \FR Indemnification: 631 fo the fullest extent permitted by Laws and Regulations. CO\TRACTOR shall indemnify and hold harmless O\\NTR. I_\(,I\EFf: _ GNGI\TGR's Consultants and the officers, directors. employees. agents and other consultants of each and any of them fronn and against all clarets. costs. losses and damages (including. but not IIIIIIted to, all fees and charges of engineers, architects. attorneys and other professionals and all coull or arbitration or other dispute resolution costs) caused by. ansung out of or resulting from the perfiunlance of the Work. provided that any such claim. cost. loss or damage: (1) IS attributable to bodih «yur, sickness, disease or death- or to in]ury to or destruction of tangible property (other than tine Work itself). including the loss of use resulting therefrom- and (nl IS Caused In tahole or in part by any ncali_enl act or omission of ('C)\TRaC'I (:)R am Subcontractor. any Supplier, any person or organization directly or indirectly employed by any of them to perfornn or furnish am Of the Work or anyone for whose acts any of them may lic liable. regardless of whether or not caused in part by any ncali=once or omission of a person or entity indemnified hereunder or tyhether liability is Imposed upon such indemnified party by Laws and Regulations r L,ardless of the ne fligence of any Such person or entity 6.32. In any and all claims a_ainst OWNER or IN(ANGLR or anv of their respective consultants agents, ol( cers, directors or employees b\ any employee (or the survivor or Iersonal represcntativC of such employee) of CU\1 R.-\C'T()R. any Subcontractor. any Supplier. any person or organimtion directly or indirectly employed by EJi.'LtC Gh'"+EK:U. i.'ti.\Ul I Io)MS 19 ] 1)-S 099O F(fit itgI1 17 w. (11) UL I( RI CULLINS\1(VI 1=1CAIIi M(RE% 1 200u) am of them to perform or furnish any of the Work or anyone for whose acts any of them mac he liable. the indemnification obligation under paragraph 6.31 shall not he lintiud in anv Nvac by am limitation on the amount or hle of damages, compensation or benefits payable b\ or hir C(ATRATC I'OR or m such Subcontractor. Supplier or other person or urganizttion under workers' compensation acts, disabiflty lenetit acts or other employee benefit acts 6.33. file Indemnification ohli_ations of C( )\TRACD)R under paragraph 6 31 shall not extend to the liability of ENGR\L:ER and E\GINEER's Consultants. officers, directors, employees or agents caused by the profrssional negligence, errors or omissions of any of them. Sui-vival of Obligations: 6 34 All representations. indemnifications, warranties anguarantees made In required by or given In accordance with the Contract Documents, as well as all continumo obligations indicated in the Contract Documents. will survive final rnyment. completion and acceptance of the A\'ork and termination or completion of the Agreement ARTiCi,E. 7--0TiiER NVORi: Kelalerl It ork at Site: 71 ( A4\F.R may perform other work related to the Project at the site by (_A\'\TR's own tutees, or let other direct contracts therefor which shall contain General Conditions Still llar to these. or have other work per ti)rnhed by unlit\owners If the tact that such other work is to he perfontted was not noted in the Contract I )ocuments. then (0 written notice thereof will to given to CONTRACTOR prior to starting any Such other work and ('it') CONTi_\CTOR may make a claun therefor as provided In Articles I i and 12 it ('(_)\TRZ\('TOR believes that such performance will im oh e additional expense to CONTRA(—] (-)R or rcpuues additional tune and the parties are unahlc to Wee as to the amount or extent thereof 7 ' ('O\TRA( `t( )R shall afford each other contractor Who is a party to such a direct contract and each utility owner (and Ol\-\ER. it OA\-NER is performing the additional work with (_M \TR's employees) proper and sate access to the site and a reasonable opportunity For the introduction and storage of materials and equipment and the execution of such other wOrk and shall properl\ connect and coordinate the Work with theirs I-nless otherwise provided in the Contract Dcxuments. CO\TR-ACTOR Shall do all cutting- fitting and pritching of the Work that may be required to make its several parts come together properly and integrate with such other work ( ()\TR:AC'TOR shall not endanuer any work of others by cutting, excavating or otherwise altermu their Nark and will only cut or alter their work with the -written consent of ENGINEER and the others whose work will he affected. The duties and responsibilities of ('ONTRACTOk under this paragraph are lie the benefit of such utility uN ners and other contractors to the extent that there are comprirahle EJCDC7EM:KA1,CuSUIII(AS191i1-8(1990E(ilml is %% CIIY of I'( Q I CULLISS AluDll'1CA I f(NS (REV 1 21uui provisions too the Ienetit of ('O\TICV'TOR in sod direct contracts hetween C)A\NfR and such utility owners and other contractors, 7.3. If the proper execution or results of an}' part of C(AI RAC1'OR's Work depends upon work performed by others under this Article 7, (-'O\TR.-ACT( )R shall Inspect such other murk and pioniptly report to ENGINEER in Nriting any delays. detects Jr deficiencies in such other hvork that render it umn ailable or unsuitable for the proler execution and results of ('(-)\Tit_\('T( )R's Work. C(INTRAC'TO R's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRA(_'TOR's Work except for latent or nonapparent detects and deficiencies in such other work C oor&narion: 74 It OAV\f:R contracts with others for the Ierfonnance of other work on the Project at the Site, the fiollowin_ will he set forth In Supplementan. Conditions 7 4 1 the person, firm or corlk)ration who will have authority and responsihility for coordination of the activities among the various prime contactors well he identified. 7 4 _' the specific matters to he covered by such authority and Iespunsiblhty w all be IWIll I ed. aril 7 4 3 the extent of such authority and responsibilities will Ik provided It nless othenyise provided in the Supplcmentan Conditions. MVNER shall have Sole authority and IeSp 0IISibilit\ in respect ofsuch coordination ARTICLE 8--OWNER'S RFSPO\SIBILITIES 8 l Except as otherwise provided in these General Conditions. OA\Ni'R shall issue all communications to CCR )N'tU'T(-)R through ENGINEER. it in case of termination of the emplo}ntent of E\GI\EER. Ol\\ER shall appoint an engineer aeamst whom C'ONTRAC'TC)R makes no reasonable oh_jcti;tion. whose status under the ('untract Documents shall he that oft he fomher ENO! I\T.E•R S I CM-\TR shall furnish the data required of OA\'\FR under the Contract Documents promptly and shall make payments to C( ATR\CT(7R prompt) when they are clue as provided in paragraphs 14.4 and 14.13. 8.4. CAN-:v,FR's duties in respect of providing lands and easements and providing engineering surveys to establish reference prints are set forth in paragraphs 4 1 and 4.4. Paragraph 4.' refers to OA\14*I:R'S identifying and making available to CONTRACTOR copies of repxorts of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existmo strictures at or continuous to the site that have [Veil utilized h} Ii\GI\EER in preparing the Contract Dcxalments k)\4til;lsr.pxtsikatl+tkirtfespretef�urc#ttt5trw tand tilttintttinin�litthihii-ettca�reprt#+=tnsctrttncr-Hrr�rt forth in paragraphs ; ; throtwh i 11 I S l.; O\\\ER is obligated to execute ('hanae Orders as indicated in paragraph I0.4. 8-7 ( )\\-\ER'S rcsTvorLsibiliiy in respect of certain inspections, tests and approyats is set forth in paragraph 13 4 S-S In connection with ( )\\ \ h;R's m ht to stop Work or Suspend Work, Sec paragraphs 13 11 i and 1 l Para graph I �;.2 deals with O\1 \EK's nJat to ten linate Services of'('( AT RAC I ( )R under certain circumstances So The O11'\I{R Shall not supervise, direct or have control or authority dyer. nor be respxuasible for. CONTRACTOR'S means. methods. techniques. Sequences or procedures of construction or the satcty precautions :and programs incident thereto, or for any failure of C(I k.AC I OR to comply with Laws and Regulations applicable to the furnishing or performance of the \\'oik. O\V'\I?R will not he responsible for CON I'RACTOR's lailuic to pertotin or furnish the Work Ira accordance %oh the Contract Documents 9-14 )- -1)L4 xd; 's- responsthility- to-Te p- t- of undid a ed -\slxst:�;. F�(=k34�etre�u+». 1-i:tzarck>us 4\'-(tzta-�Lr Rfx#teacitv�-\•later trips txtc veercl < rtevrft{c <f 33t tIx ~tEr is Set-dorttrtn�ctr(�r��,h ' I* N f,+rtcl tt}t zYtent-(=)1\1ER-hr—steed to titrnish c'L-)kid[: `l��R reaSExLaltle evitle+aee tlaet-tinaac+al alrangenaents have Been made to simst\. O\\tiER's ohlr-aatons under-the-Contrm.t-Doctmntms. ()N-NER's restwnsibility it) respect thereof will be its set forth tit the Supplementary (_'onditions ARTICLE: 9-ENGINEER'S STATUS DURING CONSTR['CTIO\ Of ;\ER'sRepresentative: 9I ENGf\T•FIZ will be O\\1ER's representative Burin_ the construction period. The duties and responsibilities and the limitations of authority of L-NOFNE•ER as ()\\:\ER's representative during construction are set forth in the Contract Dex:uments and shall not be extended without written consent of (7\\'\T•,R and EN(;NEF-•R I i.tiits to Site: 9. ENGINEER will make visits to the site at inter -,its appropriate to the various StageS of CunstrLlcrlOn as E.NG[NEER deems necessary in order to obscn e as an experienced and qualified design professional the progress that has been made and the kltlalltV of the various aspects of CONTRACTOR's executed Work Lased on inlonnation obtained during such visits and observations. I \CI1tiEER will endeavor for the benefit of OWNER to determine, in general. it the Work is proceeding in accordance with the Contract Documents I;N'(41NkkR will not be required to make exhaustive or continuous on - site inspection to check the quahty or quantity of the Work. E\GENEER's efforts will be directed toward proN idol- for C)\\'\ ER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on - site observations. I-;NGINI:ER will keep O\1\I;R informed of the progress of the \\'ork and will endeavor to guard O\1\I-;R iminst Ciee1«lira \pork I-N(-iI\kI-R's visits and on -site ol-Acn'attons are suhject to all the limitation on ENUINEER's authority and responsibility Set forth in paragraph 9 1.3, and particularly, but without limitation- during or as a result of E\(.i11VEERs on -site visits or observations of CONTRACTOR'. \fork ENGINEER will not super ise, direct, control or have authonty over or he responsible for CON FRAC'l OR's means, methods. techniques. SequeneeS or priVedures of construction. or the Safety precautions and programs incident thereto. or for any' failure of C(A I RAC f( )R to comply with Laws and Regulations applicable to the furnishing or pertorniance of the Work Project Representative: )3 IfO\\'\ER and I-;\GI\EER agree, will furnish a Resident Project Representative to assist ENGI\EER in providing more continuous observation of the Work The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will IV as provided In pxamgmphs 9 ; and 9 13 an -iu-lag—tiuf�}rk+Ltztatat� Coalitions of these General Condition_ If (_)W\TR designates another representative or agent to represent (MNER at the Site who is not ENGL\`CER's Consultant, agent of employee, the responsibilities and authority and limitations thereon of such other person will be as provided in the Stalif>lermenitat-v ('ondtttontii paragraph 93 of these General Conditions lithe ENUMF.E.R furnishes a Resident Project Representative (RPR) or other assistants: or it the U\\NIiR designates a Representative gt_ agentt all as provtdgd in paragraph 9,3 9f the General conditions_ these Representam es shall have the authority and limitations as provided in paragraph 9.1 I 0l the 6cneral_Conditions and shall he slibject_to the frl1)\ t a, 0.3.1. The _Rehresentatne'sdealings in matters pertainin,+ to the on -site work will- ingeneriL lV with the E\Gl\-EER and C'()NTRAC'TOR. But. the Representative will keep the (\\-\ER properly advised about such matters. The Representative's dealings with subcontractors_ will only he thromah or with the full knowledge and approval of the CO\TR-1CTOR. 9 ; _ Duties and Res o?nsihilities. Rcaresrntati\_e wi I 9 ;_ l Schedules - Review the pra�ress EJi.'LrC Gh'"+EK:U, i.'ti.\UI �II UPS 1'110-8 11'll�i t:Jiti�.n l 19 ec. C'11) (WI (RI OIA11SVUDII ICAll V,(RL\ 12001) schedule anti other A hedules-pre ared by the C ONTR-ACTOR and consult with the F.N(_il\EE R conQerning acce ptt ahilit\. 9.3.2.2. Comterences and Meelina - .-Attend nneetirn, with the CO\'1'R:A(TOR such as preconstruction conferences, proLvess meetings and other job conferences and prepare and circulate copies of minutes of meetings, 1),1 3_I.Iaison 3' 3 1 Serve as EN(,I\l+R'S lintson nyith C)NTRACTOR. working princilalh throu,,h C(_)\ThACTOWS superintendent to assist the ('O\ I RACI OR in understanding the Contract Documents. 93 3 :Assist 1n ohtamrn_ from (AV\ER additional details or inlomtan tion_ when - - - - i he re�1utrccL fctrproixrgsccuuon ul the \Neel:_ 93 , i Advise the li\(il\I-hR and C( A FR.- 1 OR of the commencennent of an}• \York requiring a Shop I )rawtng or knnplc suhmistiiun_it t}n sul_,mission_has not been approved by the f :\ e � I N h:I,:R. 93'A Review of Work, Rejection of Detective \Cork. Inspections and Tests - 9 32_3 l Conduct on -site observations_ of the Work m plo mss to assist the ENGINL-'E.R in determining that the \\"ork Is proceeding in accorLiance with the Contract Documents 93'4' Report to the ENGINF,kR whenever the Representative believes that the Work ix uns<atstactoty taulty or dleleetiye or does not conform to the Contract Documents, or has been dantagecl, or does not meet the requirements of any inspections, tests or approvals required to he made, and advise the E\irINEER when he believes work should be corrected or rejected or should Ix uncovered for obsenatton, or requires special testing: irtishcdtion ur.apin�,val 9.3.:.4.3. Accompany visiting inspectors represent utY1urblis_or_othcr_ arecgoncteshavinu, jurisdiction over the Project, ord the_results of these inspeceponw the ENGf\TER 9 3 ` > Interpretation of Contract Documents. Report to E\GI.\-GER when clarifications and Interpretations of the Contract Documents are needed and transmit to CO\TRACTOR clarification and mtrrq,retation of the Contract Documents as issued by the 1'NUINE ER. r3 6. Alodlticat Ions. Consider and evaluate ('m 'IZ:\(' I OR) suggestions fox E,ICDC7EXHKALCuSDIII(AS191i1-8(1990EdItim ,r (IIY i)1I( Q I CULLISS AIUDIIICAIf( iNS (KIA' I Zuuu! ntcxlification_iII Drawmgs or Stxcificalions and report these recotmmenclrnions to EN( INFER Aceurateh_ transmit to _CONTR-\(`P)R decisions issued) by the Eti(I fNEER ').3.17. Records. 9.3.2.7.1. Maintain at the Representative's office orderh tiles concentmg correslxmdcnce- eel ,its of job conferences= Shop Drnw ing's-moil samples. reproductioms or ortgmal Contract I )ocunnents includim, all Work Directive CharLcs. Addenda. Chance orders, Field Orders_ additional drawmL- issued _subsequent to the executionof the .Agreement. E\vl\I h'R'S clarifications and mte9wa-icons of the Contract I )ocuments, progress reports and other )protect documents ---------- - 7. 1 Keep_a dian,_dark rex,rt fnnn- or lot, h_cvk, recordmi, hours on the job site, \f eather conditions, -data relative to questions tit work directive changes, Change Orders, or changed conditions, list of job site visitors. tlaik activities decisions, obscn•ations in general and Spxitic observations in more detail as in the case of obsel- utg test procedures, send copies to the ENG1\FH: ') : ''.7 3. Record nannes, addresses__ and te_lenho_ne_ numbers_ of all L\ C(TR-V-TORS, sulcontractors and major suppliers of equipment and materials 9.3' 8_ Reports_ 9 3' 8 1 Furnish ENGI\IiER periodic reports, as required, of the progress of the Work and of the C( )NTRICTOR'S compliance with the progress schedule and .schedule of shop Drawing and ,ample suhnt tttals .) ;' 81 Consult \%rill [iNGINEER in achance of schedulmg major tests, utsi- o,tiom or start of intpottant ph iu s of the )Cork o , 8 3 II haft_ roposed (`hang QI ders and Work Directive Chan ,es- obtainin, [xacku?_ material_ from the ('M RAC I OR and recommend to L•\_GI\EER Chance ( )rders. Work Directive Changes and field orders ()_3 2_8 -1 Resort immediately to IstiGIV-ELR and O\V*\[iR the occurrence of any accident. P..i_'.'.). Payment Requests. Review _ippli_cations for payment with CO\TR AC'1'OR for compliance tcith_ the est ablish"I _procedure tier_- their suhnnisston and forward with recommendation to ENMNEER- notinig puq icularh' the relationship tit - the payment requested to the schedule of values, \work completed and materials and rc uipilwnt delivered at the site but not incorporated in the Work. 9.1.2.10. Completion 93.2.10. I. fietore E\(ANEER issues a C'ertilicate_of Completion. suhm)t to ( `( CRaC'7 OR a list of obscned iterns requirun corre tion or completion. 3.2,11,2. Conduct final inspection in the coM-Kin � of' the PNO1\F.h.R_O1V\FR and CO\ I RAC I OR and remre a final list of items to be corrected or*,; on feted. Q.3.1,1(O, Observe that all rtenms on the final list have Ikon corrected or -completed and make recommendations to ENUINEER concerning ice tance 933 I•ontation of -Authority The Representative shall not, — — - -- O 3 3 1 .authorize an%- deviations tom the Contract Documents or accept any substitute ntatenals or equipment, unless authorized by the ENOINFFR. 9.13_1 F\CCed limitations of E\(il\kF.R'S authority as set firth in the Contract Documents 9 3 3 1 l ndertake any of the respomsihilities Of the ('ONTR.1('TOR. subcontractors. or CON —TRACTOR'S superintendent 9 ; 3 4 \dklse OIL or issue cluections relative to: or assume control over any aslect of the means, nlethods, techniques" sequences or procedures for construction unless such is specifically called for in the Contract Documents. 9..1.1 i \ch'ise on or issue directions regarding or assume control over safety precautions and proLmanms in connections with the \Volk 9.3?.6. Accept Shop Drawings or sample suh_nlittals Bonn anyone other than the ('O -TF TOR- 93 , 7 .authorize ( MNER to exxupv- the 11 Irk in \\'hole or in hart. ).3.. S. Participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by the E*\6INEER. Clarifications and Interpretations: 9,4. ENUIN-Ef:R 1kill issue with reasonable promptness such written clarifications or inter)xetations of the EJCDCGE'+ERAI, (.'UWfllUTS 1910-S 0990 F(fit itgII " CI 1) Uf it RI 0UL1.11S VUDI 1'I CAI Ii M' (RE% 1 _uuu) reyuirements of the Contract Documents ("in the form of Drawings or otherwise) as I:\GINEER may deternmine necessary. which shall N: consistent \kith the intent of and reasonahly inferable from the ('ontracl I)cx'uments. Such \written clarifications and Interpretations \kill to binding on (AV"\PiR and ('ONTR.V"IOR If O1V\f!R or CON t-R1CTOR lielieves that a written clarification or Interpretation justifies an adjustment in the Contract Prue or the Contract Times and the parties are unable to agree to the amount or extent thereof. if an\'. MV\LR or (A)\TFOCTOR may make a tcrittcn claim therefor as provided in .article 11 or Article I:, Authorized i itriation.s in Rork 9 5 I:\GIM-A-k mat• authorize minor variations in the Work from the requirements oC the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Tunes .nd are compatible with the desn'ti concept of the completed Project as a functioning whole as indicated b\ the Contract Documents 'These may Ix ❑ecompllshed by a Field Order and will Ilebinding on O1V\ER and also on C(AFRACTOR who shall pertomi the 1Vork involved promptly If 011 NI'R or ('(O A I RAC I R believes that a Field Order justifies an adjustment in the Contract Price or the Contract 'I'imes and the Ixrrtics are unable n) agree as to the amount or extent thereof. (AVNER or CONTRaC"I"( )R may make a written claim therefor as provided in .Article 11 or 1' Rejecting Defective It irk: 96 I-:\(iI\EI:R will have authority to disapprove or reject Work which E\GINEFR believes to he ckJacttve. or that EN(! \TER believes \kill not produce a completed Project that contonms to the Contract Documents or that will prejudice the rntegrmof the design concept of the completed Project as a functioning whole as Indicated by the Contract Documents ENGI\TER will also halo authorrty to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work Is tahrlcated, utistalled or completed. Shop Drawings, Change Orders and Payments 9 7 In connection with ENOIND.-R's authority as to Shop Drawings and Samples. sec. paragraphs 6 24 through 6.:5 inclusive. ') S In conneclion with E\GI\EER's authority as to Change Orders, see :articles I (). 11. and I I 1) 1) In connection with ENGI\T,.ERs authority as to Applications for Payment. see _article 14 Deterntinatiun.s for Unit Prices 9lli. E*NGIXEI;R will deternnne the actual quantities and classificationsof l'nit Price Work perforated b\' C'O\TP.a("TOR. ENGINEER \kill re\'ie\\\kith CO\'fR CI'OR the I.,M"I\I;F:R's prelim man' determinations on such matters before rendering a written decision thereon (by recommendation of tin Application tier Payment Or otherwise'). ENGI\EL•R's written decision thereon trill he final and hinding upon (M-\I:R and C'ON I'R.-A(- 1-OR. unless, within ten laws alter the late of ari such decision either ( 1VNER or CONIR.0 P)R delivers to the Other and to ENGINEER taritten notice of intention to appeal from I;\(il\1•;I R's decision and ('I') in appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set tirth tit Exhibit G('-A, "Dispute Resolution ;agreement entered into bemecil (M NEX and C'ON I Ra(' FOR pursuant to article Iri- or (ii) it no such I)ispute Resolution :Agreement has been entered into, a formal proceeding is instituted by the appenling party in a torum of competent jurisdiction to exercise such ri ahts or remedies as the appealing pxlrh' ma\' have with respect to fiS(,INIitiR's decision, unless otherwise agreed in writing by O1\'\ER and <'( NTRAC IOR. Such appeal will not he subject to the procedures of paragraph 9 11 Decisions on Disputes: (ill IAGI\HHR will he the initial interpreter of the requirements of the Contract I)oe:umcntS and _judge of the acceptability otthe Work thereunder Claim, disputes and Other matters relating to the acceptability of the \\ ork or the interpretation of the requirements of the Contract I )(icuments pertainim, to the lyerformance and tumishing Of the Work and claims under articles I 1 and 1 22 in respect of changes In the Contract Price or Contract Trines will he ieterred autialh to I:N(;INI HK in wrrtmg with a request for a tonwil decision in accoreLanee with this paragraph \\ritten notice of etch such claim, dispute or other matter will be delivered by the claunant to E\GI\TER and the Other party to the agreement prompth• (hut in no event later than thirty days) after the start of the occurrence or event giving rise thereto. and written supportutg data will be submitted to FsNGINF.EK and the other party within sMy days after the start Of such axurrence or event unless EN(;fNEER allows an additional pencil of time for the submission of additional Or more accurate data in support Of such claim. dispute or other matter The opposutg party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (Unitas ENGINT?E:R allows additional t)mc'). ENGINEER will render a totmal decision In writing within thirty days alter receipt of the opposing party's submittal. it any in accordance with this paragraph EN61\E ER's written decision on such claim. dlspute or other matter will be final and binding upon OWNER and C'O''NTIZ-\'TOR unless (i) an appeal tioni E\61NEER's decision is taken within the time limits and in accordance with the procedures set forth in EXHIL'II t.iC-:\ "Dispute Resolution _Agreement"_ entered into bemeen (_)\\'NL•R and (_'(\TR.-A(_'TOR pursuant to :Article 16. Or tit) it no such Dispute Resolution affeement has been entered into. a written notice of intention to appeal from L•NGI.NEER's written decision is delivered by ( )\\`\ER or c O\TRACTOR to the other and to ENGIINTM within thirtc days alter the date Of such decision and a Corral proceeding is instituted) by the appealing part in a forum of competent jurisdiction to exercise such rights Or remedies as the appealing party nmy have with reslect to such claim, dispute or other matter in accordance with applicable laws and Regulations within sr.-ty cLays of the date Of such EJCD('7EM:KA1,CuSDIII(AS191i1-3(199oEdiim)) -- %%(IIYolI( Q ICULLISSMODIFICAIf( NS(REV 1_1JM0 decision, unless otherwise agreed in witting by O\\\Eli and ('()\TRA('R )R. I , When functioning as interpreter and judge under paragraphs 9.11) and 9.1 I. ENC;INEER will not show partial to O1\'\HR or CO\TR C 1'OI: and will not Ix liable in connection with any interpretation or decision rendered in good tarth in such capacit} The rendering of a decision by ENG FNEER pursuant to paragraphs 9. I O or 9.11 with respect to airy such claim. dispute or Other matter (except am which have been waivcd b\ the making or acceptance of final I q ment as pro%ideJ in paragraph 14 1 -;) will lea condition precedent to arw exercise b) O\\ :N-ER or (_'(_)NTR ACTOR Ol such rights or remedies as either may otherwise have under the Contract Ikxuments or by Laws or Regulations in respect of any such claim, dispute or other matter-pursuurrtl(*ar1iele-l6. 9.13. Limitations on E:\'WAEER's . luthonit , and itecpan .%ibiH ies O l " I Neither HNGINHT, R's authority or responsibility under this Article 9 or under any other provision of the Contract I )()Cuments nor any decision made by 1i\GINIikR in cooed taith either to eRercise or nut exereisr such authorityV or responsibility ur the undertaking, cxercisc or pertorman c of any authority or responsibility b\ 1-N61NFER shall create. Impose or give rise to any duty owed by I:-NGINI:E•'R to C(A I RAC I OK. any Subcontractor. :sty, Supplier, any other person or organization- Or to am• surety for or employee Or agent of any of them 9 13 _2 IAI.;I\kF.R will not supervise- direct, control or have authority over or to responsible fur t_ O\TR\CTOR's means. methods, techruques, sequences or procedures of construction, or the satet\ precautions and programs Incident thereto. or tier any lallure of C( )\TIZ\('T( )R to comply with Laws and Regulations applicable to the tilltuslunr1, or performance of the Work. ENGINEER will not he responsible for ('O\TR:\('TOR's laiilure to perform or furnish the \\oak ill accordance with the Contract Documents. 9 113 E\(ANIiI:R well not he rest vrIsi file for the acts of Omissions of CONTRACTOR or of any Sulxontractor. any Supplier. or ol- any other person ur organization performing or fumishing any of the \Cork 9.1 +.4. ENGINEER's review of the final Application for Payment and accompanying dox.unie•ntation and all maintenance and operating instructions, schedules. guarantees. Bonds and certificates of inspection. tests and approvals and other documentation required to be delivered by paraLuaph 14 12 will only he to determine general)) that their content complies with the requirements of. and in the case of certiliartes of inspections. tests and approvals that the results certified indicate compliance with. the ('ontraet I )Ocumcnts O 1.3 � 'fhe [initiations upon authority and iespxmsibilit y set torch in this paragraph Q 13 shall also apply to TiN(11NEI R's C'onsuhants, Resident Project Representative and assistants. ARTICLE ((1--CHANGFS IN •I'HP: \PORK lU.1. Without imalidatmg the Agreement and \without notice to any surety. O\W-NGR maw- at amtime or from time to time, order additions, deletions or revisions in the Work Such additions, deletions or revisions will be authorized by a Written Amendment, a ( Tiarme Order, or a Work Change Directive upon receipt of any such document. ('(A FRAC I'OR shall promptly proceed with the Work inVol ed which \will he perfommed under the applicable conditions of the Contract I )mcuments (except as otherwise specificall provided). I(1.'. if O\W\ER and (A)NTRA('TOR are unable to agree as to the extent- if any, of an adjustment in the ('untract M[CC or an adjustment of the Conti act I inures that should he allowed as a result of a \\'ork Change Ptrecuve, a Claim may Ix made therefor as provided in Article 11 or Article 1_ I oi CONTRACTOR shall nut be entitled to an increase in the Contract Price or an extension of the Contiact'runes with respect to any \Work performed that is not required by the Contract Pocuments as amended. modified and supplemented as provided in pxiragraphs 3 i and 3 6. Cxccpt in the case of an emergence as provided in paragraph 6 _'3 or in the case of uncovernm \Work as provided in 1r<lragraph i 19 104 O\WNkR and CON I RAC OR shall execute appropriate Change Orders recommended by ENGINEER for Written Amendments) co\ermc 1 t) 4 1 changes lit the \Work which are (i) ordered bV ( \\ ,,'ER pursuant to paragraph l).1. (iilrequired because of acceptance of clel"alve )Work under paragraph 13,13 or correcting clelective Work under paragraph 1-1 14. of (m) agreed to by the. lxuties. D) a 2 changes in the Contract Price or Contract Times which are agreed to by the parties: and I i ) 4 3 chances In the ('ontract Price or Contract Times \%hich enmbod the substance of any mitten decision rendered by ENGINEER pursuant to para;7aph 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. CONTR.\("I OR shall cam on the Work and adhere to the prcmgress schedule as provided in paragraph 6.29. I(); If notice of any change affecting the general scope of the Work or the provisions of the Contract I)ocuments (including, but not limited to. Contract Price or Contract Times) is required by the provisions of anv Pond to he given to a surety, the giving of am such notice twill be (( )N CRA( "k )R's re•sixmsibility- and the amount of each applicable Bond Will be adjusted accordingly. t o (, liy the execution of a Change Older. a \Work Change Directive or -Written Agreement. O1\ivLR and CONI KA C l OK- r gres5t\ rcknon lecg_ and a_rce that said Change ( )rder. Work Chartax Directive or Written ALreemenl_pro ides fora fair and ecluita)ble awlusttnent i-n the Contract Price and or Contract for the additions, deletions or revisions in the Work as authorized by said Ch m,e Order, Work Chance Directive or Written Agreement O\WtiER and CONII:ACC_UR further ex ressh__ ackno\wle_dge and agree that claims lox adjustments to the Contract Price and or Contract Mimes covered b\\aa Change Order. Work Change DiFecti\ e or Written Agrecment are not valid \R•1'ICLF: ll--C11:\\GF:OhCO\'fR:U:'1' PRICK: It. I The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTI:ACTOR tir pertirming the Work All duties, resp onsihihues and ubhgatiuns assigned to or undertaken by C(A F RAC'I'( )R shall he at CON'l RAC I ( )R's expense \without chance in the Contract Price l l _ The Contract Price may only be changed by a Chance ( )rder of by a Written Amendment .\ny claim for an adjusunent in the Contract Price shall fe fused on mitten notice delivered by the lmm making the claim to the other prim and to GN61N GR pionmptl' (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the "eneial nature of the claim -Notice of the amount of the claim with supporting data shall he delivered within sixty days atter the start of such occurrence or event (unless hNGI\TiF:R allows additional time tie claimant to submit additional or more accurate data in support of the clams) and shall le accompanied by claimant's \rotten statement that the adjustment claimed corers all knotVn amounts to \which the claimant is entitled as a result of said occurrence or event. All clainms for adjustment in the ('ontract Price shall be deterrnirned b\ EN61NEGR in accordance \with paragraph 9 11 if OWNER and CO-N'I R_aCTOR cannot otherwise agree on the amount involved No claim for an adjustment in the Contract Price \will be valid if not submitted in accordance with this paragraph I I I 3 The Value of any )Work covered by a Change C)rder or of any claim for an adjustment in the Contract Pricewill be deternmined as follows. 11.3.1. where the Work inwh ed is covered by unit prices amtamed in the Contract I )CCLiments, by application of such unit prices to the quantities of the items invoh•ed (subject to the provisions of EJi.'L�C (� h'"+EK:U, i.'\ i ♦ UI 11 o Vi 19] 0-8 0 990 F (it icr i 1 3 ec. l'1TY Uf I( R I O- L1.11S \1(VI I 1('A I IUM' (RE\ 1 200u) paragraphs 1 11) 1 though I 1 9 3. unclusive). 11.3.2. %yhere the Work invol ed is not covered by unit prices contained in the contract I )ocumenis, by it nnatualk agreed panmerit basis, including lump sum (which may include an allowance for overhead and profit not necesstril\ in accordance with paragraph i 1 (; _'). 11.3.3. where the Work myol ed is not covered b\unit prices contained in the Contract Docunnents and agreement to a lump sum is not reached under lwagrnph 11 3 2, on the hasis of the Cost of the \\'ork (determined as provided in paragraphs 11,4 and 11.3) plus a CONfRAC"fOR's fee for overhead and profit ( determined as provided in paragraph i 1 (). Cost of the IVork: 11 4 The term Cost of the \\'ork means the sum of all costs necessarily incurred and paid by CONTIi_A('T( )R in the proper pertorniance of the Work kkept as othenvise may Ix agreed to in writing by (M\I?R, such costs shall he in amounts no higher than those prevailing in the locality of the Project. shall include onlp the following items and shall not include iiny of the costs itenlized in paragraph 11 5 11 a l Payroll costs fir employees in the direct employ of ('O\ I RAC I OR its the pertormance of the Work under schedules of joh classifications agreed ulxm by (A\ \I-:R and CON I kA("I OR Such employees shall Include without hnnitation superintendents. foremen and other personnel employed iLll-lime at the site Pa\rolI costs for employees not employed bill -time on the Work shall Ile apportioned on the hisis of their time spent on the Work Payroll costs shall include, but not be ]united tog - dories and wages plus the cent of fringe henetits which shall include social security contributions, unemployment, excise and payroll taxes, workers compensation, health and retirement benefits. bonuses. sick emir. vmrntnnrRild 4YAOft -px ; applicable thereto. The expenses of performing Work after regular workuag hours, tin Saturday. SUIRL-W or legal holidays, shall he included in the above to the extent authorized by OWNER. 11.4._. Cost of all materials and equipment furnished and incorporated in the Work- including costs of translxxtation and storage thereof. and Suppliers field services required in connection therewith. .all cash diSCOUnts shall accrue to CONTRACTOR unless O\V"N-ER deposits funds with CONTRACTOR with which to make payments. in which case the cash discounts shall accrue to O\\ NER, .-AI1 trade discounts. rebates and refunds and returns from sale of - surplus materials and equipment shall accrue to OWNER, and CON'FRAC1 OR shall make provisoes so that they stay he obtained 11 4 3 I'avnients made by CONTRA(" FOR to the Subcontractors for Work lxrfornied or furnished b\. Subcontractors. If required by (MNI:R, EJCDC;1:M:KALCuSDIII(AS191i1-3(199oEditim 24 %%(I1YolI(QICULLISS-MoDIFICAIJ(NS(REV 1_uulil CONTRA( 'TOR shall obtaui conifetitiye bids fi-ont Subcontractors acceptable to (AN ER and ( )NFRA('FOR and shall deliver Such bids to C)\\NER who will then determine. with the advice. of ENGINEER. which bias, if any, cyill to accepted. If ant• subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a tee. the 5ulcontractor's Cost of the \\ ork and tee shall be determined in the same manner as CONTR:\CTOR's Cost of the Work and tee as provided in lyaragraphs 11 4. 11 i 11 ri and 11 7 Al subcontracts shall be subject to the other provisions of the Contract I )ocuments insofar as applicable 1 1 4 4 ( Was of qw-cial consultants ( including but not limited to engineers, architects, testing laboratories, surveyors. attornevs and accountants) employed for scn•ices specifically related to the Work. 11.4.5. Supplemental cents including the following. 11 -1 i I I he proportion of necessary transportation, travel and subsistence expenses of CO\ I RAC I OR's eniplovees incurred in discharge of duties connected with the Work 11 -1 Cost, including transpwrtation and maintenance, of" all materials, supplies, equipment. nlachuier\. appliances. office and temporary facilities at the site and hand tools not owned by the workers. which are consumed in the performance of the \Cork, and cost less market value of such items used but not consumed which remain the propert\ ol'CO\TRACTOR 11 4 i 3 Rentals of all construction equipment and machines and the pans theieot' whether rented from CO\"FEL\("FC)R or others in accordance wall rental agreements approved by ( AVNER with the advice of E\GI\EER and the costs of transportation. loading, unloading. I ristal lilt ion- disnlantting and renloyal thereof= -all in accordance with terms of said rental agreements 'File rental of any such equipment, machines or parts shall cease when the use thereof is no longer necessan fur the \Cork 1 1.4.'S.-4. Sales. consumer, use or similar taxes lated to the Work, and fir which C( ti FR:\C'T )R is liable.. imposed b\ Lairs and Re;_utations. 11.4.5.3. Deposits lost for causes other than necligence of ( )NTRACTUR any ubco Sntractor or anyone direct( or indirectly employed by any of then( or fbr whose acts any of them may be liable, and royalty paivments and lees for permits and licenses. 11.4.3.(i. Losses and dauna_es ('and related expenses) caused by damage to the Work, not compensated by insurance or others% ise, sustained by COV'I'kWFOR in connection with the Ixrlornlance and tillnishing of the Work (except loss and damages within the deductible amounts of prolxrt\insurance established by ( \\:NEiR in accordance with paragaph S Q). provided they have resulted from causes other than the nechgence of CON'I'RAC FOR- nrn Subcontractor. or am'one dircctl\ or indireclh' employed by any of them or for whose acts am of them may he liable. Such losses shall include settlements made «rth the mitten consent and apprm at of ( )\\- \T--R \o such kritirs, damages and expenses shall be included in the C'cst of the \Vork for the purpose of determining C'ONTRACTC)R's lee. IC however. am such loss or &inin e requires reconstruction and ('ON I I:A(`I )R is placed in charge thereof. ('ON'IRA('TOR shall be pseud for sea ices a fee prolx)monate to that stated in paragraph 11 6 _. 11 4 i 7 I he cost of utilities. fuel and sanitary facilities at the site. 11 A S 1 Miru)r eyenses such as telcgranls, lone distance telephone ells, telephone son -ice at the site, expressage and similar petty cash items in connection with the \Cork. 11 4 i 9 Cost oCprenuunis fur additional Rands and insurance required because of changes ill the. \Cork 1 15 The terni Cost of the \Cork shall not include any of the following 11 � 1 Payroll costs and other compensation of CONTR\CTC)R's officers, executives, pimcilxils (of partnership and sole proprietorships), general managers. enguieers. architects. estimators. attorneys, auditors, accountants. purchasing and contracting agents. expediters, tiniekeepeis, clerks and other leisnnel employed by ('O\ FRV,T(_)R whether at the site or in ('ONTRAC'TOR's principal or a branch oil -ice for general achllinistration of the \fork and nut specificalh' included in the agreed upon schedule of lob classifications referred to in paragraph 11 4 1 or specifically covered by paragraph 1 14 4--all of which are to le considered achuutistratl%e costs covered by the ('( )N I RA( T( )R's fee - 116' Exlenses of ('(\TRACTOR'S principal and branch offices other than C( )\TR-\C'TOR's ollice at the site. II.6.3. Any Ixirt of C'ONTR-\C'T( )R's capital expenses, including interest on C'(NTR.AC P )R'S capital employed for the Work and charges against CONTRA('TOR for delinquent pxnments 11.>.4. ('oat of premiums for all Bonk and for all insurance whether or not CO\TR.-\CT( W is required by the Contract D(ucuinents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.0 Awe). I I >5 ('oats due to the negligence of C()\TR.AC'T( )RR any Subcontractor. or anyone directl} or indirectly entplo\'ed by any of them or for whose acts am of them may be liable. including but not limited to. the correction of clrlc'emv Work. dispxosil of materials or equipment wrongly supplied and making good any darnaue to property, 1I.S.6. Other oycrhead or general expense costs of any kind and the costs of an\ item not speclliatlh' and expressly included in paragraph 11 4 116 The C(ATRACIOR's fee allowed to CO\TRACTC)R for overhead and profit shall be determined as 60110wS' 1 1.6.1. a nlutuall) acceptable fixed fee. or 11.6.2 if a fired fee is not agreed upon, then a fee based inn the following lercentages of the yarinus 1xvtions of the Cost of the Work. 11 G' I tar costs incurred under lxrrngrnphs 11 4 1 and 11 4'. the C(A-I RA(' f( )h's tcc shall he fifteen percent: I162' tier casts incurred under lxiragi aph 11 4 3. the CONTRACTOR'S tee shall be five percent. 11 6 _2 3 where one or more tiers of subcontracts are on the hasis of Cost of the \Cork plus a tee and no Reed tee is agreed upon- the intent of paragraphs 11 a l 11 -l', 114 3 and 116)' is that the Subcontractoi who actually performs or furnishes the \Cork, at whatever tier, trill be Ixaid a fee of fifteen Iercent of the cosLS incurred by such Subcontractor under pxaragrapl> 11 41 and II 4' and that am' Maher tier Suleontractoi and CONTR_WTC)R will each be lxiid a fee of live percent of the anlount ]xiid to the next lower tier Subcontractor, to he negotiated in gocxl faith with the O\CNE•R but not to exceed live percent of" the amount paid to the ncm lower tier Subcontractor 11.6 2 4 no tee shall be payable on the basis of costs itemized under paragraphs 11 44, 1 14 and I I. I 1 6 �S the amount of credit to he allowed by CONTRAC] OR to (_)\CNL:R 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 C( )\ I'R\C'T(Ws lee b\ an amount equal to live percent of such net decrease. and 11.6.2.6. when both additions and credits are uwolved in any one change. the adjustment in C'O\TRA( `R k's fee shall he computed on the basis of the net change in accordance t+ith Ixrragraphs 11 6' 1 through 11 6' S, inclusive Il 7 Whenever the cost of nrnv Work is to he EJCD( GE'+EKAL(VNDI IIUTS 191 )-Si199nF(iti,mi "r C'1-I) Uf I( RI CULLINS VUDII'ICA I Ii DNS(RE\ 1 _uuu) deteinm limed pursuant to lxrragraphs 114 and I I �;. CO\fR\C"I()R will establish and maintain records thereof in accordance kith generally accepted accounting practices and suhmit in form acceptable to ENGINEER an item ized cost brc<akdo\wn together as ith supporting data. Cash. Illomrances: I I.S. It is understood that ('O\TRACTOR has included In the Contract Price all allowances so named to the Contract Documents and shall cause the Work so covered to he furnished and performed for such sums as Ina\ be acceptable to O\\'NFR and h VilNFER ('Oti'I R.-\C'fOR agrees that. 11 51 the allowances include the cost to CON'1'R.ACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes. and 11.s.2. ('ONTR 1C'TOR's costs for unloadin_ and handling on the she_ labor, installation costs, overhead, protit and other espxnses contemplated for the allowances have been Included an the Contract Price and not In the allowances and no demand for additional payment tin account of am of the foregoing will Ix valid Prior to final payment. an appropriate Change Older will he Issued as recommended lid• H\GI\EHR to reflect actual :amounts due CON I kA(" I OR on 'recount ofWork covered hw allowances, and the Contract Price shall be coil espondingh adjusted 11.9. Fnit Price IVork: 1 1 9 1 \\ here the Contract I )ocunrents provide that all or part of the Work is to Ix C'rut Price Work. uutiall the ('ontract Price will he deemed to Include for all Unit Price \\•oak an amount equal to the sum of the established unit paces for each sel)uately Identified item of Unit Price Work times the estimated quantity of each item as Indicated In the :\greenlent The estinmated quantities of items of ['nit Price \\'irk are not guaranteed and are solely time the purlose of comparison of Htefs and determining an initial Contract Price. Determinations of the actual quantities and classifications of L-nit Price Work performed by CONTR\('TOIZ will Fe made by L•\GI.ALER in accordance moth loco raph 9 10 11.9.2. Each unit price mN ill Iv deemmed to include an amount considered by C(_)NTIC-\('TOR to he adequate to cower ('(=)NTR\('T(_)R's overhead and protit for each separately identified item I Ld) 3 (_)1\-\ER or (A )\ IRA( '-f(_)R mey make a claim for an adjustment in the Contract Price in accordance with Article I I if, 1 L9.3.1. the quantity of any item of L nit Price Work Ixrturnmedl by CON'I'RA("FOR dhft'ers materially and significanth from the estimated quantity of such item Indicated In the A,reenment; EJCD('aE'dHKALCuSDrIIOM191i1-3(r99oEdli m)I -0 er (IIYol I(QI CULIANS MODIFI CAIf( !VS(RIX 121JM0 I L9.3.2. there is no corresponding adjustment with respect to am other item of Work, and 1 1 9 3 d' CONTRAC"l OR believes that CONTRA( "FOR is entitled to an increase in Contract Price as it result of hawing incurred additional expense or MVN� E•R believes that OWNER Is entitled to a decrease In Contract Price and the parties are unable to agree as to the amount of amsuch increase or decrease, 11.9.3.4. CONTRACTOR acknoNcledcs that the ( )\\ N ER has the right to add or delete items in the Rid or chana�c--euan_t_ities at_(-)\\NkR'S_sole discretion without affectmL the Contract Price of a_nv remamme item so Long as the deletion or addition does not exceed twenty -lice IYrcent of the original ttotal Contract Price WFIC L E 12--C11ANGE: OFCONTRACT "H \I FS 12 I The Contract Times for Milestones) max• onh• he changed by a Chance Order or a Written Anmendri ent .\ny claim tie an adjustment of the Contract Tinley ('or Milestones) shall be leased on %written notice delnered by the party making the claim to the other party ;and to h:N(iI1f:I:R pronmptly (hut in no event Inter than thirty da%S) after the occurrence of the event giving Ise to the claim and stating the general nature of the claim Notice of the extent of the clam) with supporting data shall he delivered within sixty days after such (xcurrende (unless FNGl\F.ER allotvsJ additional time to ascertain more accurate data in support of the claun) and shall be accompanied by the claimant's written statement that the adjustment doomed is the entire adjustment to which the clautlant has reason to believe it Is entitled as a result of the occurrence of said event. .all clainms for adjustment in the Contract Times (or Milestones) shall Le determined by ENGINTER In accordance mwit}m paragraph 9.11 it (M-NER and CONTR\CTOR cannot otherwise agree. No claim lie an adjustment in the Contract Times for Milestones) will he valid if not submitted in accordance with the requirements of this paragraph 12 1 I' _' All tittle lutlits stated In the Contract Documents are of the essence of the :\eree•ment 12 3 Where CO\TRA(-'T(7R is prevented from completing any pam of the Work within the Contract Times for Milestones) clue to delay beyond the control of CONTRACTOR. the Contract Times for Milestones) will he extended in an amount equal to time lost due to such dlelav if a claim is made therefor as provided in paarugraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not Ix• limited to, acts or neglect be C)1\ \f R. acts or nealeCt of utility owners or other contractors perfornmin, other work as contemplated by .article 7. tires. Hoops. epidemics, abnormal weather conditions or acts of Gal Delays attributable to and within the control of a Subcontractor or Supplier shall Te deemed to he delays within the control oC('( )\TI<A( `R )R. 1- q Where C( )NT RA(""I( )R is prevented from completing any part of the Work within the C'ontracl Times (or Milestones) due to delay heyond the control of hoth (MNER and CO\TIC\CTOR. an extension of the Contract fillies (or Milestones) in an amount equal to the time lost due to such delay shall he C'O\TTC\C'T( )Rs sole and exclusne remedy for such delay. In no event shall O\\,.TR be liable. to CCl\TR.\('T(->R. ansSubcontractor. am Supplier, any other person or organization. or to any surety for or employee or agent of any of them. for dtma._es arising out of or resulting_ from ('i) delay's caused by or within the control of the CON] R.\(TOR, or (n) delays heyond the control of hoth parties including, but not limited to, tires, floods. epidemics, abnormal weather conditions. acts of God or acts or neelect by utility owners or other contractors perform mL other work as contemplated by .-Article 7 ART IC1,F 13--'I ES"I'S AND INSPECTIONS; CORRECTION, RFMOVAL OR ACCEPTANCh: OF DV1,7:!'TI1 T. WORK 13.1. Notice of Defects: Prompt notice of all del�•eth'c 1\'ork of which OWNER or I-,Ne;l\H-R have actual knowledge will he given to ( IONTRACP)R :VI dklectwe Work may be rejected, corrected or accepted as provided in this .article 13 . Ic•cess to tI irk: li.' O1\"\TIC ENGTNEER EN61NTER's Consultants, other representatives and personnel of (_)\1NLR. Independent testutg hiboratones and governmental agencies with jurisdictional urterests will have access to the \fork at reasonable times for their observation. inspecting and Ies, hit UONFR\CTOR shall provide them proper and safe conditions for such access and advise them of ('(-)\TR.\CTOR's site safety procedures and pi(v, ams so that they iliac compl there\s 1th as applicable Tests and Inspections: 11 3, CONTR\CTOR shall give E\(ANE•l R tinieh notice of readiness of the Work for all required inspections. tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests- 134 O\\-\ER shall employ and pay for the services of an independent testim_ laboratory to perform all Inspections, tests. or approvals required by the. Contract Documents except. 1 3 4 1 for inspections. tests or approvals covered by paragraph 13.; below. 13.4.2. that costs incurred in connection Nvilh tests or inspections conducted pursuant to paragraph 13 t) below shall he paid as provided tit scud paragraph 13 9. and 13 4 3 as otherwisc specifically provided in the ('ontract I)ocumenls. 13.;. If Eaves or ReLulations of ari public body having Jurisdiction requae any \\ork (or part theieotl slxciticallN to be inspected. tested or approved by an employee or other representative of such public bode. CM IR.\C'TOK shall atS(Ilne full respcxisibility for arranging and obtaining such inspections, tests or appro\ als, pa\ all costs in connection therewith- and furnish liVW�k 'k the required certitiultes of inspection. or appr(a al. CO\ I kAC I OR shall also be responsible for arraninng and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for (_)\1NER's and l ,(;I\FE'R's acceptance of materials or equipment to be incorporated in the Work. or of materials, mis desiLms. or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work 13.6 If any \\'ork (or the work of others) that is to he msfx cted. tested or approved is covered by CO\TRACTOR without witten concurrence Of EN 1,1\f'FR. it must, if requested by l{N(;I\I+R. he uncovered tier observation 13 7 l ncoverinp \\ ork as provided in p aiagraph 13 b shall he at C( )\'I RAC F( )R's expense unless CO\I RAC IOR has given I.NGINI kR timely notice of CO\TR-VTOR's intention to cover the .line and F-N6INF{ER has not acted with reasonable promptness in response to such notice 1 'neotwing If i rk: 13 s If any Work is covered contrars to the written rduest of ENGINEER it must, if' requested lie I,MINEER. he uncovered for ENGINEER's observation and replaced at CONTRA('FOR's expense. 1 3..) if F,GPT'. X�F.R considers it necessary or advisable that covered Work be observed by E\GGAPQER or inspected or tested by others. (:'( )M 10('T( )IC m EVANEE-R's request, shall uncover. exp oSe or otherwise make available for observation. Inspection or testing as E\GINE•ER may require. that portion of the Work in question. tinnishing all necessauy labor, materiad and c(luipment- It' it is found that such Work is clek,live. CON] R-AC TOR shall pay all clauns, costs, losses and damages caused bv. arising out of or resulting from such uncocerin=_, exposure, observation, inspection and testing and of satistactor replacement or reconstruction. (including but not limited to all costs of repair or replacement of work of others): and OWNER shall he entitled to an appropriate decrease in the Contract F'rice. and. if the lxrrties are unable to agree its to the amount thereof ma_v make a claim therefor as provided in .-\rticle 11. If, however, such Work is not found to he JL21Lclive. CO\ I kACI OR shalt he allnwed an increase in the Contract Price or an extension of the ('ontracl Mimes for Milestones), or hoth, directly attributable to such EJCDC (.7E',EK:U. (VWI IIUVS 19Io-S 0990 E(fit itn1 27 " CI I) Uf it RI I'( LIAANS VUDI 1'I CAI Ii M' (RE% 1 200u) uncovering. exposure, observation. inspection- testing. replacement and reconstruction. and, if the parties are unable to agree as to the amount or extent thereof. ('O\ f ita( "R )R ma_v make a claim therefor as provided in articles I 1 and 1 01i .V R .Urn• Stop the think: 13.1i-I. If the Rork is cle/ecnve, or ('ONTR-\'TOR fails to supple sufficient Skilled workers or suitable materials or equipment. or hails to famish or perform the Work in such a way that the ox ilipleud Work will confirm to the Contract Documents. (AV\ER ma\ order COM kAC'fOR to stop the Work. or am portion thereof. until the cause nix such order has been elantinmed, however, this right of O\V\ER to stop the \\"ork shall not give rise to any duty on the pert of O\V\ER to exercise this right for the benefit of COVY RA(' LOR or att curet\ or other part Correction or Removal of Defective ll ink: iil l If required by E\(.;I\k'kR. CONTRA(fOR shall promptly, as duectecL either correct all del -five \Cork, whether or not fnhncated. installed or completed. or, of the \Cork has been relccted by 1-\(;I\kI:k. remove it from the site and replace it with Work that is not Liell hVe CO\TRACIOR shall pay all claims, costs losses and diimai'es caused by or resulting ilom such correction of removal (including but not limited to all costs of repair or I eplacement of work of others) 13.12. Correction Period: 13 12 1 If within otx-vear two \cars alter the date of Substantial Completion or such longer fenod of tittle as may be prescribed by Laos or Regulations or by the termrn s of arapplicable special guarantee required by the Contract Documents or by an\ specific provision of the ('ontract Documents. anv \Cork Is found to Le t f ctrre>. ('O\TRACTOR shall promptly, without cost to (M-NER and u) accordance with OW\ER's written instructions. (i) correct such delL'111•e Work. or. if it has been rejected by OAA \ER, remove it horn the site and replace it with Rork that is not delectiye. and (it) satisfactorily correct of ienlu\e and replace any damage to other Work or the work of others resulting therefrom It C( )\TRACTOR (Ices not pI0IllptlV contph With the terms of such instructions. or in an emergency where Bela\ would cause serious risk of loss �or ebrnaae. OAVT\ER nia\ have the cklective Work corrected or the rejected Work removed and replaced- and all claims. costs, losses and damages caused by or resuttin front such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will Ie paid by ('ON IRA('T( )R 13 12 , In secant circumstances where a particular item of equipment is placed in continuous Service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date it so provided in the Specifications or by Written Amendment 1 : 1 \\'here delecrie Work (and damage to other EJCDC 7EM:KAL CuSDI IIOM 191 11-3 (1990Editim -� )r (IIYul'I(QI CULLISSMODIF1CAIf( iNS(REV 121JM0 Work resulting therefrom) has been corrected. removed or replaced inter this paragraph 13 12. the correction period hereunder t\ith respect to such Work will be extended for an additional period of one -sear two \ears after such correction or renx)val and replacement has been satisfactorily completed lceeptance ofUefee'tive llork: 13.13. It. instead of rtxluirm_ correction or renx)\al and replacement of drleclmv \Cork. OA%-\: R (and, prior to ENGINEER's recommendation of final pnmenl. also F?\(;I\filili) prefers to accept it, O\V\kk may do so CC)\'IR-\CTOR shall pay all clans. costs, losses and cLanta,es attributable to O\V\IiR's evaluation of and determination to accept such dalectit•e Work (such costs to be approved by E\UI\EER as to reason bleness). If an\ such acceptance occurs prior to f:N(;I\ F1:R's recommendation of final pgment, a Change Order will be issued incorporating the nccessary revisions in the Contract Documents with respect to the Work, and O\V\kR shall he entitled to in appropriate decrease in the Contract price. and, if the parties arc unable to agree as to the amount thereof. O VM' R may make a claim therefor as provided in Article 11 It' the acceptance occurs after such recontnlendation. an appropriate amount will be paid by CON" FRAC'fOR to OAVNER OTI AT/t Mii.v Correct Defective 11'ork: 1 3, 14 If ('O\ I R-WTOR fails within a reas)riable time after written notice from EN6l\61:R to correct ddlec•ttre Work or to remove -in(] replace rejected Work is required by I•:\GI\I+.R in accordance with paragraph 13 11, or if ('O\TRACTOR fails to prti>nn the Work in accordance with the Contract Documents. or if CONTR_\CTOR tails to comply with any other provision of the Contract D(xuntents, OR1ER may, after Seven days' written notice to C( )NTRa('TOR. correct and remedy any such deficiency In exercisutg the rights and remedies under this paragraph O\A1ER shall ptoceed expeditiously In connection with such corrective and remedial action. OWNER may exclude ('ONTRa('T( )R from all or part of the site. take possession of all or Ixen of the \Cork. and Suspend CONTRACTOR's sea ices related thereto, take possession of ('O\TRA("R)R's tools. appliances. construction equipment and machines at the site and incorporate in the Work all materials and equipment stored at the site or for which C)WNTR has paid C( )N I R_V `f( )R but which are stored elsewhere CONTR-ACT( )R shall allow OWNE O\VNER's representatives, agents and emplo\ees. O\A•NhR's other contractors andy ENGi\TL•R and ENGI\TER's Consultants access to the site to enable O\A:\TR to exercise the rights and remedies under this paragraph All claims, costs, losses and damages incurred or sustained by OAANER in exercising such mahts and remedies will be charged <rg­ainst (A )\TRAC,r(R and a Chanl e Order will N.- issued incorp(xaung the necessary recisions in the Contract Documents with respect to the Work, and OA\'NER shall be entitled to an appropriate decrease in the Contract Price- and, if the parties are unable to agree as to the amount thereof. O\VNE.R ma\ make a claim therefor as provided in :Article 11 Such claims, costs, losses and damages will include but not he limited to all costs of repair or replacement of stork of others destroyed or ehmiaged bt correction removal or replacement of ('t )NTR.a('TOR's tleJcclire Work CONTRACT( )R shall not be allowed an extension of the Contract Times for Milestones) because of any delay in performance of the Work attributable to the exercise tit OWNER of OWNE•R's rights and remedies hereunder ARTICLE la --PAYMENTS TO CONTR-\(TOR .AND CO.%WLETION Schedule of I alue.s: 14 1 The schedule of values established as provided in paragraph 2.9 \yill serve is the basis tier progress payments and will IV incorporated into a fomt of Application for Payment acceptable to ENGINEER. Process paaments on account of )'nit Price Work will he based on the number of units completed Ipplication fwProgressI'at•ment: 14 ' At least twenty days heforc the date established for each progress payment (hut not more often than once a nlontll). CONTR.\CTUR shall submit to HN6,1NEER for retie\y an Apphcation for Pad ment tilled out and signed by CON FRAC'I OR coyermg the Work completed as Of the ,late of the Application and accompanied by such supporting documentation as is required by the Contract I)oc:unlents If payment is requested on the basis of materials and equipment not Incorporated in die Work but delivered and suaabl\stored at the site or at another location agreed to in waiting. the .application for Payment shall also be accompanied ht a bill of sale. invoice or other documentation warranting that Crib-NER has received the materials and equipntent�free and Clear of all LIen9 and evidence that the matenals and equipment are covered by appropriate property insurance and other arrangements to protect Ol\NER's interest therein. all of which will he .. fato (M -.R ThC amount of retamage with respect to progress lxtyments Will be as stipulated in the Aereement Any tunds that are withheld tit the ( ri1 NER shall not Ix suh�cct to substitution be the CON IRACTOR .. _ ._ _ .__ - ---- I—— ---- with securities or any arrangements im ohv img an esC7ow or custodianship. fay executing the application for 1-m merit tot ingthe N'I ILO \CTR expressI v «.ichr es is iiht_to tl)e txnelits of CoIoradu Revised Statutes. Sect ion'41)1-Itll. et s% CUAYR-ICTOR's It arrantr of Title: 14 1 C'(_)NTR\('T(_)R warrants and guarantees that title to all Work. materials and equipment covered by any Application for Payment. whether incorporated in the Project or not. will pass to O1\.TR no later than the time of payment Gee and clear of all Liens. Review of, applications for Progress Ptki-ment: 14.4. ENGINEER will. \tithin ten days after receipt of each Application for Payment, either indicate in writing a recommendation of lnyment and present the Application to OWNER. or return the Application to ('(7NTRAC'T( )R indicating in writing 1 NUINEI R's reasons for refusing to recommend patnnent In the latter ease. ('( )NIRA('TOR mat make the necessary corrections and resubmit the Application Fen da}•s after presentation of the Application for Payment to (MNER with L•-NGINT-ER's recommendation the amount recommended will (sublect to the provisions of the last sentence of paragraph 14.7) become due and when clue Neill be Ixud by OWNER to ('( )NTr -'IOR 145 li\GI\I?I-'R's recommendation of any payment requested in an .application for Payment will constitute a representation by I-:NGINI?F,R to O1l'\kR, bnsed on I VilNF.Ek's on -site ohsen-ations of the executed )Fork as an experienced and quahfled design professional and on F\GI\FER's review of the Application for Payment and the accompanying it to and schedules. that to the best of I:NGI\I-:HR's knotcicc c. inforntation and hello' 14 �, 1 the Work has progressed to the point indicated. 14 � , the quality of the 11 Ork is generalh• in accordance with the Contact I)OCUInenlS (suhlect to an Ctaluation of the Work as a functioning whole prior to of upon Substantial Completiom to the results of any subsequent tests called tau in the Contract I )ocunnents, to a final determination of quantities and classifications for I'nit Price Work under paragraph 9 lit, and to any other qualifications stated it) the recommendation), and 14 3 the conditions precedent to CONTRICTOR'.s being entitled to such payment , it to have been fulfilled insofar as it is ENGINEER's reslxinsibiltty to observe the Work I-loweter. by reconunend [rig any such payment ENGINEER will not thereby be deemed to have represented that. (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Woik beyond the responsibilities slecd'icalh aSSIgJIed to EN(;INI'sER in the Contract Documents or (n) that there mac not he other matters or issues between the parties that might entitle (`X )NIR,V'TOR to he paid additionally ht MVNER or entitle ( AVM__R to withhold payment to C( )\TR\C'T( R. 14-6- ENGINEER's recommendation of am payment - including final payment. shall not mean that ENGINEER is responsible for C'ONTRAC'TOR's nneans. methods - techniques. sequences or procedures of construction or the sadtty precautions and programs incident thereto. or for amv failure of C'ONTRACTOR to comply with Lasts and Regulations applicable to the lumishine or performance of Work. or for ari failure of CO\'I'KVTOR to perionn or furnish lurk in accordance N%ith the Contract DOCtitnenls 147 F\(;I\I:I-:R mat refuse to recommend the whole or am' part of any piwnent if. in F.NGlNEER's opinion it would Ise- incorrect to make the representations to EJCD( GE',EK:U, ( V NDI II UTS 191 o-S i 1990 k iri,.n 1 '9 " CI 1) UP I( R I i-'ULLINS VUDII'ICAI Ii DNS (RE\ 1 _uuu) AV' _ER reterred tU in paragraph 14> ENGI\LL•R may also refuse to recommend any such payment. or. Iecause or subsequently discovered evidence or the results of subsequent inspections or tests, nullify ari such payment pre\iously recommended. to such extent as nia\ be neces.an' in F',('H\kF'R's opinion to protect O\V\k1R from loss because. 14.7.1. the Work is ck/% c v. or completed Rork has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Written Amendment or ('hinge Order. 14 7 1 O\V\I-R has been required to correct cif1,clive Work or complete Work in accordance with paragraph graph 1 3.14. or 14.7.4. L %GIM-ER has actual knoMed_e of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.14 inclusive. (AV\ER may refuse to make lywirent of the full amount recommended by I:\(,I\IiFR because 14 7 � claims have been made against O\\\ER on account of ('(A I'RAC I'OR's p erfonnance or furnishing of, the \Fork. 14 7 0 Liens have been tiled in connection with the Work, except where COMkACTOR has delivered a specific Mond satistactory to O\VNLR to secure the satlAaction and discharge of such Liens. 14 7 7 there are other items entitling MVXF..R to a set- off against the amount recommended. or 14 7 S (MNER has actual knowledge of the occurrence of ariv ot- the events enumerated in paiagjaphs 14 7 1 INough 14 73 or Iaragiapls l 1 through 1 � ' 4 inclusive - but ( AVNLR must one CONTRA( ' I ( )Z immediate written notice (with a�copy to F.\61NI—F.R) stating the reason,.; km such action and promptly Iny CO\'IR\CTOIZ the amount so withheld. or any adjushnent thereto awed to by O\FNER and CONTRACT(R [when ('O\TR\(`fOR corrects to O\VNER's ,atistaction the reasons for such action. Substantial Completion: 148 When CONTRACT( )R considers the entire Work read for its intended use CONTR.ACTOR shall notify O\t\TR and E\GI\EER in varitina that the entire Work is substantially complete (except for items specifically listed by ( )N R:\('T(_)R as incomplete) and request that ENGE\ZER issue a certificate of Substantial Completion. Within a reasonable time thereafter. OWNER. CONTRACTOR and l \(;l'\ELR shall make an inspection of the Work to detemiine the status of completion. if i-'N(;I\F[-R does not consider the Work substantially complete. ENGINEER mll notify (_'O\TR\C'IOR in writing giving the reasons therefor It' FV;INI-kR EJCDC;1,M:K-11,CuNDIII(AS191ii-3(1990E611m) 31 i er (I IY of I( Q I CULLISS AIUD]F1CAIt( iNS (REV 1 21JM0 considers the Work substantially complete, E\GI\EER will prepare and deliver to (AVNIA a tentative certificate. of Substantial Completion which shall fix the date or Substantial completion There shall be attached to the certificate a tentative list of items to be completed or corrected before tinnl payment O\V\kR shall have seven d4t)s after receipt of the tentative certificate durin-, which to make written objection to E\6I\1JA as to any provisions of the certificate or attached list. If. after consideniL such objections. ENGINELR concludes that the Work is not substantially complete- GNG1\EL•R will within fourteen days after submission oC the tentative cenntimte to O\V\PR nottf�- CO\1 RAC'IOR in writin,, stating the reasons therefor. It: alter consideration of (A%*\liR's objections. FN(;I\kF.R considers the Work substantially complete_ kN(;INI+R will within said fourteen dads execute and deliver to O\VNLR and CO\'I RACI OR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) rctlecting such chances from the tentative certificate as ENGINEER believes justified after consideration of any objections from O\VNI-N At the time of dch\ cry of the tentative certificate of Suhsuintial Completion F\UI\I:HR will deliver to OWM-IN and CO\ I R: C I ( )R a written recommendation as to division of responsibilities pending final payment between O\F\I?R and C(A l'k-W rOR with respect to scans[\•, operation, safety. maintenance, heat. utilities, insurance and warranties and guarantees I'n less OWNER and CO\ I RACTOR agree otherwise in wrntine and so inform F\c;l\IiHR in Rritinfl prior to I:'�(;l\I:IiR's ntisumg the definitive certificate of Substantial Completion. ENGI\EL-'R's afZ�re,,aid recommendation will be bindtng on (M \f.k and CO\TRACIOR until final payment 149 O\t1ER shall have the right to exclude CO\ I RA(' I OR from the Work after the date of Substantial Completion but OWNEIZ shall allow ('O\TIZ\CT( )R reasonable accctis to complete or correct items on the tentative list Partial Utilization: 14 In l'se by O\F\l:R at O\\\TR's option tit' any substantially completed Inn of the \Volk. which (1) has specifically been Identified in the ('ontract Documents- or (u) O\FNER. INGI\EER and CONTRACTOR afire constitutes a xiiaratel functioning and usable part of the Work that can be used by (A\\ER for its intended purpose without significant interference vaith CONTIZ_ACT( -)R's performance of the remainder of the \York, m[n be accomplished prior to Substantial Completion of all the Work subject to the following 14 10 1 (ri\-\EiZ at am time may request C'ON1R\('TOR in writing to permit (AV4. ER to use any such lart of the Work which (_AVNE• R believes to be ready for its intended use and substantially complete. l l CC)\'11�.AC f C)R a�ecs that such fart of the Work is substantially complete. c'ONTIC-A(`EOIZ will certify to OWNER and ENGI\EER that such par of the \\'ork is substantially complete and request L-\G[\F.ER to issue a certificate of Substantial Completion tie that pan of the Work CONTRICTOR at any time may notify OWNER and li\C;ItiEER in writing that CON'FR.\('TOR considers any such part of the Work ready for its intended use and substantialh' complete and ncpuest IiNGINIsLR to issue a certificate of Sulntantial Completion for that lnrt of the Work Within a reasonahle time after either such request. O\V"\T_R CC)NTICA( 70R and Li\(-11NEER shall make in inspection of that part of the Work to determine its status of completion. If 1:\CiINEER does not consider that part of the Work to Ix substantiallycomplete_ GNGI?vEPR will notify (MN'ER and CONTRACTOR in tyrilinc giying the rensonstheretor If H\t;l\1,1;R considers that lnrt of the Work to be substantially complete, lie provisions of paragraphs 14 C and 14_1) will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereofand access thereto 14 l() ' No Occupancy or separate operation of fYtrt of the Work [kill be accomplished prior to compliance with the requirements of 1Ytragraph S l S to respect of property insurance FFnal Iaspeetion: 14 11 t pon written notice from C(A I' RAC FOR that the entire \\'oak or an agreed Ivnion thereof is complete, ENGINEER will make a final ❑tsllection with O\VNI R and CO\ f RA('TOR and will notift• CM I RAC MR in writing of all inrticulars in which this inspection reveals that the Work is incomplete or Lie /2clive CO'+. I RAC fUR shall inunedmteh take such measures as arc necessary to complete such work or remedy such deficiencies FFnal. Ipplicatiun jor Pigment: 1412 Mier CONTR\CTOR has completed all such corrections to the satisfaction of EN(fNLLR and delivered in accordance with the Contract Documents all maintenance and operating utsiructions. schedules. guarantees. Dont.Ls, certificates or other evidence of insurance required by paragraph �, d. certificates of inspection, marked -up record documents (as provided tit paragraph(;1,)) and other documents. C( )N"fR\( I'OR may make application for final payment tollowing the procedure for progress payments. The final :Application for Payment shall le accompanied (except as previously dcli\ered) b\. fit all documentation called for in the Contract Documents, Including but not limited to the evidence of insurance required b\' subprragaph > -1 13 u) consent of the surety, al any, to final p ayntenl, and I'iiil complete and legally effecti\e releases or waivers fs ltisiatclor' to OAVNERI of all Liens arising out of or filed in connection with the Work In her of such releases or waivers of liens and as approved by ( )AVNFR. C( )NTR1C'T( )R may furnish receipts or releases in trill and afhidi it of('( )NTRA( 'T(-)k that (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed. and (it'I all payrolls. material and equipment hills. and other indebtedness connected with the Work for which (AVV4R or (AVNER's prolerty might in any t\ay be responsible ha\e been paid or otherwise satisfied If any Subcontractor or Supplier fails to furnish such a release or receipt Ill trill, CONTRACTOR may famish a Bond or other collateral satisfactory to 01\NER to indemnify (.A NER against any Lien Releases or waivers of liens and the consent of the sureh' to finalize payment arc_to_be suhmittcd on fonns contomvng to the format of the ( )\\'\ I:R'S stanL4lyd ----i-_ — -------------------------_ -----_-------- lormsbound in the Project manual. Fatal Payment and. lcceptance: 14 l 1 If. on the basis of ENGI\LIR's observation of the Work during construction and final inspection, and E\(iINFdiR's review of the final Application for Payment and accoml anyi r documentation as required by the Contract Documents. I-:N(;l\I+R is satisfied that the \\ork has been completed and CON I kA("I'OI:'s other obliumlions under the Contract Documents have been fulfilled. 1:\GI\FFR will. within ten days after receipt of the final .application for Payment indicate in writins I:NGI\1:F.R's recommendation of payment and present the .application to (AVNER for payment. At the saute time F':\(;I\kFk will also sire written notice to O\\'\FR and ('O\ II AC'l OR that the \\ ork is accepLAble suhject to the provisions of paragraph 14 1 S Other l) e, EV!INI+'R \y111 return the Application to CC)NTR:1('TOR. indicating in writing, the reasons for rcfusino to recommend final lnyment. in which case CO\TR:\CTOR shall make the necorssan corrections and resubmit the :Application 'Phut\ days alter presentation to (AV\I-:R of the Application and accompanying documentation. in appropriate toms and ;uh,.tance and with 1iNG1NIa".R�s recommendation and notice of acceptability, the amount reo n inencled by ENGINEER will hecome due and will he paid by 0\\\ER to CONTRACTOR suhjsxt to rajjh 1 ZG-, of these: General Conditions- 1414 If: through no fault of C( )NTRICTOR. total completion of the Work is siimificantly delayed and if EN(II\EER so confrms, O\INER shall, upon receipt of CON I R-ACTOR's final Application for Payment and recommendation of ENGi\lain. and without temlinatina the Agieenient. make payment of the Nalance due fir that lwrtion of the \\'ark fully completed and acceptedif the iennuung balance to be held b\ OWNER for Work not frill completed or corrected Is less than the retainuge stipulated tit the :Agreement. and if Bonds have been furnished as required in ir<aragraph ; I. the written consent Of the surety to the payment ment of the balance due for that portion of the \V oak till\ completed and accepted shall be submitted by ('()NTR_aC'T(=)R to ENGI 'E'ER with the .application for such payment. Such payment shall be made under the terms and conditions _,overninL final pr<ayntent. except that it shall not constitute a waiver of claims ff rover of t"laint.t: 14.1 �. The making, end acceptance of final payment will constitute lu li 1 a waiver of all claims by O\\'NFR against I'ONTR:AC'IOR except claims arising from unsettled Liens, from de./derive Work appearing after II UMS 19] 1),S0990 F (it i,.n l ? I w. CITY Uf it R I a-'UL1.P S \IUDI1 1CA I Ii M' (RE% 1 _uuu) final inspection pursuant to paragraph 14 11. liom failure to comply with the Contract Documents or the \ergs of anv special guarantees specified therein or from CO\TR.-\C'TOR's continuing obligations under the Contract Documents: and 14.13.'. A waiver of all claims by ('ONTR-V P )R aealnst O\V\ER other than those previously nma(le um writing and still unsettled. .ARTICLE IS--SUSPE\SION OF N ORK .AN1) TVR\IIN:\'PION 011:NER Mar Suspend Work: 1 �.1. At any tune and without cause. O\V\ER maw suspend the Work or ariv portion thereof for a pmeriod of not more than ninety dais b\ notice in \writing to CMTRACTOR and I:\t.;l\I:I:R which will fix the date tin which Work will Ix resumed ('O\ I R.A("I OR shall re-sunme the Work on the date so fixed CONrRA(" I OR shall be allowed an adjustment in the Contract Price or an extension of the Contract Tinges. or hoth. directly attnhutahle to any such suspension if CO\'fRACTOh makes an approved claim therefor as provided tit :Uncles 11 and 1 011'ATY .11al' Terminate: 1 L'pon the occurrence of any One or more of the fimllowing events 1 �,' I if CONTR\CT(')R persistently fails to perfonn the \Volk in accordance with the Contract Iocuments (Including, but not luntted to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the pr greys schedule established under prlragraplm ' o as adjusted front time to tulle pursuant to paragraph 1�" if CONTRACTOR disregards Laws or Regulations of am public laxly hawing lurlsdiction. 1 �; - 3 it C)NTR\CfOR disregard, the authority of ENGINEER_ or 1>' T if CO\T1 -WTUR otherwise violates tit any substantial \way any provisions of the Contract Documents. (_AV\TR may. after aiwin CO\TRVT(_)R (and the surety. it am`) seven days' written notice and to the extent pennitted by Laws and Regulations, terminate the services Of ('ONTRAC'TOR exclude (A )\'FR_V'TOR front the site and take possession of the Work and of all CON't RACTOR's tools. appliances, construction equipment and machinery at the site and rise the --,,fine to the full extent they could be used by C'ONTR:\C'lOR (without liability to CONTRACTOR for trespass or e;om ersion). incorpxtrale in the Work all materials and equipment stored at the sue or for which OWNER has paid EJCDC tE'<HkAl,CuNDlII(AS191i1-3(199oE(ilml �_2 er (IIYor I( Q I CULLINSMODIr1CAIf( iNS(REV 121JM0 C0NTR\C1_OR but which are stored elsewhere. and Imish the Work as ( AVV,"R may deer expedient In such case CONTRAC`FO R shall not le entitled to receive an\ further pacntent until the Work is finished II the unpaid balance Of the Contract Price exceeds all claims, ants, posses and d-inages sustained by MVNh;R nrisme out of Or resulting from completing the Work such excess will be pxud to ('( )\TRA( `I )R If such clauns. costs, losses and Jlirnages exceed such unpaid balance. CONTRACTOR shall pathe difference to O\V\EK. Such clauns, ants, losses and damages incurred by O\C\TR will be reviewed by E\(_Jl\EER as to their reasonableness and when so approved by k\GI\EER incorporated in a Change Order, provided that Nyhen exercisitr_ an\' rights or remedies under this paragraph (AVNI:R shall not be required to obtain the lowest price for the \Vork performed 1�3 Where('O\1'R:\("fOR's services have been so terminated b_v O\VNER. the termination will not affect am• m hts or remedies of O\V\ FR against ( AC)NTRAC'TOR then existing or which may thereafter accrue \nay retention or �payment of moneys due CO\ I RAC I UR by (M\.I;R will not release COV'fRACTM from liahihty- I � 4 l "poll seven days' \written notice to CO\'IRAC[ OR and I`N(IT INI I`R, O\V\ER nta'. \without cause: and without prejudice to any other right or remedy of OWNI:R elect to terminate. the :\geenmcnt In such case. CO\TRACTOR shall be paid (.without duplication of any items ) 1 S-1 l for completed all(] acceptable \Volk executed in accordance with the Contract I )ocuntent`; prior to the eft�ctivc date of termination. including tair and reasonable sums tier overhead and profit on such \Volk I i 4' for expenses sustained prior to the effective date of lennumafion in perronnmg services and tiunushing labor. materials or equipment as required by the ('ontract Iocuments in connection with uncompleted Work, plus tail and reasonable sums for overhead and profit on such expenses. I i 4 3 for all claims, costs, losses and damages incurred in settlement of terminated contracts lath Subcontractors. Suppliers and others. and 1 � 44 fix reasonable expenses duectly attributable to termination (A )NTR.\C'T( )R shall not Ix paid on account of loss of anticipated profits or revenue or other econonlic loss ansing out of or resulting Gong such termination CQVTR ICTOR la.I- Stop 1f i rk or Terminate: I .5. If. through no act or fault of C'ONTR C YOR the Work is suspended for a period of more than ninety clays by O\VNER or under an order of court or other public authority, or I{N(il\FI:R fails to act on any application for Payment within thirty days after it is submitted Or ( )\\'\lip: fails for thim' days to pay CON I'RACTOR any sum finally determined to be due. then ('UN fIZAC'T( )R mac, upon seven (tax-,.,' written notice to ( AVNi:R and FNGF\EE.R, and pro% ided (AV\ER or ENGINEER do not remedy such suspension or failure within that time. terminate the Agreement and recover from (7R'NER payment on the same terms as provided ❑m Mragraph i S a In lieu of terminating the agreement and without prejudice to ant other Clout or remedy, if GNGINEEk has tailed to act on an :Application for Payment m%ithin thirty days alter it is submitted, or (M NEK has laded fur lhirt\ da)s to pay ('ON-FRACTOR any sum finally determined to Ile clue.. CONTRACTOR nmay upon seven days' myritten notice to O\\ \IiR and FV;I\H;R stop the Work until payment of all such amounts due C'(_)NCRaC'TOR. includune interest thereon The provisions of this paragraph 1ST are not intended to preclude C(A I RA(' I OR Irom making claim under articles l l and 1' for an increase in Contract Price or Contract 'Times or otherwise tor expenses or damage directl attributable to ('( )N FKAC F)R's stoppamg Work as pxmm ined by this p-aragraph \K'I'ICI.F: 16—INSNI-FE, RESOLUTION ION If and to the extent that OWNER and CO\TRACTOR have agreed on the method and procedure tie resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if am. shall Ix as set girth in fixhihit G.<'-;\, "I )ispute Resolution Agreement"_ to be attached hereto and made a part hereof if no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of' paragraphs 11l 9 11 and q-1'. CMNER and CONTRACTOR nim exercise such rights or remedies as either may othentisc hate under the Contract Documents or by Laws of Regulations um respect of any dispute ARTICLE 17—MISCLLLA-NEOUS Giving .,Votic•e: 171 Whenever any provision of the Contract Documents requires the giving of written notice. it \till be deenmed to have been validly given if delivered in person to the individual or to a member ot'the firm. or to an officer of the corporation for \chum it is intended. or if deln Bred at or sent by registered or certified mail- postage prepaid. to the last business address known to the _i\er of the notice, 17.2. Computation e f Time: 17.2.I. \\linen any period ul tine is referred to in the Contract Documents b\ dies, it trill be Computed to exclude the first and include the last clay of such pericxl. If the last da\ of any such period fills on a Saturday or Sunday or on a da\• made a Ie al holida\• by the law of the applicable jurisdiction. such da\ will he onrltted trom the computation 17 '' .-A calendar clav of ttwent\-four hours measured from midnight to the next midnight Will Constitute a day \•mice of Claim 173 Should ( AVNER or CONTILA(' I'OR snifter umjur , or damage to person or property because of amerror. onusslon or act of the other party or of any of the other pam's employees or agents or others for whow acts the other party is legally liable. claim \will be made in writing to the other part} within a reasonable time of the first obsen ante of such injure or damage, The provisions of this paragraph 17 3 shall not tv construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose.Cumulative Rentedies: 17.4. The duties and obligations Imposed by these General Conditions and the rwhts and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations mil- msed upon CON I'RAC I OR by r"ragraphs 6 12. 6 16, 6.31). 6.31. 63 13 1. 1.3 12, 13, 1-t, 14 3 and 1 >' and all of the rights and remedies available to O\\NiR and PN(il\FiR thereunder. are in addition to, and are not to Ic construed in sin\• \way as a limitation of, any rights and remedies available to any or all of them which are othelivise unposed or available by Laws or Regulations by special warranty or guarantee ur by other provisions of the Contract Documents. and the provisions of this paragraph will he as effective as if repeated speaticall in the Contract Dcecuments in connection with each particular duty. obligation, right and remedy to which the\' appl Professional Fees and Court Caw.% Included: 17 � \Vhenever reference Is made to "claims. costs. losses and damages'. It shall Include in each case. but not IV punted to, all fees and charges of enuneers, architects, attomeys and other professionals and all Court or arbitration or other dispute resolution costs. 176 The laws of' the State of Colorado apply to this agreement Reference to hco pertinent (`olora(o statutes are as follows: 17.6.1. Colorado Revised Statutes (C'RS 5-17-1011) rewire -that ('oloiado labor be enmployed_to_mtorm the Work to the extent of not less than SO percent MPo) of each I\pe ar class ol_I_abor to the srgeral classifications of skilled and common labor employed on the project, Iolorado lalvr means an\_person \who is a hona tide resident of the State of Colorado at the line of employment without discrimination as to race. color. creed, aae. reltLnon or sex 17.6.2. If a claim is filet., OWNER is regWed by last 1C Rti 38'6-IuT) to with -hold Cronin all 1m nients to ('O\ rRA( P )R sufficient funds to insure the payment of all elainms tie labor. materials. team hire, sustenance, provisions.-_pro)ender._or-other supplies used or consumed by ('O\ I I ACTOR or his EJCD( GE',EKAI, (.'UNDI IIUTS 191 o-S 11990 EJiti,.rn 13 " CI-IY UP CURT 0 IA 1NS MUDll'ICAI Ii INS (RE\ 1 200u) subcontractors in o_r about the-Lertormance of the Wo& Such [kinds must be withheld until said claims have been paid or such claims as Filed have been withdrawn. such Payment or with(hmal to to evidenced by filing with OWN -ER a receipt in full or an order for withdrawal in u_riting_and sm-med by thO reru)i filin_, such a claim or his duh authorized agent or assigrts. Such huxls shall not be Nvlthheld loner than ninety 1 1111 — _ -- days following the (Lite fL\ed for final settlement, as published tn.a pubic ntn%s� -paper an, rcccd Vince. y_ith the law unless an action is commenced within that time to enlor,e such unr id claim and a notice ofIn vend - ens is tiled with i the O1\\FK -\t the epiratum of such aunely 1) dray perks(. (M \�R shall pay to C(A I RACTOh such moneys and fund~ as are not the sub ct of suit and It,; pendens nonc_es_and shall retain oniv sufficient funds to insure the payment of ludoements which mad• result from the suit, E.ICDC 7ExEKAL CuSDI IIOM 191 n-3 a 1990 E(III 1m '14%%(IlYolI(RTCULLItiSAIUDirtl'ATICNSUtIiA'1_uuli! i l his page left blank mtentionalh• _t EJ(.'DCGE'+EK:U, (.'U.\DI IIUTS 19Io-S 0990 F(fit i,.nl ?� " CI-IY Uf I ( R 1 0UL1.11S VUDI I CAT IC )\S (RE\ 1 2uuu) EJCDC7EM:KALCuSDIII(AS191iI-SU99oEdliml 3o%%(IIYol'I(QICuLLISSMOD]F1CAIf( iNS(RIA'I-'IJM! EXHIBIT GC -A to General Conditions of the Construction Contract Behveen OWNER and CONTRACTOR DISPUTE RESOLUTION AGREEMENT (AVNER and CONTRACTOR hereby agree that Article 10 of the General Conditions of the Construction Contract hetween (AVMiR and CONTRACTOR is amended to include the following ageement of the parties. 161 All claims, disputes and other matters in question letween OWNER and COMRA(-'I'UR arising out of or relating to the Contract Iheuments or the breach thereof ('except for Claims which have been waived by the making or acceptance of teal payment as provided by paragraph 14 15,) will he decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American \rbitradon Association then obtaining, subject to the limitations of the Article 16. This agreement so to arbitrate and any other a�,reenment or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will he specifically enforceable under the prewailutg latw tit ;iny Court hawing jurisdiction I6., \o demand for arbitration ofany claim, dispute or other matter that is required to he retcrred to P\61N-EER irutiall tier decision in accordance \with pruagiaph 9 1 1 t%ill be made until the carper of (a;) the date on which I:NGINfa',R has rendered a written decision or (hi the tlurty-first day after the parties have presented their evidence to LNG C\�L'ER if a written decision has nut Ieeit rendered by I:NGI\P+.R lefixe that date No demand fix arbitration of any such Clain). dispute or oth I matter will be made later than thin days alter the date on which E\Gi\fiER has rendered a written decision in respect thereof in accordance with paragraph 9 11, and the failure to demand arbitration within said thirty claws' period will result in EN(IINEER's decision Icing final and binding Upon ( \\\ER and ('O\TR.V"D)k It EN(;INIiER renders a decision after arbitration proceedings have been initiate(- such decision may he entered as evidence but will not supersede the arbitration proceedings. except where the decision Is acceptable to the larties concerned No demand for arbitration of any written decision of I-v(!1N ER rendered in accordance with paragraph 9.i) will be made later than ten days after the party making such (]errand has delivered written notice of intention to appeal as provided in parr7aph 9 11I 161 \otice of the demand for arbitration will he filed in writing with the other party to the Ag eenhent and with the American Arbitration Aswciation and a copy will he sent to EN( iINEER for inlomrition The demand for arbitration twill be made within the thirt\'-day or ten -(lay period specified in paragraph 16 _' as apphcahle. and in all other eases \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 alter the 1ite when institution of le_ul or equitable pr0ceedm1_•s based on such claim. dispute or other matter in question would I -A-- Inrred by the applicable statute of linniations. Er(_'L)(.' GtiNERA- CONDI I IONS t I1 n•y 0 99(1 EdrtIm) ic. (TrY (IF PORT C(iLLISS \RfllFICATICr\S (RP.\' 9 99) 16 -I Except as pio vided in paragraph 16 > below. no arbitration arising out of or relating to the Contract Documents shall include by consolidation. joinder or in am other manner ari other person or entity ("including EX61INEER. ENGiNi ERs Consultant and the officers. directors. asents_ employees or consultants of any of them) who is not it party to this contract unless. 16.4.1. the inclusion of such other person or entity is ri"essar\ if complete relief is to be afforded anion those who are already parties to the arbitration. and 164.2 such other person or entity is substantially involved in a question of la\w or fact \yhich is common to those who are already parties to the arbitration and .which will arise in such proceedings. and 16 q 3 the written consent of the other person or entit sought to be included and o[ MVNER and ('OV'fRA("fOR has Ieen obtained for such inclusion, %which consent shall make specific reference to this Inmgraph'. but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any Inn not specifically identified in such consent 16 i \otwithstanding paragraph 16 q, if a claim, dispute of other matter in question between O\\'NER and ('(:)NTRV7(.)R involves the Work of a SuNmitractor. either O\\ \E.R of CON I RAC I ( )k may loin such Subcontractor is a pan to the arbitration between ( AVNER and CO\TRAC I OR hereunder ('ON IRAC IOR shall include in all sulxontracts required by paragraph 6 11 a specific provision .whereby the Subcontractor consents to being joined in an arbitration between O\\TIER and CONTR\CT(-)R utyolvutg the Wore: of such Subcontractor \o[hing m this p:nagraph 1(i3 nor in the provision of such sLIN ontract consenting to joinder shall (Teate arn' clams. right or cause of action in lawor of Suleontrecl l and against (MNLR ENGI\TLER or ENGI\EER's ('onsultants that does not otherwise exist 16 (i The award rendered by the arbitrators will be final, judgment mayIle entered upon it m any court hawing juris(Irction thereof. and it will not Ix subject to modification or appeal 16 7 (AVNER and CONTRACTOR agree that thew shall first submit am and all unsettled claims. counterclaims, disputes and other matters tit 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 Industn' Mediation Rules of the .American Arbitration Association prior to either of them Initiator aizainst the other a demand for arbitration pursuant to paragraphs to I through 16.6, unless delay in nutiatmg arbitration would irie\Zxcablw prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.' and 16..E abvice shall be suspended with respect to a dispute submitted to mediation within those smite applicable time lunits and shall remain suslended until ten chvs after the tennination of the mediation The mediator ofany dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless othem ise agreed. EI('L)(.' C7liVERAL (:i_,til)l I IONS PIl n•y I I )'l(I Editim) GC'•:A1 %c. (TI Y C(I' FORT (YILLINS \IODfEIC'AT(RFV 9 9.1) SECTION 00800 SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL) SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule zero 0 days lost due to abnormal weather conditions. SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: E Lincoln Ave & S Lemay Ave Improvements CONTRACTOR: [Contractor] PROJECT NUMBER: 7676 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 .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Engineer Project File Architect Purchasing DATE: DATE: DATE: DATE: DATE: Section 00960 APPLICATION FOR PAYMENT PAGE 1 OF 4 OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: ENGINEER: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract The present status of the account for this Contract is as NUMBER DATE AMOUNT follows: 1 2 Original Contract Amount: 3 Net Change by Change Order: $0.00 Net Change by Change Order $0.00 Current contract Amount: Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: Less Retainage: AMOUNT DUE THIS APPLICATION: CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: $0.00 SIME CONTRACT AMOUNTS Bid Item Unit Number Description Quantity Units Price Amount $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $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 APPLICATION FOR PAYMENT Work Work Completed Completed This Previous Month Periods Qty 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 Work Completed To Date 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 Amount $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 PAGE 2OF4 Stored Materials Total This Earned Percent To Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 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 STORED MATERIALS SUMMARY On Hand Item Invoice Previous Number Number Description Application Received This Period PAGE 4 OF 4 Installed On Hand This This Period 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 TOTALS $0.00 $0.00 $0.00 $0.00 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS PROJECT AND STANDARD SPECIAL PROVISIONS E. LINCOLN AVE. AND S. LEMAY AVE. IMPROVEMENT PROJECT LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS PROJECT SPECIAL PROVISIONS E. LINCOLN AVE AND S. LEMAY AVE IMPROVEMENT PROJECT The Colorado Division of Transportation's 2011 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. When specifications of special provisions contain both English units and SI units, the English units apply and are the specification requirement. Other Technical Standards and Specifications that support this work are as follows in the order of importance: Larimer County Urban Area Street Standards (LCUASS); Fort Collins Stormwater Standards, and the latest revision of the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD). These documents are not included in the contract documents, but may be obtained at the appropriate City or District Departments. It shall be the Contractors responsibility to purchase and familiarize themselves with all the standard specifications. PROJECT SPECIAL PROVISIONS Item Page Index Pages 2 Notice to Bidders 6 Commencement & Completion of Work 7 Revision of Section 101 - Definition of Terms 8 Revision of Section 102 — Bidding Requirements & Conditions 10 Revision of Section 105 - Control of Work 13 Revision of Section 107 — Performance of Safety Critical Work 14 Revision of Section 107 — Insurance 16 Revision of Section 108 — Prosecution and Progress 17 Revision of Section 202 - Removal of Trees, Shrubs and Stumps 22 Revision of Section 202 — Removal of Pipe 24 Revision of Section 202 — Removal of Bollard 25 Revision of Section 202 — Removal of Pavement Markings 26 Revision of Section 202 — Removal of Concrete Irrigation Structure 27 Revision of Section 202 — Removal of Sidewalk 28 Revision of Section 202 — Removal of Curb & Gutter 29 Revision of Section 202 — Removal of Concrete Pavement 30 Revision of Section 202 - Removal of Asphalt Mat 31 Revision of Section 202 — Removal of Barricade 32 Revision of Section 203 — Proof Rolling 33 Revision of Section 207 — Topsoil 34 Revision of Section 208 — Erosion Control 37 Revision of Section 209 — Watering and Dust Palliatives 38 Revision of Section 210 — Reset Riprap 39 Revision of Section 210 — Reset Fire Hydrant 40 Revision of Section 211 — Dewatering 41 Revision of Section 212 — Seeding, Fertilizer, Soil Conditioner, and Sodding 43 Revision of Section 213 — Mulching 46 Revision of Section 214 — Planting 50 2 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS Revision of Section 306 — Reconditioning 53 Revision of Section 601 — Structural Concrete 54 Revision of Section 608 — Sidewalks and Bikeways 55 Revision of Section 608 — Concrete Curb Ramp 57 Revision of Section 609 — Curb and Gutter 59 Revision of Section 610 — Median Cover Material 60 Revision of Section 623 — Irrigation Systems 61 Revision of Section 627 — Pavement Marking 64 Revision of Section 630 — Construction Zone Traffic Control 65 Traffic Control Plan — General 66 Utilities 68 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS STANDARD SPECIAL PROVISIONS Item Date No. of Pates Revision of Section 103 - Escrow of Proposal Documentation (May 5, 2011) 2 Revision of Section 105 - Disputes and Claims for Contract (January 31, 2013) 31 Adjustments Revision of Section 105 - Violation of Working Time Limitation (February 3, 2011) 1 Revision of Section 106 - Certificates of Compliance and Certified (February 3, 2011) 1 Test Reports Revision of Section 107 - Project Payrolls (May 2, 2013) 1 Revision of Section 107 - Responsibility for Damage Claims, (February 3, 2011) 1 Insurance Types, and Coverage Limits Revision of Section 107 - Transfer of Stormwater Permit (April 26, 2012) 1 to the Contractor Revision of Section 108 - Critical Path Method (August 19, 2011) 1 Revision of Section 108 - Liquidated Damages (May 2, 2013) 1 Revision of Section 108 - Subletting of Contract (January 31, 2013) 1 Revision of Section 109 - Compensation for Compensable Delays (May 5, 2011) 1 Revision of Section 109 - Fuel Cost Adjustment (February 3, 2011) 2 Revision of Section 109 - Measurement of Quantities (February 3, 2011) 1 Revision of Section 109 - Measurement of Water (January 6, 2012) 1 Revision of Section 109 - Prompt Payment (January 31, 2013) 1 Revision of Section 203, 206, 304, 613 - Compaction (July 19, 2012) 2 Revision of Section 206 - Structure Backfill (Flow -Fill) (April 26, 2012) 2 Revision of Section 208 - Erosion Log (January 31, 2013) 1 Revision of Section 212 - Seed (April 26, 2012) 1 Revision of Section 213 - Mulching (January 31, 2013) 4 Revision of Section 250 - Environmental, Health and Safety (July 19, 2012) 1 Management Revision of Section 412 - Portland Cement Concrete Pavement (February 3, 2011) 1 Finishing Revision of Section 212, 601, 711 - Liquid Membrane -Forming (May 5, 2011) 1 Compounds for Curing Concrete Revision of Section 601 - Concrete Batching (February 3, 2011) 1 Revision of Section 601 - Concrete Finishing (February 3, 2011) 1 Revision of Section 601 - Concrete Form and Falsework Removal (July 28, 2011) 2 Revision of Section 601 - Concrete Slump Acceptance (July 29, 2011) 1 Revision of Section 601 - Depositing Concrete Under Water (May 2, 2013) 1 Revision of Section 601 - Fiber Reinforced Concrete (May 2, 2013) 1 Revision of Section 603, 624, 705 - Drainage Pipe (April 26, 2012) 2 Revision of Section 703 - Concrete Aggregate (July 28, 2011) 1 Revision of Section 712 - Water for Mixing or Curing Concrete (February 3, 2011) 1 Affirmative Action Requirements - Equal Employment Opportunity (February 3, 2011) 10 Disadvantaged Business Enterprise - Definitions and Requirements (February 3, 2011) 14 Minimum Wages Colorado, U.S. Department of Labor General (January 4, 2013) 56 Decision Numbers CO130016 thru CO130024, Highway Construction Statewide On the Job Training (July 29, 2011) 3 Partnering Program (February 3, 2011) 1 Required Contract Provisions - Federal -Aide Construction Contracts (July 19, 2012) 14 4 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS PROJECT SPECIAL PROVISIONS LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS NOTICE TO BIDDERS The proposal guaranty shall be certified check, cashier's check or bid bond in the amount of 5 percent of the Contractor's total bid. Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site and plan details with an authorized City of Fort Collins representative. Prospective bidders shall contact the following authorized City representatives at least 12 hours in advance of the time they wish to go over the project: PROJECT MANAGER Rick Richter Engineering Department City of Fort Collins 281 North College Ave Fort Collins, CO 80524 Office Phone: (970)221-6605 Email: rrichterkfc og v.com PROJECT ENGINEER Tracy Dyer Engineering Department City of Fort Collins 281 North College Ave Fort Collins, CO 80524 Office Phone: (970)222-0855 Email: tdyer e fc og v.com The above referenced individuals are the only representatives of the City of Fort Collins with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. All questions shall be directed to the City of Fort Collins contacts listed above and must be submitted 7 full business days prior to the bid opening. Final questions and answers will be posted no later than Tuesday morning of bid opening week. LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract on or before the 5th day following Contract execution or the 20th day following the date of award, whichever comes later, unless such time for beginning the work is changed by the Project Engineer in the "Notice to Proceed." The Contractor shall complete all work within 70 calendar days in accordance with the "Notice to Proceed." Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The Contractor's progress schedule may be a Bar Chart Schedule. Salient features to be shown on the Contractor's Progress Schedule are: (1) Mobilization (2) Construction Surveying (By City Forces) (3) Construction Traffic Control (4) Erosion Control (5) Removals and Adjustments (6) Roadway Earthwork (7) Storm Sewer Improvements (8) Utility Stubs (9) Utility Coordination and Relocations (10) Curb, Gutter and Sidewalk (11) Concrete Pavement (12) Asphalt Pavement (13) Seeding (14) Landscaping Restoration (15) Signing and Striping (By City Forces) (16) Traffic Signals (By City Forces) (17) Cleanup and punch list LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 101 DEFINITIONS OF TERMS Section 101 of the Standard Specifications is hereby revised for this project as follows: Subsection 101.01, Abbreviations, line 25 is deleted and replaced with the following: CDOT Colorado Department of Transportation or The City of Fort Collins, as applicable. Subsection 101.10, CDOT Resident Engineer, is deleted and replaced with the following: 101.10 CDOT Resident Engineer. The City of Fort Collins acting either directly or through an authorized representative, who is responsible for the project's engineering and administrative supervision. In subsection 101.17, Contract, delete the first paragraph and replace with the following: 101.17 Contract. The written agreement between the City of Fort Collins and the Contractor setting forth the obligations of the parties for the performance of work and the basis of payment. Subsection 101.23, Contractor, is deleted and replaced with the following: 101.23 Contractor. The individual, firm, or corporation contracting with the City of Fort Collins for performance of prescribed work. Subsection 101.25, County, is deleted and replaced with the following: 101.25 County. The City of Fort Collins acting through its authorized representative. The City of Fort Collins and City will be interchangeable in this Contract. Subsection 101.28, Department, is deleted and replaced with the following: 101.28 Department. The City of Fort Collins. Subsection 101.29, Engineer, is deleted and replaced with the following: 101.29 Engineer. The City of Fort Collins acting directly or through an authorized representative, who is responsible for engineering and administrative supervision of the project. The terms Engineer, Project Engineer, and Project Manager will be interchangeable in this contract. Subsection 101.36, Holidays, is deleted and replaced with the following: 101.36 Holidays. Holidays recognized by the City of Fort Collins are: New Year's Day Dr. Martin Luther King, Jr.'s Birthday (observed) President's Day Memorial Day Independence Day Labor Day Veteran's Day LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 101 DEFINITIONS OF TERMS Thanksgiving Day Day after Thanksgiving Christmas Day When New Year's Day, Independence Day, or Christmas Day fall on a Sunday, the following Monday shall be considered a holiday. When one of these days falls on a Saturday, the preceding Friday shall be considered a holiday. Subsection 101.39, Laboratory, is deleted and replaced with the following: 101.39 Laboratory. The testing laboratory designated by the City of Fort Collins or any other testing laboratory that may be designated by the Engineer. In subsection 101.48, Preconstruction Conference, delete CDOT and replace with City of Fort Collins. Subsection 101.51, Project Engineer, is deleted and replaced with the following: 101.51 Project Engineer. The Engineer's duly authorized representative who may be a City employee or an employee of a consulting engineer (consultant) under contract to the City of Fort Collins as defined below: (a) The City of Fort Collins Project Engineer. The City of Fort Collins's duly authorized representative who is in direct charge of the work and is responsible for the administration and satisfactory completion of the project under contract. (b) Consultant Project Engineer. The consultant's employee under the responsible charge of the consultant's Professional Engineer who is in direct charge of the work and is responsible for the administration and satisfactory completion of the project. The Consultant Project Engineer's duties are delegated by the Project Engineer in accordance with the scope of work in the consultant's contract with the City. The Consultant Project Engineer is not authorized to sign or approve Contract Modification Orders. Subsection 101.58, Region Transportation Director, is deleted. In subsection 101.76, State, State shall mean The City of Fort Collins, Larimer County, Colorado where applicable. LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Section 102 of the Standard Specifications is revised as follows: Subsection 102.04, Interpretation of Plans and Specifications, is deleted and replaced with the following: 102.04 Interpretation of Plans and Specifications Any change to proposal forms, plans, or specifications prior to the opening of proposals will be issued by the City of Fort Collins by mail or email to all holders of proposal forms. Certain individuals are named in the project specifications who have the authority to provide information, clarification or interpretation to bidders prior to opening of proposals. Information obtained from persons other than those named individuals is invalid and shall not be used for bidding purposes. In Subsection 102.05, Examination of Plans, Specifications, Special Provisions, and Site of Work, the following is included after the final (fifth) paragraph: The project Construction Documents and supporting information will be available for review until the date set for opening of bids at the following locations: 1. Online at the City of Fort Collins Buy speed Webpage, www.fcgov.com/orocurement 2. City of Fort Collins Purchasing Department, 215 N Mason Street, 2nd Floor, Fort Collins, Colorado 80524 Subsections 102.06, Preparation of Proposal, and 102.07, Irregular Proposals, are deleted and replaced with the following: 102.06 Preparation of Proposal The bidder shall submit the proposal (bid) upon the forms furnished by the City of Fort Collins. The bidder shall submit completed CDOT Forms 606 and 714 with their bid or the bid will be rejected. The bidder shall specify a unit price for each pay item for which a quantity is given and shall also show the mathematical products of the respective unit prices and the estimated quantities in the column provided for that purpose, together with the total amount of the bid obtained by adding such mathematical products. All the entries shall be in ink or typewritten. When the bid contains an alternative pay item, which has been approved by the City of Fort Collins, the choice of that item by the bidder shall be indicated in accordance with the specifications for that particular item. No further choices will be permitted. The Contractor's bid must be signed in ink by an individual with legal authority to bind the Contractor. Such an individual includes the owner of a sole proprietorship, one of more partner members of a partnership, one or more authorized members or officers of each firm representing a joint venture, the president or vice-president of a corporation, or an authorized agent of the Contractor. Anyone signing as agent for a Contractor must file with the City of Fort Collins written evidence of such authority. (a) Proposal Guaranty. A proposal will not be read and will be rejected unless accompanied by a guaranty of the character and in an amount not less than the amount indicated in the "INSTRUCTIONS TO BIDDERS" statement, found in the Special Provisions portion of the bidding documents. If the proposal Guaranty is a bid bond, the bid bond will be in the format presented in the proposal. No other wording will be accepted. 10 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS (b) Delivery of Bids. Each bid shall be submitted separately in a sealed envelope to the City of Fort Collins by mail, personal delivery, or messenger service at the location indicated in the invitation for bids. The envelope shall be clearly labeled to identify it as a bid for the subject public project. The sealed bid shall be addressed to: City of Fort Collins Purchasing Division 215 N Mason Street, 2nd Floor Fort Collins, Colorado 80524 All bids shall be filed at the place specified in the invitation for bids and prior to the time specified therein. Bids received after the time for opening of bids will be returned to the Contractor unopened. (c) Withdrawal of Bids Prior to Bid Opening. Prior to bid opening, a Contractor may withdraw or revise a bid after it has been deposited with the City. Withdrawal of bids may be made either in writing or in person; however, any bid withdrawn for the purpose of revision must be re -deposited before the time set forth for opening of bids in the invitation for bids. A bid may not be withdrawn after the time set for opening of bids. Before a bid may be withdrawn, proper identification and verification of the authority of the individual requesting to withdraw shall be obtained. The fact of such withdrawal shall be documented, in writing, by the City. (d) Receiving Bids. Sealed bids will be received by The City of Fort Collins at the place specified in the invitation for bids until the time and date specified in the invitation for bids. Bids must be submitted to The City of Fort Collins in a manner that ensures that The City of Fort Collins receives a complete bid with original signature(s), including submission by U.S. mail, personal delivery, or messenger service. Bids submitted in a manner that results in The City of Fort Collins receiving an incomplete bid, a bid without original signature(s), or a bid not in the approved form, including submission by telephone, facsimile machine, telegram or mailgram, will not be accepted or considered but will be rejected. (e) Opening of Bids. Bids shall be opened and read publicly at the time and place specified in the invitation for bids. Such opening shall be performed by an authorized employee of The City of Fort Collins in the presence of at least one witness. Contractors, their authorized agents, and other interested parties are invited to be present. (f) Rejection of Individual Bids. Individual bids may be rejected for any of the following reasons: 1. If the Contractor fails to submit completed CDOT Forms 606 and 714. 2. If the bid is on a form other than that prescribed by The City of Fort Collins, if the form is altered or any part thereof is detached, or if the form does not contain original signatures. 3. If there are unauthorized additions, conditional or alternate bids, or irregularities of any kind which may tend to make the bid incomplete, indefinite, or ambiguous. 4. If the Contractor fails to acknowledge in the bid that it has received all addenda (if any) current on the date of opening the bids. 5. If the bid does not contain a unit price for each pay item listed except in the case of authorized alternative pay items, the mathematical products of the respective unit prices, and the estimated quantities, and the total amount of the bid obtained by adding such mathematical products. 6. If the City of Fort Collins determines that any of the unit bid prices are materially unbalanced to the potential detriment of The City of Fort Collins. There are two types of unbalanced bids: (1) 11 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS mathematically unbalanced and, (2) materially unbalanced. The mathematically unbalanced bid is a bid containing lump sum or unit pay items which do not reflect reasonable actual costs plus a reasonable proportionate share of the bidder's anticipated profit, overhead costs, and other indirect costs, but not necessarily to the detriment of The City of Fort Collins. These costs shall all relate to the performance of the items in question. The materially unbalanced bid is a mathematically unbalanced bid which The City of Fort Collins determines leaves reasonable doubt that award will result in the lowest ultimate cost to The City of Fort Collins, or that award is in the public interest. If the Contractor submitting the bid is affiliated with another contractor that has submitted a bid on the same public project. If the Contractor submitting the bid has been asked in writing to show why it should not be found in default on a City of Fort Collins contract. If the Contractor submitting the bid has had its prequalification by the Colorado Department of Transportation and/or The City of Fort Collins revoked, or if the contractor submitting the bid is currently under debarment or suspension by the Colorado Department of Transportation and/or The City of Fort Collins. The City of Fort Collins reserves the right to reject any or all bids, to waive technicalities, to further negotiate price, scope of work, terms, and conditions with the successful bidder, or to advertise for new bids, if, in the judgment of the City, the best interests of the City will be promoted thereby. 12 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.22 shall be revised as follows: The Colorado Department of Transportation will not participate in the resolution for any claims filed by the contractor. 13 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 107 PERFORMANCE OF SAFETY CRITICAL WORK Section 107 of the Standard Specifications is revised as follows: Add subsection 107.061 immediately following subsection 107.06 as follows: 107.061 Performance of Safety Critical Work. The following work elements are considered safety critical work for this project: (1) Work requiring the use of cranes or other lifting equipment. (2) Temporary works: falsework and shoring that exceeds 5 feet in height. The Contractor shall submit, for record purposes only, an initial detailed construction plan that addresses safe construction of each of the safety critical elements. When the specifications already require an erection plan or a bridge removal plan, it shall be included as a part of this plan. The detailed construction plan shall be submitted two weeks prior to the safety critical element conference described below. The construction plan shall be stamped "Approved for Construction" and signed by the Contractor. The construction plan will not be approved by the Engineer. The Construction Plan shall include the following: (1) Safety critical element(s) for which the plan is being prepared. (2) Contractor or subcontractor responsible for the plan preparation and the work. (3) Schedule, procedures, equipment, and sequence of operations, that comply with the working hour limitations. (4) Temporary works required: falsework, bracing, shoring, etc. (5) Additional actions that will be taken to ensure that the work will be performed safely. (6) Names and qualifications of workers who will be in responsible charge of the work: a. Years of experience performing similar work b. Training taken in performing similar work c. Certifications earned in performing similar work (7) Names and qualifications of workers operating cranes or other lifting equipment a. Years of experience performing similar work b. Training taken in performing similar work c. Certifications earned in performing similar work (8) The construction plan shall address how the Contractor will handle contingencies such as: a. Unplanned events (Storms, traffic accidents, etc.) b. Structural elements that don't fit or line up c. Replacement of workers who don't perform the work safely d. Equipment failure e. Other potential difficulties inherent in the type of work being performed (9) Name and qualifications of Contractor's person designated to determine and notify the Engineer in writing when it is safe to open a route to traffic after it has been closed for safety critical work. (10) Bridge erection plan when submitted as required elsewhere by the specifications. Plan requirements that overlap with above requirements may be submitted only once. 14 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 107 PERFORMANCE OF SAFETY CRITICAL WORK A safety critical element conference shall be held two weeks prior to beginning construction on each safety critical element. The Engineer, the Contractor, the safety critical element subcontractors, and the Contractor's Engineer shall attend the conference. Required pre -erection conference may be included as a part of this conference. After the safety critical element conference, and prior to beginning work on the safety critical element, the Contractor shall submit a final construction plan to the Engineer for record purposes only. The Contractor's Engineer shall sign and seal temporary works, such as falsework, shoring, etc., related to construction plans for the safety critical elements, (1) Work requiring the use of cranes or other lifting equipment and (2) Temporary Work. The final construction plan shall be stamped "Approved for Construction" and signed by the Contractor. The Contractor shall perform safety critical work only when the Engineer is on the project site. The Contractor's Engineer shall be on site to inspect and provide written approval of safety critical work for which he provided signed and sealed construction details. Unless otherwise directed or approved, the Contractor's Engineer need not be on site during the actual performance of safety critical work, but shall be present to conduct inspection for written approval of the safety critical work. When ordered by the Engineer, the Contractor shall immediately stop safety critical work that is being performed in an unsafe manner or will result in an unsafe situation for the traveling public. Prior to stopping work, the Contractor shall make the situation safe for work stoppage. The Contractor shall submit an acceptable plan to correct the unsafe process before the Engineer will authorize resumption of the work. When ordered by the Engineer, the Contractor shall remove workers from the project that are performing the safety critical work in a manger that creates an unsafe situation for the public in accordance with subsection 108.05. Should an unplanned event occur or the safety critical operation deviate from the submitted plan, the Contractor shall immediately cease operations on the safety critical element, except for performing any work necessary to ensure worksite safety, and provide proper protection of the work and the traveling public. If the Contractor intends to modify the submitted plan, he shall submit a revised plan to the Engineer prior to resuming operations. All costs associated with the preparation and implementation of each safety critical element construction plan will not be measured and paid for separately, but shall be included in the work. Nothing in the section shall be construed to relieve the Contractor from ultimate liability for unsafe or negligent acts or to be a waiver of the Colorado Governmental Immunity Act on behalf of the Department. All costs associated with the preparation and implementation of each safety critical work element construction plan and meeting will not be measured or paid for separately, but shall be included in the work. 15 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 107 INSURANCE Section 107 of the Standard Specifications is revised as follows: Subsection 107.18 is hereby revised as follows: For this project all insurance certificates shall name The City of Fort Collins and the Colorado Department of Transportation as an additionally insured party. 16 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is revised as follows: Subsection 108.03, shall include the following: Project Meetings A. Pre -Construction Conference: A Pre -Construction Conference will be held after Notice of Award and before the Notice to Proceed. The date, time and location will be determined after Notice of Award. The conference shall be attended by: 1. Contractor and Contractor's Superintendent a. Contractor shall designate/introduce Superintendent b. At this time the Superintendent will be expected to show that he has sufficient knowledge of the specifications and plans to orchestrate and coordinate the construction activities for this job. 2. Contractor's Subcontractors a. Contractor shall designate/introduce major Subcontractor's supervisors assigned to the project. 3. Engineer 4. Owner 5. Others as required by the Contractor, City, or Engineer. Unless previously submitted to the City, the Contractor shall bring to the conference a tentative schedule of the construction project. Shop drawings and other submittals shall be included in the schedule. Any submittals requiring long lead times and therefore must be expedited shall be submitted at the pre -construction conference, or as soon thereafter as possible. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: 1. Contractor's tentative Schedule a. The Contractor shall submit a detailed project schedule showing milestones and the critical path for the Lincoln and Lemay Improvement project. This schedule shall be agreed to by both the City and the Contractor. It shall be made in writing and signed by both parties. 2. Permit applications and submittals, including Dewatering Permit, and Erosion and Sediment Control Plan. 3. Transmittal, review and distribution of Contractor's submittals. 4. Processing application for payment. 5. Maintaining record documents. 6. Field decision and change orders. 7. Use of premises, office and storage areas, staging areas, security, housekeeping, and City's needs. 8. Proposed daily construction hours for the City's approval 9. Designation of access routes and parking. 10. 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 City. These meetings shall be attended by the City, the Engineer, the Contractor's representative and any others invited by these people. 17 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 108 PROSECUTION AND PROGRESS The Engineer will conduct the meeting and the Engineer will arrange for keeping the minutes and distributing the minutes to all persons in attendance. The agenda of these project meetings will include construction progress, the status of submittal reviews, and the status of information requests, critical work sequencing, review of strategies for connections into existing facilities, status of field orders and change orders, and any general business. The Contractor will prepare a "two week look ahead" schedule to facilitate coordination of work items. The schedule shall be monitored closely during construction and may be updated by written agreement of the parties as changes occur in the project progress. If the milestones are not met, the City may utilize the remedies provided in the General Conditions as well as any other remedy provided by the Contract Documents or provided by law or equity. The City may also assess liquidated damages as outline in Article 2, Section 3.2 of the Agreement. The Engineer or Engineer's Field Representative and Contractor shall agree to weekly quantities at the progress meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and shall be the basis for the monthly progress estimates. This process ensures accurate monthly project pay estimates. C. The Engineer may hold coordination conferences, to be attended by all parties involved, when the Contractor's operations affect or are affected by the work of others. 1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the Engineer. Construction Schedules A. The Contractor shall prepare a detailed schedule of all construction operations and procurement after review of tentative schedule by parties attending the pre -construction conference. This schedule will show how the Contractor intends to meet the milestones set forth. 1. No work is to begin at the site until City's acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials. B. Format and Submissions 1. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual progress. 2. Submit two copies of each schedule to City for review. i. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work with the needs of City or others. ii. The Contractor will be required to submit a weekly progress schedule showing work to be completed, labor, equipment, work hours and methods of construction for the upcoming week. This schedule will be required every week during the weekly progress meeting in a daily calendar format. 3. The schedule must show how the roadway and underground utilities work will be coordinated. 18 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 108 PROSECUTION AND PROGRESS C. Content 1. Construction Progress Schedule i. Show the complete work sequence of construction by activity and location. ii. Show changes to traffic control. iii. Show project milestones. 2. Equipment, Materials and Submittals Schedule i. Show delivery status of critical and major items of equipment and materials ii. Include a critical path schedule for Shop Drawings, tests, land closures, and other submittal requirements for equipment and materials. D. City's Responsibility 1. City's review is only for the purpose of checking conformity with the Contract Documents and assisting the Contractor in coordinating the Work with the needs of the Project. 2. It is not to be construed as relieving contractor from any responsibility to determine the means, methods, techniques, sequences and procedures of construction. Modifications to Time of Completion in the Approved Schedule The date of beginning and the time for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on a dated 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 City that the contract time for 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" anticipated "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 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 108 PROSECUTION AND PROGRESS contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed that the work will be carried out Mondays through Fridays (holidays accepted) unless an approved construction schedule or written authorization from the City 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 notes 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 City will use the above written notification in determining the number of working days for which work was delayed during each month. At the end of each month, if the number of working days for which work was delayed due to adverse weather exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time. The number of work days delayed due to adverse weather or the impact thereof will then be converted to Calendar Days based on the contract completion day and date. The conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays, and then the method of conversion of workdays to calendar days would take this into consideration. The contract time period will then be increased by the number of calendar days calculated above and a new contract completion day and date will be set. The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather -dependent activities. While extension 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 City or Engineer. 1. To any preference, priority, or allocation order duly issued by the City. 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 City, acts of another Contractor in the performance of a contract with the City, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as provided above. 3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above. 20 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be permitted on weekends or holidays without written approval from the Project Manager. Work requests beyond normal working hours must be submitted to the Project Manager a minimum of (3) working days prior to the request date. 21 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 202 REMOVAL OF TREES, SHRUBS, AND STUMPS Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.02 shall include the following: This work includes the removal of trees along Lincoln Ave and the trees and shrubs in the median in Lemay as designated on the plan or as directed by the Project Engineer. This work includes the preservation from injury or defacement of all vegetation and objects designated to remain. In conducting tree removal operations, all work shall be performed using methods and equipment in such a manner so as to avoid and prevent damage to other plants (except minor damage to turf), properties, structures or persons. The ANSI Z133.1 for Arboricultural Operations — Safety Requirements is the industry -developed national consensus safety standard. ANSI Z133.1 shall be referenced by the City Forester in interpreting this specification. For trees and shrubs indicated to be removed, the Contractor shall remove entire tree or shrub to permit installation of new construction. Grind down tree stumps and remove roots larger than 3 inches in diameter, obstructions, and debris to a depth of 18 inches below exposed subgrade. Remove entire shrub including roots. Chip removed tree branches less than 15" diameter. Chippings and branches greater than 15" diameter shall be removed from site and delivered to the City Wood Lot near the Drake Water Reclamation Facility in Fort Collins, CO. Contact Del Bernhardt at dbernhardt@fcgov.com or 970-221-6306 three days prior to delivery. Excavate remaining soil within median area, outside of the dripline of trees to be protected, to a depth of 42" to allow for new topsoil as per Section 207. The removed material shall become the property of the Contractor and shall be disposed of outside the project site legally. Work shall be performed by a Fort Collins licensed arborist following City of Fort Collins Tree Management Standards under the direction of the City Forester. Only companies that hold a current City of Fort Collins Arborist License with the Pruning and Removal/Climbing category will be eligible to submit a valid bid. Subsection 202.11 shall include the following: Tree removals will be measured by the number of trees removed and accepted. The removal of the existing stumps will be measured by the number of tree stumps removed and accepted. Potholing will not be paid separately and shall be included in the cost for removal of tree or tree stump. Subsection 202.12 shall include the following: Pay Item Pay Unit Removal of Tree Each Removal of Median Tree Each Removal of Median Shrubs and Topsoil Cubic Yard Pia LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS Removal of Tree Stump Each All clearing and grubbing directed by the Engineer will be paid for as lump sum under the clearing and grubbing item. pal LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 202 REMOVAL OF PIPE Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing pipe within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The removed pipe shall become the property of the Contractor and shall be disposed of outside the project site legally. Subsection 202.11 shall include the following: The removal of the existing pipe will be measured by the linear foot of concrete pipe removed, and accepted. Excavation and backfilling will not be paid separately and shall be included in the cost for removal of pipe. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Removal of pipe Pay Unit Linear Foot Work shall include all material, equipment, labor, and disposal of materials required to complete the work. 24 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 202 REMOVAL OF BOLLARD 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 bollards located around the existing fire hydrant that will be reset. This work also includes removal of any subsurface concrete/foundation related material associated with the bollards. In subsection 202.02 delete the seventh paragraph and replace with the following: The removed bollards shall become the property of the Contractor and shall be disposed of outside the project site legally. Subsection 202.11 shall include the following: The removal of the existing bollards will be measured by each bollard removed. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Removal of bollard Pay Unit Each Work shall include all material, equipment, labor, and disposal of materials required to complete the work. PQ LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS 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. Subsection 202.05 shall include the following: The method of pavement marking removal shall be an alternative that does not involve grinding the existing surface. Options include, but are not limited to, hydro wash / solution recovery and bead blasting. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Pavement Markings Lump Sum Work shall include all material, equipment, and labor required to complete the work. LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 202 REMOVAL OF CONCRETE IRRIGATION STRUCTURES Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes the removal and disposal of existing concrete irrigation structures as shown in the plans or at locations directed by the Engineer. Any other concrete liner, headwall/culvert related items found in the Coy Ditch shall be removed and be included in this work. Subsection 202.02 shall include the following: The existing concrete irrigation structures shall be removed in a manner that minimizes contamination of the removed concrete with underlying material. The removed concrete shall become property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed concrete at the City of Fort Collins crushing facility at: 1380 Hoffman Mill Road Fort Collins, Colorado (970) 482-1249 It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City crushing facility. Subsection 202.11 shall include the following: The removal of the existing concrete irrigation structure will be measured by the number of structures removed and accepted. Subsection 202.12 shall include the following: Pay Item Pay Unit Removal of Concrete Irrigation Structures Lump Sum Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. MA LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 202 REMOVAL OF SIDEWALK Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes the removal and disposal of existing sidewalk as shown in the plans or at locations directed by the Engineer. Subsection 202.02 shall include the following: The existing sidewalk (6 inches thick) shall be removed in a manner that minimizes contamination of the removed sidewalk with underlying material. The removed concrete shall become property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed concrete at the City of Fort Collins crushing facility at: 1380 Hoffman Mill Road Fort Collins, Colorado (970) 482-1249 It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City crushing facility. Subsection 202.11 shall include the following: The removal of the existing sidewalk will be measured by the square yard of sidewalk removed to the required depth, and accepted. Sawcutting will not be paid for separately and shall be included in the cost for removal of concrete sidewalk. Subsection 202.12 shall include the following: Pay Item Pay Unit Removal of Concrete Sidewalk Square Yard Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. 28 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 202 REMOVAL OF CURB AND GUTTER Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing curb within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The removed concrete shall become property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed concrete at the City of Fort Collins crushing facility at: 1380 Hoffman Mill Road Fort Collins, Colorado (970) 482-1249 It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City crushing facility. Subsection 202.11 shall include the following: The removal of the existing curb will be measured by the linear foot of curb removed, and accepted. Sawcutting will not be paid separately and shall be included in the cost for removal of curb. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Curb and Gutter Linear Foot Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. PA LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 202 REMOVAL OF CONCRETE PAVEMENT Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing concrete pavement within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing concrete pavement (10 inches thick) shall be removed in a manner that minimizes contamination of the removed pavement with underlying material. The removed concrete shall become property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed concrete at the City of Fort Collins crushing facility at: 1380 Hoffman Mill Road Fort Collins, Colorado (970) 482-1249 It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City crushing facility. Subsection 202.11 shall include the following: The removal of the existing concrete pavement will be measured by the square yard of pavement removed to the required depth, and accepted. Location of sawcutting shall be as directly by the Engineer. Sawcutting will not be paid separately and shall be included in the cost for removal of concrete pavement. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Concrete Pavement Square Yard 30 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 202 REMOVAL OF ASPHALT MAT Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing asphalt mat within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing asphalt mat shall be removed in a manner that minimizes contamination of the removed asphalt with underlying material. The removed mat shall become the property of the City and be disposed of by any one or more of the following described methods: 1. Place material in bottom of fills as approved by the Engineer. 2. Haul offsite to City of Fort Collins crushing facility at: 1380 Hoffman Mill Road Fort Collins, Colorado (970) 482-1249 It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City crushing facility. Subsection 202.11 shall include the following: The removal of the existing asphalt mat will be measured by the square yard of mat removed to the required depth, and accepted. Location of sawcutting shall be as directed by the Engineer. Sawcutting will not be paid separately and shall be included in the cost for removal of asphalt mat. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Asphalt Mat Square Yard Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. 31 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 202 REMOVAL OF BARRICADE Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.02 shall include the following: This work includes the removal of existing roadway barricade as shown on the plans. The barricade shall be turned over to the City of Fort Collins traffic department. Coordinate with the Project Engineer: Subsection 202.11 shall include the following: The removal of existing barricade will be measured by each barricade removed, and shall include the cost to haul item to: City of Fort Collins Traffic Operations Facility 626 Linden Street Fort Collins, CO 80521 Subsection 202.12 shall include the following: Pay Item Removal of Barricade Pay Unit Each Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. Kea LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 203 PROOF ROLLING Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.13(f) delete and replace with the following: Proof rolling will not be measured but shall be incidental to the work. Subsection 203.14 shall include the following: Proof rolling will not be measured and paid for separately, but shall be included in the work. 33 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 207 TOPSOIL Section 207 of the Standard Specifications is hereby revised for this project as follows: MATERIALS Subsection 207.02 Wetland topsoil is not required. Two (2) "types" of topsoil for this project shall be provided as follows: A. Median Topsoil — Pre -amended soil with 4 cu. yds. compost B. Tree Lawn Topsoil - Pre -amended soil with 3 cu. yds. compost Topsoil - Pre -amended topsoil shall have the following characteristics: A. Imported topsoil or manufactured topsoil from off -site sources. 1. Additional Properties of Imported or Manufactured Topsoil: Screened and free of stones one inch (1") or larger in any dimension; free of roots, plants, sod, clods, clay lumps, pockets of coarse sand, paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials harmful to plant growth; free of obnoxious weeds and invasive plants including quack grass, Johnson grass, poison ivy, nutsedge, nimblewill, Canada thistle, bindweed, bent grass, wild garlic, ground ivy, perennial sorrel, and brome grass; not infested with nematodes, grubs, other pests, pest eggs, or other undesirable organisms and disease -causing plant pathogens; friable and with sufficient structure to give good tilth and aeration. Continuous, air -filled, pore -space content on a volume/volume basis shall be at least fifteen (15) percent when moisture is present at field capacity. Soil shall have a field capacity of at least fifteen (15) percent on a dry weight basis. B. Samples for Verification: 1. Soil Analysis: Submit copies of proposed topsoil test results from Colorado State University Soils Laboratory or other approved, accepted, accredited testing agency. Submit copies of cover letter / results with recommendations for supplemental fertilizer applications prior to planting. Topsoil shall be amended with fertilizers, as required, by crop type, in accordance with laboratory Soil Analysis Report to provide satisfactory amended topsoil for planting. See Section 212. Ten (10) days before notice to proceed, Contractor shall submit a weed mitigation plan to the Engineer for approval. This plan shall include a graphic time line showing milestone and completion dates of herbicide treatment, topsoil stockpiling and topsoil spreading time lines. 34 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 207 TOPSOIL Soil Conditioner (Compost) Topsoil shall be amended with Class 1 Compost meeting the specifications and guidelines established by the Rocky Mountain Organics Council. Incorporate compost at the rate indicated for each topsoil type as specified above. CONSTRUCTION REQUIREMENTS Subsection 207.03 Salvaging existing topsoil is not anticipated. Topsoil Materials and Depths: A. Median Topsoil — Shall be placed at locations over the new subgrade to a minimum depth as described on the drawings. B. Tree Lawn Topsoil - Shall be placed at locations over the new subgrade to a minimum depth of 6". Soil and Finished Grade Preparation C. Sub -grades: Loosen sub -grade to a minimum depth of: 1. Tree Lawn Topsoil - Twelve -inches (12") overall (6" of existing subgrade and 6" of new, pre - amended topsoil). Remove stones and clods larger than one -inch (1") in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has re -compacted subsoil. Engineer shall be notified if this cannot occur due to existing conditions. D. Finish / Fine Grading: Grade disturbed planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus one-half (1/2) inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that can be planted in the immediate future. 1. Reduce elevation of planting soil to allow for soil thickness of sod 2. In seeded areas, reduce elevation of finished surface to %2" below the adjacent pavement / curb elevation. E. Moisten prepared tree lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Before planting, restore areas if eroded or otherwise disturbed after finish grading. KV LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 207 TOPSOIL METHOD OF MEASUREMENT Subsection 207.04 - Revise to include the following: Delete these six (6) paragraphs of the specification. Topsoil will be paid by collecting load tickets of pre -amended topsoil delivered to the site for each of the pay items listed below. BASIS OF PAYMENT Subsection 207.05: The accepted quantities measured as provided above will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item: Pay Unit Median Topsoil Cubic Yard Tree Lawn Topsoil Cubic Yard Lincoln Ave Parkway Topsoil Cubic Yard Payment for topsoil shall include soil loosening and all soil amendments required to produce satisfactory soil for planting. trol LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised for this project as follows: Section 208.01 of the Standard Specifications is hereby revised for this project to include the following: Any loss of time or materials related to erosion shall be the sole responsibility of the Contractor. Any damage to surrounding properties or facilities (either on site or off site) related to erosion caused by construction of this project, will be the sole responsibility of the Contractor. Subsection 208.05 shall include the following: Erosion Log (Wattles) shall be installed in accordance with detail in the plan set. Storm drain inlet protection shall be installed in accordance with the details in the plan set labeled IP-1. It shall be the responsibility of the contractor to ensure that all roadways near the project are kept clean of construction debris. The Contractor will acquire and at all times be in compliance with the Colorado Stormwater Discharge Permit (CDPS) and the Stormwater Management Permit (SWMP) associated with construction activity. Section 208.07 shall be deleted and replaced with the following: All erosion control measures identified in the Contract and as directed by the Project Manager will be paid for by Lump Sum. The unit cost price bid will be full compensation for all work required to complete the item. The Erosion Control Supervisor hours will be included in the Lump Sum price. All items related to the CDPS and SWMP (preparation, implementation, etc.) will be included in the Lump Sum price. Excavation required for removal of accumulated sediment from traps, basins, areas adjacent to silt fences and erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, will be considered incidental to the work. Street sweeping will not be measured but shall be incidental to the work. Subsection 208.08 shall include the following: Pay Item Erosion Control Pay Unit Lump Sum Street sweeping will not be measured and paid for separately, but shall be included in the work as directed by the Project Engineer. The travel time for the Erosion Control Supervisor shall be considered incidental to the work. UFA LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 209 WATERING AND DUST PALLIATIVES Section 209 of the Standard Specifications is hereby revised for this project as follows: Subsection 209.07, replace this subsection in its entirety with "Dust Palliatives (water) will not be paid for separately but shall be included in the work." In subsection 209.08, delete the second paragraph. 38 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 210 RESET RIPRAP Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.02 shall include the following: Reset Riprap consists of removing the existing riprap at the existing culvert under the clubhouse driveway, stockpiling in approved location on site, and relaying within the areas designated on the plans or at locations directed by the Engineer. Subsection 210.12 shall include the following: Relay Riprap will be measured by the actual cubic yards and shall include all work and materials necessary to remove items from their existing location, stockpile, and relay at the new location and according to plan. Subsection 210.13 shall include the following: Pay Item Reset Riprap Pay Unit Cubic Yards Work shall include all material, equipment, labor, and dewatering to complete the work, including excavating and backfilling. Q LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 210 RESET FIRE HYDRANT Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.02 shall include the following: Reset fire hydrant consists of removing the existing fire hydrant assembly and installing a new fire hydrant assembly at the location shown on the plans according to the requirements of the current Fort Collins Standard Construction Specifications. The Contractor shall cooperate and coordinate with the Fort Collins Utilities when shutting off water to minimize downtime to customers. Subsection 210.13 shall include the following: Pay Item Reset Fire Hydrant Pay Unit Each Work shall include all material, equipment, labor, and dewatering to complete the work, including excavating and backfilling. 40 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 211 DEWATERING Section 211 is hereby added to the Standard Specifications for this project as follows: DESCRIPTION 211.01 This work consists of dewatering to facilitate construction activities. CONSTRUCTION REQUIREMENTS 211.02 The Contractor is advised that groundwater within the project limits may require dewatering. The Contractor is advised to limit pumping of groundwater in all project excavations, by careful scheduling, expediting the work and use of conscientious construction methods. The Contractor shall conform to all applicable State and City of Fort Collins requirements. Permitting, removal, sample collection, analytical testing, containerization, transportation, and disposal or treatment of all contaminated groundwater will be in accordance with Section 107.25 Water Quality Control and as described in Section 250 Environmental, Health and Safety Management. The Contractor shall: (1) Minimize the disturbance of contaminated groundwater by avoidance. (2) Limit intrusion of groundwater into excavations. The Contractor shall obtain the appropriate Colorado Discharge Permit System (COPS) general permit for management of groundwater from CDPHE Water Quality Control Division, as determined necessary. A_ completed application must be submitted to CDPHE at least four weeks prior to dewatering operations. The Contractor shall measure the rate of groundwater discharge during the dewatering using an inline flow device capable of measuring slow rates with an accuracy of plus or minus five (5) gallons per minute . The Contractor shall record the rate of discharge daily and shall submit a discharge report to the Engineer weekly or as approved by the Engineer. The Contractor shall submit a Dewatering Plan to the Engineer at least four (4) weeks prior to the proposed start of dewatering operations. This Plan shall detail the Contractor's method of dewatering for all major excavations including caisson construction. The Dewatering Plan shall be stamped "Approved for Construction" and signed by the Contractor. The Dewatering Plan will not be approved by the Engineer. The Engineer will review the Dewatering Plan and issue a written acceptance letter or request for changes within two (2) weeks of receiving the Plan. If changes are requested the Contractor shall update the Plan and resubmit it to the Engineer within one (I) week after receiving the request for changes. The Engineer's written acceptance of the Dewatering Plan is required before construction. 41 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 211 DEWATERING The Dewatering Plan shall provide complete details of the Contractor's method for construction dewatering including: (1) Copies of all permits required for dewatering, treatment of and (or) disposing of water. (2) If applicable, copies of agreements for disposing of water in storm sewers, sanitary sewers etc. (3) Method and details for minimizing dewatering in excavations and during caisson construction. (4) Method of measuring ground water discharge. (5) Equipment descriptions including size, number, type, capacity, and location of equipment during dewatering operations. (6) Methods of testing groundwater to determine appropriate disposal. (7) Detailed methods for disposal of water. (8) If applicable, name of facility where contaminated water is to be delivered to. BASIS OF PAYMENT 211.03 Payment for all work for Dewatering including preparation of the Dewatering Plan and all work for Section 250 will not be measured and paid for separately but shall be included in the work. Permitting, removal, sample collection, analytical testing, containerization, transportation, and disposal or treatment of all contaminated groundwater will not be paid for separately but shall be included in the work. Payment will be made under: Pay Item Pay Unit Dewatering Lump Sum LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 212 SEEDING, FERTILIZING, SOIL CONDITIONER AND SODDING Section 212 of the Standard Specifications is hereby revised for this project as follows: MATERIALS Subsection 212.02 Seed, Soil Conditioners, Fertilizers and Sod. Replace "Species shall be as shown on the plans" (c) — Sod, with the following: Turfgrass Sod: Certified Approved Number 1 Quality/Premium, including limitations on thatch, weeds, diseases, nematodes, and insects, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. Turfgrass Species: Sod of grass species as follows, with not less than 85 percent germination, not less than 95 percent pure seed, and not more than 0.5 percent weed seed: Type: Proportioned by weight as follows: 10 percent Kentucky bluegrass (Poa pratensis), a minimum of three drought resistant cultivars. 90 percent improved dwarf type tall fescue (Festuca arundinacea), containing equal amounts of a minimum of three and a maximum of five of the following varieties: Monarch, El Dorado, Rebel Jr, Crew Cut, SR8200. Add the following seed type (a) Seed as follows: "Seed Mix A" 20% Bouteloua curtipendula — Sideoats grama 20% Bouteloua dactyloides - Buffalograss 20% Bouteloua gracilis — Blue grama 20% Sporobolus cryptandrus — Sand Dropseed 20% Koeleria macrantha - Prairie Junegrass Seed at the rate of 5 lbs. / 1,000 sq.ft. CONSTRUCTION REQUIREMENTS Subsection 212.04 Lawn Grass Seeding. Bluegrass seeding is not a part of the project. Delete this section from the specifications. 43 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 212 SEEDING, FERTILIZING, SOIL CONDITIONER AND SODDING Subsection 212.05 Sodding, (c) Fertilizing and Soil Conditioning. Soil Conditioning - Soil conditioners (compost) was added to the pre -amended topsoil as described in Section 207. Additional / supplemental compost is not required as part of this Section. Fertilizing - Contractor to use the following placeholder types and quantities for the establishment of bid pricing only. Nitrogen (N) 35 lbs. / acre Phosphorous (P) 40 lbs. / acre Potassium (K) 300 lbs. / acre Calcium (Ca) 2,000 lbs. / acre Magnesium (Mg) 600 lbs. / acre Once the project has been awarded, the landscape contractor shall collect soils samples and forward to an independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. Pre -Amended Topsoil Analysis: Laboratory shall furnish soil analysis by a qualified soil -testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant -nutrient content of pre -amended topsoil. Laboratory shall provide a report / recommendation of the suitability of the topsoil for tree lawn (sod) growth. State -recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory topsoil. Landscape Contractor shall compare bid placeholder quantities and pricing with the laboratory recommendations and associated pricing. Forward this information to the Engineer for evaluation and bid pricing will be adjusted as necessary / needed. Examination. Verify rough grading is within one -tenth of a foot. Verify site is free from obstructions, objects, or structures that are not a part of the final site construction. Verify major drainages are completed and in place. Do not start work until the site is acceptable. Once landscape grading has commenced, the Landscape Contractor shall be responsible for bringing all grading to final line and grade and creating positive drainage. Clearing. Prior to any soil preparation, existing vegetation not to remain and which might interfere with the specified soil preparation shall be mowed, grubbed, raked, and the debris removed from the site. Prior to or during grading or tillage operations the ground surface shall be cleared of materials which might hinder final operations. Soil Preparation and Finish Grading. Protection - Field locate all buried cables, wires, electrical service, irrigation lines and any other subsurface element that may be damaged during ripping operations. Stake and/or paint locations with an easily visible system that will enable equipment operators to avoid damaging buried utilities. 44 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 212 SEEDING, FERTILIZING, SOIL CONDITIONER AND SODDING Roundup (glyphosate) Application. Apply to areas to be seeded a minimum of two (2) weeks after topsoil has been distributed. Apply Roundup only when weeds are growing vigorously. Apply at manufacturers maximum recommended rate. Subsection 212.06 Native Seeding. Delete (b) Fertilizing and Soil Conditioning from the specification. Fertilizer and composting of native seed areas is not required. Hydromulching will be required. See Section 213. METHOD OF MEASUREMENT Subsection 212.07 Delete paragraph 3. from the specifications. Soil conditioning is not required here, as it has been included in Section 207 — Topsoil, and pre -blended as part of the imported topsoil work. BASIS OF PAYMENT Subsection 212.08 Delete "Lawn Seeding" from the payment schedule. Delete "Soil Conditioning" from the payment schedule. Herbicide (Round Up application) will not be measured and paid for separately but shall be included in the work. Cr.7 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 213 MULCHING Section 213 of the Standard Specifications is hereby revised for this project as follows: DESCRIPTION Subsection 213.01 Add to the description as follows: work also consists of furnishing and installing aggregate inorganic mulch to include — Washed Pea -Gravel; 1.5" dia. Tan River Rock; 3" to 6" dia. Tan River Rock; 8" to 12" dia. River Cobble; Landscape Weed Barrier Fabric; Landscape Boulders in the following sizes: Type `A' — 24"x24"x36" Type `B' — 30"x24"x36" Type `C' - 42"x24"x36" MATERIALS Subsection 213.02 Wood (Organic) Mulch. Delete the "wood chip mulch" specified and replace with the following: Wood (Organic) Mulch: Ground or shredded, 3" depth (minimum) — no weed barrier required. Organic Mulch will be supplied by the City of Fort Collins Forestry Division, located at Parks Maintenance Shop, 413 S. Bryan Avenue (near the City Park Golf Course), Fort Collins, 80521 or an alternate location within the Fort Collins city limits as determined by the Owner. Contact the City Forester (Tim Buchanan) at 970.221.6361, to schedule material pickup. City will load the material into the Contractors vehicle (free of charge) for transport to the site. Contractor's pricing to include Contractor pickup at the above address or alternate location, hauling material to the site and installation only. Steel Landscape Edging. Delete the "Steel Edging" specified and replace with the following: Steel Landscape Edging. Contractor to provide commercial -steel header, rolled edge, fabricated in sections of standard lengths, with loops stamped from or welded to face of sections to receive stakes as follows: Manufacturers: Ryerson Steel or approved substitute. Edger Size: 3/16" thick by 4 inches deep. Stakes: Tapered steel, a minimum of twelve inches (12"). Accessories: Standard tapered ends, corners, and splicers. LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 213 MULCHING Finish: Standard paint — Green. Add to this sub -section as follows: Landscape Weed Barrier Fabric. Materials for weed barrier shall be a non -woven geotextile material suitable for this purpose such as Mirafi 140, Typar 3341, or Polyspun 300 or approved equivalent. Submit brand name and model number/name of proposed weed barrier to be used a minimum of one week prior to installation. Inorganic Mulch — 1.5" to 4" dia. Tan River Rock. 3" deep, hard, durable stone, washed free of loam, sand, clay, and other foreign substances. Inorganic Mulch — 3" to 6" dia. Tan River Rock. Hard, durable stone, washed free of loam, sand, clay, and other foreign substances. Inorganic Mulch — 8" to 12" dia. River Cobble. Hard, durable stone, washed free of loam, sand, clay, and other foreign substances. Landscape Boulders. Stone Type: Colorado Buff Sandstone Approved Suppliers: A. Arkins Park Stone Quarries, 970.663.1920 B. Tribble Stone, 303.444.1840 C. Or approved equivalent. Provide boulder sizes shall be as indicated on the plans. Quantities and locations as identified on the plans. CONSTRUCTION REQUIREMENTS Subsection 213.03 Revise (e) Steel Landscape Edging to read as follows: Install by laying out beds scaled from the plans. Stake, flag, or paint proposed beds prior to installation of edging and obtain review of Engineer of layout prior to installation. Install header plumb with grade and stake at minimum ten (10) foot intervals. Establish top of header one inch (1 ") above finish grade in turf areas. Install using straight lines or long smooth curves. Provide v-shaped drainage openings two inches (2") wide and one inch (1") depth at low points in the bed, at outlet point for drainage appurtenances such as downspouts including overflow drains and at ten (10) foot intervals maximum. Do not install steel landscape edger around mulch rings in lawn areas. [AN LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 213 MULCHING Add (g) Landscape Weed Barrier Fabric as follows: Prior to placing mulch and planting in mulch beds, apply Roundup herbicide to weeds and allow beds to sit for seven (7) days. Place wood mulch in shrub beds and tree planting rings in turf areas. Place mulch to a four -inches (4") depth. Gently brush mulch off of shrubs once installed. Take care in placement not to damage newly planted materials. Install landscape weed barrier fabric before inorganic mulching according to Manufacturer's written instructions. Completely cover area to be rock mulched (or as described on the Drawings) overlapping edges a minimum of six -inches (6"). Seams shall be pinned at min. 12" intervals, all along edge. Add (h) In -organic Mulch —1.5" dia. Tan River Rock as follows: Apply 3-inch compacted average thickness of rock mulch, and finish level with adjacent finish grades. Landscape fabric is required in all 1.5" river rock mulch areas. Add (i) In -organic Mulch — 3" to 6" dia. Tan River Rock as follows: Apply 3-inch to 6-inch (single layer, completely covering the weed barrier fabric) compacted average thickness of 3-inch to 6-inch mulch, and finish level with adjacent finish grades. Landscape fabric is required in all 3-inch to 6-inch river rock mulch areas. Add 0) In -organic Mulch — 8" to 12" dia. River Cobble as follows: Apply a single layer of mechanically placed, followed by hand placed/distributed. Landscape fabric is required beneath all 8-inch to 12-inch river cobble. Add (k) Landscape Boulders as follows: A. Placement of Landscape Boulders: 1. Place boulders with most attractive face facing roadway, unless otherwise noted or directed by the Engineer. 2. Tolerance: Top of Boulder elevations shall be within 0.1 of the designed elevation. 3. Bury approximately 1/3 the height of the boulder, unless otherwise noted. 4. Locations and quantity shall be as indicated in the Drawings. Final placement of boulders shall be reviewed and approved on site by the Engineer prior to placing paving, surfacing and landscaping in abutting areas as required. 48 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 213 MULCHING METHOD OF MEASUREMENT Subsection 213.04 The quantity of Landscape Weed Barrier Fabric will be measured by the square yard of surface area covered, complete in place. The quantity of 1.5" dia. Tan River Rock will be measured by the actual tonnage of material placed. The quantity of 3" to 6" dia. Tan River Rock will be measured by the actual tonnage of material placed. The quantity of 8" to 12" dia. River Cobble will be measured by the actual tonnage of material placed. Landscape Boulders will be measured by the actual quantities, in the specific sizes identified on the plans. BASIS OF PAYMENT Subsection 213.05. Add the following line items to the Pay Schedule as follows: Payment will be made under: Pay Item: Pay Unit Wood Mulch Square Foot Landscape Weed Barrier Fabric Square Yard 1.5" dia. Tan River Rock Square Foot 3" to 6" dia. Tan River Rock Square Foot 8" to 12" dia. River Cobble Square Foot Landscape Boulders — Type `A' Each Landscape Boulders — Type `B' Each Landscape Boulders — Type `C' Each EA% LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 214 PLANTING Section 214 of the Standard Specifications is hereby revised for this project as follows: DESCRIPTION Subsection 214.01 shall include the following: This work also consists of a Landscape Maintenance period. See Section 213 for wood mulch and weed barrier fabric. MATERIALS Subsection 214.02 shall include the following: Plant List. A plant list is provided on the plans. Quantities shown on the list are for information only. Contractor shall be responsible for verifying quantity takeoffs as shown on the drawings. In the event of a discrepancy between quantities shown on the plant list and quantities depicted on the plans, the quantities depicted on the plans shall govern. Guying and Staking. Material includes 14AWG wire with 1/2"xl2" PVC sleeves and stake protection cap per each stake. CONSTRUCTION REQUIRMENTS Subsection 214.04 Landscape Establishment. The duration of the Landscape Establishment period shall be twenty-four (24) months and will commence upon receipt of Notice of Substantial Completion from the Engineer. If Notice of Substantial Landscape Completion is issued during the spring planting season, the Landscape Establishment period begins immediately and lasts for a period of twenty-four (24) months. If the Notice of Substantial Landscape Completion is issued at any other time, the Landscape Establishment period begins at the start of the next spring planting season (April I') and lasts for a period of twenty-four (24) months. After all planting on the project is complete, a plant inspection shall be held including the Contractor, Engineer, Owner and the Landscape Architect to determine acceptability of plant material. During inspection, an inventory of rejected, dead or dying material will be made, and corrective and necessary cleanup /replacement measures will be determined. From the time of installation, during construction, and throughout the Landscape Establishment Period, the Contractor shall maintain plant material, sodded and seeded areas in a healthy and vigorous growing condition, and ensure the successful establishment of vegetation. During the Landscape Establishment Period, the Contractor shall water, cultivate, and prune the plants, and repair, replace or re -adjust guy material, stakes and posts. The Contractor will provide weekly mowings, grass trimming, a 50 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 214 PLANTING minimum of three (3) fertilizations per year (six (6) total over the duration of the 24 month Landscape Establishment Period), and remove grass clippings from the projects hard surfaces. The Contractor shall also remove weeds from planting beds and tree area saucers on a monthly basis during the growing season, maintain specified depths of mulching material annually and fertilize trees via a root feeder during the spring of each growing season (two (2) times). It is anticipated that this project will be constructed in a single phase. The Contractor will be required to maintain the "completed" landscape areas fully, until the remaining landscape areas are deemed complete by the Engineer, when the projects Notice of Substantial Completion" letter is issued. Dead, dying or rejected material shall be removed each month during the Landscape Establishment Period as directed by the Engineer or City Forester. Plant replacement shall be performed during the spring planting seasons at the beginning and end of the Landscape Establishment Period. Plant replacement stock shall be planted in accordance with the original contract specifications and is subject to all requirements specified for the original material. Plant replacement shall be at the Contractor's expense. Subsection 214.04 Delete paragraphs 5. and 6., and replace with the following: The trees planted by the Contractor shall be watered twice per month at the rate of twenty (20) gallons per tree per watering for the months May through October during the twenty-four (24) month Landscape Establishment Period, or as needed, and the trees shall also be watered once per month at the rate of twenty (20) gallons per tree for the months November through April during the twenty-four (24) month Landscape Establishment Period, or as needed. The shrubs planted by the Contractor shall be watered twice per month at the rate of five (5) gallons per shrub per watering event for the months May through October during the twenty-four (24) month Landscape Establishment Period, or as needed, and the shrubs shall also be watered once per month at the rate of five (5) gallons per shrub for the months November through April during the twenty-four (24) month Landscape Establishment Period, or as needed. Prior to the beginning of the Landscape Establishment Period, a watering schedule listing the calendar days chosen to complete the required watering shall be submitted to facilitate inspections by the City/Engineer. METHOD OF MEASUREMENT Subsection 214.05 shall include the following: Soil material for tree, shrub, ornamental grass and perennial backfll mix, guy, webbing, tree stakes, protective caps and PVC pipe sleeve and wrap for trees, will not be measured and paid for separately but shall be included in the work. 51 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 214 PLANTING BASIS OF PAYMENT Subsection 214.06 Delete the fifth paragraph and replace with the following: The initial watering during the planting of trees and shrubs will not be paid for separately, but shall be included in the price of the work. Watering of trees and shrubs after receipt of the Notice of Substantial Landscape Completion will not be measured and paid for separately but shall be included in the work. Water used for the Landscape Establishment Period will not be measured and paid or separately but shall be included in the work. Subsection 214.06 Delete the seventh paragraph including item (1) and (2), and the last paragraph of the subsection. Payment will be made under: Pay Item Pay Unit Landscape Maintenance (24 months) Lump Sum 6% LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 306 RECONDITIONING Section 306 of the Standard Specifications is hereby revised for this project as follows: Subsection 306.02 delete the first sentence and replace with: The top 8 inches of the existing subgrade shall be reconditioned by blading and rolling. 53 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 601 STRUCTURAL CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.02 shall include: Class P concrete shall have a 48 hour 3000 psi strength with the following mix design: Design Strength: 4000 psi Mix Proportions: Materials Type or Size ASTM Standard Design Weight per Cubic Yard Total Cementitious 630 lb min. Cement C-150 85% min. SCM C-618 15% max. Coarse Aggregate C-33 50-55% Int. Aggregate C-33 5-9% Fine Aggregate C-33 37-39% AEA C-260 2-5 oz WRA C-494 oz/cwt MRWR C-494 4-8 oz/cwt HRWR C-494 oz/cwt Water C-94 283 lb 34.0 gal Hydration Stabilizer C-494 0-3 oz/cwt The above weights are based upon aggregates in a saturated, surface dry (SSD) condition. Batch plant corrections must be made for moisture in aggregates. Mix proportions may be adjusted in accordance with 301-05, section 4.2.3.5 Physical Properties of Mixture: Slump Air Content Unit Weight Yield Water/Cement Ratio 3-5 in 5-8 % 144.2 pcf 27.23 cu. ft. 0.45 54 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS Section 608 of the Standard Specifications is hereby revised for this project as follows: Section 608.01 shall include the following: This work consists of the construction of the paving for concrete sidewalks, and concrete curb ramps. In subsection 608.02 delete the second paragraph and replace with the following: Concrete for sidewalks, bikeways and shall be Class B, and meet the requirements in Section 601. Subsection 608.03 shall include the following: Finished products that do not match the approved test slab shall be removed and replaced by the Contractor at no cost to the Owner. Record date, location, and quantity of pour, as well as air temperature at time of pour. Subsection 608.03(b) shall include the following: For Surfaces Exposed to View: Form faces must be free from raised grain, tears, worn edges, patches, dents, or other defects which would impair texture of the concrete surfaces. Minimize number of seams in form material, and arrange seams in an orderly fashion. To minimize potential cracking, no section of concrete shall have any angle less than 90 degrees. After stripping of the forms, if any concrete is found to be not formed as shown on the drawings, is out of alignment of level, or shows a defective surface, it will be considered as not conforming with the intent of these standards and specifications, and shall be removed and replaced at the Contractor's expense, unless the Engineer gives permission to patch the defective area. Delete subsection 608.03(d) and replace with the following: Sidewalk: Concrete sidewalks trails shall be medium broom finished with joints located per drawings. All outside edges of the slab and all joints shall be edged with a 1/4-inch radius edging tool. Thoroughly wash the surface with water prior to acceptance. Surface Planeness for Concrete Paving. Unless otherwise specified, produce slabs with the following tolerance. Finishes shall be true planes within 1/4-inch in 10 feet, as determined by a 10 foot straight edge placed anywhere on the slab in any direction. 6SI LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS Subsection 608.03(e) shall include the following: A. Expansion joints/construction joints/ for concrete paving: 1. Expansion joints to be spaced no greater than every 200 feet. 2. Extend joint filler the full depth of the slab. Hold back filler 1/2-inch from top of slab. Joint sealant or caulk shall match color of concrete; caulking shall not extend above level of pavement. B. Score Joints. 1. Construct sawcut and tooled score joints as detailed on the plans. 2. Score joints shall be 1/4 of paving depth. 3. Tooled joints to have a 1/4-inch radius and shall not incorporate a trowelled edge except where indicated on the drawings. Score joints into plastic concrete during finishing operations. Subsection 608.06 shall include the following: Pay Item Concrete Sidewalk Pay Unit Square Yard The price all pay items shall be full compensation for furnishing and placing all materials including test slabs, and demolition of test slabs, excavation, subgrade preparation, concrete, forms, joint materials, reinforcement, tooling and finishing. 01 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 608 CONCRETE CURB RAMP Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall include the following: This work includes the installation of detectable warnings on concrete curb ramps at the locations shown on the plans and in accordance with the plans. Subsection 608.02 shall include the following: Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the plans. Domes shall be prefabricated by the manufacturer as a pattern on concrete or masonry pavers. 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 1-2 weeks prior to start of work. Known vendors of alternate products include but are not limited to the following: I. Vendor Name II. Product III. Phone Numbers Neenah Foundry Truncated Dome Plates 800-558-5075 East Jordan Iron Works, Inc. Truncated Dome Plate_ 800-626-4653 The domes and the underlying surface shall have a minimum of 70% contrast with the light reflectivity of the adjoining surface. The contrast shall be verified using the following equation: Contrast = Bi - B2 x 100 Bi Where B1 = Light Reflectance Value (LRV) of the lighter area B2 = LRV of the darker area Absolute black and white will not be permitted. 6YII LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 608 CONCRETE CURB RAMP Subsection 608.05 shall include the following: Detectable warnings on curb ramps, ramp wings, curbing associated with the ramp, alternate materials, and all other work and materials necessary for fabrication, transport, and installation will not be measured and paid for separately, but shall be included in the work. Subsection 608.06 shall include the following: Pay Item Pay Unit Concrete Curb Ramp w/ Truncated Dome (8-inch) Square Yard The price of all pay items shall be full compensation for all excavation, concrete, forms, joint materials, truncated domes, tooling and finishing. 58 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 609 CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised for this project as follows: Subsection 609.02 shall be deleted in its entirety and replaced with the following: 609.02 Materials shall meet the requirements specified in the following subsections: Joint Fillers 705.01 Bed Course Material 703.07 All concrete used for Curb and Gutter shall be Class B and meet the requirements in Section 601. All concrete mix designs utilized shall be submitted to the City representative and approved a minimum of one week prior to the beginning of construction. Concrete mixes will be subject to inspection and tests as required to assure compliance with quality requirements. Subsection 609.06 shall include the following: Pay Item Pay Unit Curb and Gutter Type 2 (Section I-B) Linear Foot Curb and Gutter Type 2 (Section II-B) Linear Foot The price of all pay items shall be full compensation for all excavation, concrete, forms, joint materials, reinforcement, tooling and finishing. 611 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF SECTION 610 MEDIAN COVER MATERIAL Section 610 of the Standard Specifications is hereby revised for this project as follows: In subsection 610.02 delete the second paragraph and replace with the following: All concrete used for median cover material shall be Class B and meet the requirements in Section 601. Coloring agent shall be Davis Color San Diego Buff. All concrete mix designs utilized shall be submitted to the City representative and approved a minimum of one week prior to the beginning of construction. In subsection 610.03 delete the third paragraph and replace with the following: (b) Concrete. Construction requirements shall conform to the requirements of subsection 608.03. The surface finish shall be exposed aggregate as indicated on the plans. Subsection 610.05 shall include the following: Pay Item Pay Unit Exposed Aggregate Median Splash Guard (4 Inch) Square Foot Exposed Aggregate Median Cover (4 Inch) Square Foot The price for all pay items shall be full compensation for furnishing and placing all materials including test slabs, and demolition of test slabs, excavation, concrete, forms, joint materials, reinforcement, tooling, finishing and removing polyethylene. 60 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISIONS OF SECTION 623 IRRIGATION SYSTEM Section 623 of the Standard Specifications is hereby revised for this project as follows: Subsection 623.04 shall include the following: Contractor shall install a Rain Bird ESP-LXME Control system as specified in the irrigation plans & details per City of Fort Collins standards. Coordinate with City of Fort Collins as required. Attach wire markers to the ends of control wires inside the controller unit housing. Label wires with the identification number (see drawings) of the remote control valve to which the control wire is connected. In subsection 623.07(a) delete the first paragraph and replace with the following: (a) Pop-up spray Sprinklers. The pop-up spray sprinkler body, stem, screen, and nozzle shall be constructed of heavy duty plastic. Subsection 623.10 shall include the following: Plastic and Copper water lines listed below shall be paid for under section 619. Subsection 623.10 (a) shall include the following: Identify all pipe with the following indelible markings: (a) Manufacturer's Name. (b) Nominal pipe size. (c) Schedule of class. (d) Pressure rating (e) NSF (National Sanitation Foundation) seal of approval. (f) Date of extrusion. Delete subsection 623.10 (b) and replace with the following: (b) Lateral Line Pipe. Lateral line pipe shall be Class 200 PVC manufactured from virgin polyvinyl chloride (PVC) compound in accordance with ASTM standards D2241 and D1784, cell classification 12454-B, Type I, Grade I. Fittings shall be standards weight Schedule 40 injection molded PVC conforming to ASTM D1784 and D2466, cell classification 12454-B. Delete Subsections 623.10 (d), and 623.10 (e). 61 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISIONS OF SECTION 623 IRRIGATION SYSTEM Subsection 623.10 shall include the following: (g) Joint Cement and Primer —Weldon P-70 Primer and Weldon 711 Gray Glue or Weldon 725 Wet and Dry Glue will be allowed. (h) Irrigation Roadway and sidewalk sleeves. Lateral line pipe shall be Class 200 PVC manufactured from virgin polyvinyl chloride (PVC) compound in accordance with ASTM standards D2241 and D1784, cell classification 12454-13, Type I, Grade I. Delete Subsections 623.1 (c), 623.11 (d), and 623.11 (e). Delete Subsection 623.11 (f) and replace with the following: (f) Mainline Isolation Valves. Gate valves for 3/4-inch through 2-1/2-inch Pipe — Brass construction; solid wedge, IPS threads, and non -rising stem with square operating nut. Delete Subsection 623.13. Subsection 623.23 First Sentence shall read as follows: "After installation of.. for leaks after a minimum 120 PSI static pressure ... for four hours in a hydro static test." Subsection 623.23 shall include the following: The contractor shall conduct pressure tests in the presence of the Engineer or Engineer's representative. The Contractor shall give 72 hour notice prior to testing. The test is acceptable if no loss of pressure is evident during the test period. The Contractor shall retest system until test pressure can be maintained for the duration of the test. Subsection 623.26 shall include the following: The Contractor shall provide a valve sequencing chart for each automatic controller installed. Charts shall not be prepared until as-builts plans have been approved by the Engineer. Charts shall be installed on the automatic controller door with photo reduction prints of the as-builts plans. Reduction prints shall be kept to the largest size possible to retain full legibility. A readable print of the as -built plans shall be provided showing the area covered by the automatic controller. The area of coverage of each control valve shall be identified using a distinctly different pastel color, drain over the entire area of coverage. In Subsection 623.30, second paragraph, delete item (4) and replace with the following: (4) Two of each Type of Valve box 1►A LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISIONS OF SECTION 623 IRRIGATION SYSTEM Subsection 623.30 shall include the following: One set of special tools required for removal, disassembling and adjusting each type of sprinkler head and valve installed. Two keys for each automatic controller enclosure. In Subsection 623.32, delete the second and third paragraphs. Under Subsection 623.33, add the following items: Pay Item Flow Sensor Automatic Controllers Pay Unit Each Each Line item costs include all materials and labor required to complete the work. 19I LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF 627 PAVEMENT MARKING Section 627 of the Standard Specifications is hereby revised for this project as follows: Subsection 627.01 shall include the following: The City of Fort Collins will furnish and install all permanent pavement markings and signing for the project. The Contractor is required to coordinate with the City for the completion of the work. 64 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS REVISION OF 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630.01 shall include the following: The Contractor will provide construction zone traffic control for the project. The Contractor is required to coordinate with the City for the approval of a traffic control plan. The Contractor is also required to coordinate with CDOT for at the Mulberry and Lemay intersection. Subsection 630.16 shall include the following: Pay Item Pay Unit Construction Zone Traffic Control Lump Sum The price for the pay item shall be full compensation for furnishing and placing all traffic control devices as well as any flagging operations. Preparation of a traffic control plan as detailed in the following section shall be included in the work. S1 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS 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 5-630-1, Traffic Controls for Highway Construction, Case 11 and 18, and Standard Plan 5-630-2. • Signing and Striping Plans Special Traffic Control Plan requirements for this project are as follows: A. The Contractor is responsible to provide all construction traffic control for the project. The Contractor shall submit a construction phasing and construction traffic control plan to the Engineer and the City Traffic Department for review and approval. Submittals for major project phases shall be made at least three weeks before implementation of any element of the plan. B. The City reserves the right to restrict construction activities at the intersections of Lemay and Lincoln and Lemay and Mulberry during the hours of 7:00 AM to 8:30 AM or from 3:30 PM to 5:30 PM. C. Road closure request shall be included in the construction phasing and traffic control plan submitted to the City. D. The Contractor shall maintain pedestrian and bicycle movements through the project site and the surrounding trails. The Traffic Control plan shall address the method of handling these movements. E. The Contractor shall, at all times, provide for emergency vehicle access into and through the construction site. F. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. G. Keep fire hydrants and water control valves free from obstruction and available for use at all times. H. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. T41 LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS TRAFFIC CONTROL PLAN — GENERAL I. Provide and maintain continual temporary access for businesses and residences. J. Roadway Usage Between Operations — At all times when work is not actually in progress, Contractor shall make passable and shall open to traffic such portion s of the project and temporary roadways or portions thereof as may be agreed upon between Contractor and Owner and all authorities having jurisdiction over any properties involved. K. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless directed. L. The Contractor shall coordinate Traffic Control activities with the City of Fort Collins Traffic Engineering and Electric Departments to assure that work activities by those departments are coordinated with the Contractor's activities. At the least 48 hours' notice is required. M. The Contractor shall maintain 12' lanes throughout the project. N. The Contractor shall provide a flagger for equipment, trucks, or other pertinent construction equipment entering or leaving the construction area into traffic at all times. M LINCOLN AND LEMAY IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS UTILITIES The following Utilities are known to be within the proiect limits: Utility/Agency Contact Person Phone Number COFC Water & Wastewater Roger Buffington (970) 221-6854 COFC Stormwater Wes Lamarque (970) 416-2418 COFC Light and Power Doug Martine (970) 224-6152 COFC Fiber Optic Clint Reetz (970) 221-6326 COFC Traffic Fiber Optic Britney Sorensen (970) 416-2268 COFC Forester Tim Buchanan (970) 221-6361 Century Link Bob Rulli (970) 377-6403 Comcast Cable Don Kapperman (970) 567-0245 Xcel Energy (gas) Stephanie Rich (970) 225-7828 Platte River Power Authority (PRPA) Mark Curtis (970) 420-2999 ELCO Water Jack Warner (970) 493-2044 The work described in these plans and specifications will require full coordination between the Contractor and the Utility Companies, in accordance with Subsection 105.06 and while performing their respective operations, so the utility work can be completed with minimum delays to all parties concerned. In accordance with the plans and specifications, and as directed by the Engineer, the Contractor shall keep the utility company(s) advised of any work being done to their facility, so that the utility company(s) can coordinate their inspections for final acceptance of the work with the Engineer. The Contractor shall be responsible for protecting, supporting, and if necessary, shoring existing utilities while constructing the trail, pedestrian bridge, and associated work. The Contractor shall submit to the City and the individual utility companies' plans of how the utility lines will be supported and protected during construction. NOTE: The Contractor shall be required to provide written notice to each utility company, with a copy to the City, immediately prior to any utility work expected to be coordinated with construction. The following utility work shall be performed by the Contractor: Storm sewer improvements Water line connections Sanitary sewer connections 68 CONSTRUCTION PLANS FOR E. LINCOLN AVENUE AND S. LEMAY AVENUE IMPROVEMENTS ABBREVIATION LIST AD ALGEBRAIC DIFFERENCE LT LEFT AE ACCESSEASEMENT MH MANHOLE ARV AIR RELEASE VALVE PE PEDESTRIAN EASEMENT ASSY ASSEMBLY PC POINT OF CURVATURE BOV BLOW OFF VALVE PCC POINT OF COMPOUND CURVATURE C&G CURB AND GUTTER PCR POINT OF CURB RETURN PI POINT OF INTERSECTION CL CENTERLINE PRC POINT OF REVERSE CURVATURE CMP CORRUGATED METAL PIPE PT POINT OF TANGENCY DE DRAINAGE EASEMENT PVC POLYVINYL CHLORIDE EL ELEVATION RCP REINFORCED CONCRETE PIPE ES EMERGENCY SPILLWAY RD ROOF DRAIN EOP EDGE OF PAVEMENT RT RIGHT EX EXISTING SAN SANITARY SEWER STA STATION FES FLARED END SECTION SDMH STORM DRAIN MANHOLE FL FLOWLINE TB THRUST BLOCK GB GRADE BREAK TOF TOP OF FOUNDATION GV GATE VALVE TYP TYPICAL HP HIGH POINT UE UTILITY EASEMENT FH FIRE HYDRANT VCP VITRIFIED CLAY PIPE VPC VERTICAL POINT OF CURVATURE I.E. IRRIGATION EASEMENT VPI VERTICAL POINT OF INTERSECTION INV INVERT VPT VERTICAL POINT OF TANGENCY IRR IRRIGATION TOW TOP OF WALL LF LINEAR FEET BOW BOTTOM OF WALL LP LOW POINT 1 I7f--F7Krn T EXISTING TELEPHONE LINE oHT EXISTING OVERHEADTELEPHONE LINE Fo EXISTING FIBER OPTIC LINE cTv EXISTING CABLE TV c EXISTING ELECTRIC LINE oHE EXISTING OVERHEAD ELECTRIC LINE EXISTINGGAS oNu EXISTING OVERHEAD UTILITY S EXISTING SANITARY SEWER MAIN 0 EXISTING MANHOLE w EXISTING WATER MAIN EXISTING WATER VALVE EXISTING FIRE HYDRANT EXISTING STORM SEWER EXISTING STORM SEWER INLET EXISTING FLOWUNE. CURB & GUTTER r EXISTING CONCRETE EXISTING MINOR CONTOUR --XXXX-- EXISTING MAJOR CONTOUR —0— EXISTING UTILITY POLE EXISTING STREET LIGHT EXISTINGGUYWIRE X EXISTING FENCE EXISTING TRAFFIC SIGNAL EXISTING CONIFEROUS TREE EXISTING DECIDUOUS TREE FROM 3RD STREET TO LEMAY AVENUE AND FROM MULBERRY STREET TO LINCOLN AVENUE T PROPOSED TELEPHONE LINE pR PROPOSED OVERHEAD TELEPHONE LINE i0 PROPOSED FIBER OPTIC LINE CTV PROPOSED CABLE TV E PROPOSED ELECTRIC LINE ONE PROPOSED OVERHEAD ELECTRIC LINE O PROPOSED GAS ONu PROPOSED OVERHEAD UTILITY PROPOSED SANITARY SEWER & MANHOLE PROPOSED WATER LINE & VALVE PROPOSED FIRE HYDRANT PROPOSED STORM SEWER & MANHOLE . PROPOSED STORM INLET PROPOSED FLOWUNE, CURB & GUTTER PROPOSED CONCRETE ---xxxx--� PROPOSED MINOR CONTOUR PROPOSED MAJOR CONTOUR PROPOSED UTILITY POLE PROPOSED STREET LIGHT X PROPOSEDFENCE — PROPOSED TRAFFIC SIGNAL FORT COLLINS, COLORADO DULY 2014 E VINE DR E LINCOLN AVE WOODWARD TECHNOLOGY CENTER co coo n SITE r D m QiL D m D /�� Im MULBERRY 9� WATER RECLAMATION FACILITY E MULBERRY ST VICINITY MAP APPROX. 1 "=800` BENCHMARKS: BENCHMARKI: CITY OF FORT COLLINS BM# 3.00, ON A PARAPET WALL AT THE NORTHWEST END OF THE LINCOLN AVE BRIDGE NEAR THE NORTHEAST CORNER OF LINCOLN AVE AND WILLOW ST. ELEV-4964.15 (NGVD 29 UNADJUSTED) BENCHMARK 2: NATIONAL GEODETIC SURVEY #R 402, IN FORT COLLINS AT THE JUNCTION OF 9TH STREET AND LINCOLN AVE IN THE EAST EDGE OF THE CONCRETE FOOTING FOR HIGHLINE TOWER NUMBER 29, 156.8 FT NORTH OF THE CENTERLINE OF THE AVENUE, 73.2 FT WEST OF THE CENTERLINE OF THE STREET, AND 0.7 FT WEST OF THE EAST EDGE OF THE FOOTING. ELEV=4939.03 (NGVD 29 UNADJUSTED) BID SET CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. INDEX OF SHEETS SHEET NO. DESCRIPTION OF SHEETS 1 COVER SHEET 2-3 GENERAL NOTES 4 SUMMARY OF APPROXIMATE QUANTITIES 5 - 7 HORIZONTAL CONTROL PLAN 8-9 TYPICAL SECTIONS 10. 13 REMOVAL & RELOCATION PLAN 14 - 19 ROADWAY PLAN & PROFILES 20 - 22 MEDIAN PLAN & PROFILES 23-26 GRADING PLAN & EROSION CONTROL PLAN 27-28 INTERSECTION GRADING PLAN 29.31 UTILITY PLAN & PROFILE 32 - 35 SIGNING & STRIPING PLAN 36 - 40 CROSS SECTIONS 41 -47 CONSTRUCTION DETAILS L 1 - L7 LANDSCAPE PLANS IRO -IR5 IRRIGATION PLANS CONTACTS: CITY OF FORT COLLINS ENGINEERING RICK RICHTER 970.221.6798 TRACY DYER 970.222.0855 STORMWATER WES LAMARQUE 970.416.2418 LIGHT & POWER DOUG MARTINE 970.224.6152 TRAFFIC JOE OLSEN 970.221.6062 BRITNEY SORENSEN 970.416.2268 WATER/WASTEWATER ROGER BUFFINGTON 970.221.6854 INTERWEST CONSULTING GROUP BOB ALMIRALL 970.460.8487 CENTURY LINK (QWEST) BOB RULLI 970.377.6403 XCELENERGY STEPHANIE RICH 970.225.7828 PLATTE RIVER POWER AUTHORITY MARK CURTIS 970.420.2999 COMCAST DON KAPPERMAN 970.484.7166 I HEREBY AFFIRM THAT THESE FINAL CONSTRUCTION PLANS WERE PREPARED UNDER MY DIRECT SUPERVISION, IN ACCORDANCE WITH ALL APPLICABLE CITY OF FORT COLLINS AND STATE OF COLORADO STANDARDS AND STATUTES, RESPECTIVELY; AND THAT I AM FULLY RESPONSIBLE FOR THE ACCURACY OF ALL DESIGN, REVISIONS AND RECORD CONDITIONS THAT HAVE NOTED ON THESE PLANS. CITY OF FORT COLLINS, COLORADO UTILITY PLAN APPROVAL APPROVED: CHECKED BY: CITY ENGINEER DATE PREPARED UNDER THE DIRECT SUPERVISION WATER & WASTEWATER UTILITY DATE CHECKED BY: REG7Sl STORMWATER UTILITY DATE Q�P'p0 o;S ALy.F 1218 W. Ash, Suite C 9r; Windsor, Colorado 80550 CHECKED BY: v :per o Phone: (970)674-3300 PARKS & RECREATION DATE ;� 33441 Fax: (970) 674-3303 -0 �0, °'� CHECKED BY: • N T E R W E S T C O N S U L T I N G G R O U P TRAFFIC ENGINEER DATE F'••.•,,, .••' \� sS/ONAL ECG CHECKED BY: ENVIRONMENTAL PLANNER DATE REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO Fo Collins DESIG SMBBY: DRAWN MB APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS S"1 T rt ENGINEERING DIVISION COVER SHEET OF 47 SCALE: N/A DATE: I 07 16 14 CHECKED BY: DATE: I GENERAL NOTES GENERAL NOTES (CONT.) 1. ALL MATERIALS, WORKMANSHIP, AND CONSTRUCTION OF PUBLIC IMPROVEMENTS SHALL MEET OR EXCEED THE STANDARDS AND SPECIFICATIONS SET FORTH IN THE LARIMER COUNTY URBAN AREA STREET STANDARDS AND APPLICABLE STATE AND FEDERAL REGULATIONS. WHERE THERE IS CONFLICT BETWEEN THESE PLANS AND THE SPECIFICATIONS, OR ANY APPLICABLE STANDARDS, THE MOST RESTRICTIVE STANDARD SHALL APPLY. ALL WORK SHALL BE INSPECTED AND APPROVED BY THE CITY OF FORT COLLINS. 2. ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY STATED OTHERWISE. 3. ALL SANITARY SEWER, STORM SEWER, AND WATER LINE CONSTRUCTION, AS WELL AS POWER AND OTHER "DRY" UTILITY INSTALLATIONS, SHALL CONFORM TO THE CITY OF FORT COLLINS STANDARDS AND SPECIFICATIONS. 4. THE TYPE, SIZE, LOCATION AND NUMBER OF ALL KNOWN UNDERGROUND UTILITIES ARE APPROXIMATE WHEN SHOWN ON THE DRAWINGS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO VERIFY THE EXISTENCE AND LOCATION OF ALL UNDERGROUND UTILITIES ALONG THE ROUTE OF THE WORK BEFORE COMMENCING NEW CONSTRUCTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR UNKNOWN UNDERGROUND UTILITIES. 5. THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) AT 811, AT LEAST 2 WORKING DAYS PRIOR TO BEGINNING EXCAVATION OR GRADING, TO HAVE ALL REGISTERED UTILITY LOCATIONS MARKED. OTHER UNREGISTERED UTILITY ENTITIES (I.E. DITCH / IRRIGATION COMPANY) ARE TO BE LOCATED BY CONTACTING THE RESPECTIVE REPRESENTATIVE. UTILITY SERVICE LATERALS ARE ALSO TO BE LOCATED PRIOR TO BEGINNING EXCAVATION OR GRADING. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE THE RELOCATION OF ALL EXISTING UTILITIES THAT CONFLICT WITH THE PROPOSED IMPROVEMENTS SHOWN ON THESE PLANS. 6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES DURING CONSTRUCTION AND FOR COORDINATING WITH THE APPROPRIATE UTILITY COMPANY FOR ANY UTILITY CROSSINGS REQUIRED. 7. IF A CONFLICT EXISTS BETWEEN EXISTING AND PROPOSED UTILITIES AND/OR A DESIGN MODIFICATION IS REQUIRED, THE CONTRACTOR SHALL COORDINATE WITH THE ENGINEER TO MODIFY THE DESIGN. DESIGN MODIFICATION(S) MUST BE APPROVED BY THE CITY OF FORT COLLINS PRIOR TO BEGINNING CONSTRUCTION. 8. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION WITH ALL UTILITY COMPANIES INVOLVED, TO ASSURE THAT THE WORK IS ACCOMPLISHED IN A TIMELY FASHION AND WITH A MINIMUM DISRUPTION OF SERVICE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTACTING, IN ADVANCE, ALL PARTIES AFFECTED BY ANY DISRUPTION OF ANY UTILITY SERVICE AS WELL AS THE UTILITY COMPANIES. 9. NO WORK MAY COMMENCE WITHIN ANY PUBLIC STORM WATER, SANITARY SEWER OR POTABLE WATER SYSTEM UNTIL THE CONTRACTOR NOTIFIES THE UTILITY PROVIDER. 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. 10. THE CONTRACTOR SHALL SEQUENCE INSTALLATION OF UTILITIES IN SUCH A MANNER AS TO MINIMIZE POTENTIAL UTILITY CONFLICTS. IN GENERAL, STORM SEWER AND SANITARY SEWER SHOULD BE CONSTRUCTED PRIOR TO INSTALLATION OF THE WATER LINES AND DRY UTILITIES. 11. THE MINIMUM COVER OVER WATER LINES IS 5 FEET AND THE MAXIMUM COVER IS 6 FEET UNLESS OTHERWISE NOTED IN THE PLANS AND APPROVED BY THE WATER UTILITY. 12. A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE PERMIT IS REQUIRED IF DEWATERING IS REQUIRED IN ORDER TO INSTALL UTILITIES OR WATER IS DISCHARGED INTO A STORM SEWER, CHANNEL, IRRIGATION DITCH OR ANY WATERS OF THE UNITED STATES. 13. THE CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF THE COLORADO PERMIT FOR STORM WATER DISCHARGE (CONTACT COLORADO DEPARTMENT OF HEALTH, WATER QUALITY CONTROL DIVISION, (303) 692-3590), THE STORM WATER MANAGEMENT PLAN, AND THE EROSION CONTROL PLAN. 14. NO WORK MAY COMMENCE WITHIN ANY IMPROVED OR UNIMPROVED PUBLIC RIGHT-OF-WAY UNTIL A RIGHT-OF-WAY PERMIT OR DEVELOPMENT CONSTRUCTION PERMIT IS OBTAINED FROM LARIMER COUNTY. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FOR ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY THE CITY OF FORT COLLINS ENGINEERING INSPECTOR (FORT COLLINS - 221-6605) AND THE CITY OF FORT COLLINS EROSION CONTROL INSPECTOR (FORT COLLINS - 221-6700) AT LEAST 2 WORKING DAYS PRIOR TO THE START OF ANY EARTH DISTURBING ACTIVITY, OR CONSTRUCTION ON ANY AND ALL PUBLIC IMPROVEMENTS. 16. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION, THE CONTRACTOR SHALL CONTACT THE LOCAL ENTITY FORESTER TO SCHEDULE A SITE INSPECTION FOR ANY TREE REMOVAL REQUIRING A PERMIT. 17. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING, BUT NOT LIMITED TO, EXCAVATION, TRENCHING, SHORING, TRAFFIC CONTROL, AND SECURITY. REFER TO OSHA PUBLICATION 2226, EXCAVATING AND TRENCHING. 18. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION THAT WILL AFFECT TRAFFIC SIGNS OF ANY TYPE, THE CONTRACTOR SHALL CONTACT THE CITY OF FORT COLLINS TRAFFIC OPERATIONS DEPARTMENT, WHO WILL TEMPORARILY REMOVE OR RELOCATE THE SIGN AT NO COST TO THE CONTRACTOR; HOWEVER, IF THE CONTRACTOR MOVES THE TRAFFIC SIGN THEN THE CONTRACTOR WILL BE CHARGED FOR THE LABOR, MATERIALS AND EQUIPMENT TO REINSTALL THE SIGN AS NEEDED. 19. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE INTENDED IMPROVEMENTS, SHOWN ON THESE DRAWINGS, OR DESIGNATED TO BE PROVIDED, INSTALLED, OR CONSTRUCTED, UNLESS SPECIFICALLY NOTED OTHERWISE. 20. DIMENSIONS FOR LAYOUT AND CONSTRUCTION ARE NOT TO BE SCALED FROM ANY DRAWING. IF PERTINENT DIMENSIONS ARE NOT SHOWN, CONTACT THE DESIGNER FOR CLARIFICATION, AND ANNOTATE THE DIMENSION ON THE AS -BUILT RECORD DRAWINGS. 21. THE CONTRACTOR SHALL HAVE, ONSITE AT ALL TIMES, ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB. 22. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE DESIGNER AND THE CITY OF FORT COLLINS ENGINEER IMMEDIATELY. 23. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS -BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT ON THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY OF FORT COLLIN'S INSPECTOR AT ALL TIMES. UPON COMPLETION OF THE WORK, THE CONTRACTOR(S) SHALL SUBMIT RECORD DRAWINGS TO THE CITY OF FORT COLLINS ENGINEER. 24. THE LOCATION AND DESCRIPTION OF THE NEAREST SURVEY BENCHMARKS (2) FOR THE PROJECT AS WELL AS THE BASIS OF BEARINGS ARE AS FOLLOWS: BENCHMARK 1: CITY OF FORT COLLINS BM# 3-00, ON A PARAPET WALL AT THE NORTHWEST END OF THE LINCOLN AVE BRIDGE NEAR THE NORTHEAST CORNER OF LINCOLN AVE AND WILLOW ST. ELEV=4964.15 (NGVD 29 UNADJUSTED) BENCHMARK 2: NATIONAL GEODETIC SURVEY #R 402, IN FORT COLLINS AT THE JUNCTION OF 9TH STREET AND LINCOLN AVE IN THE EAST EDGE OF THE CONCRETE FOOTING FOR HIGHLINE TOWER NUMBER 29, 156.8 FT NORTH OF THE CENTERLINE OF THE AVENUE, 73.2 FT WEST OF THE CENTERLINE OF THE STREET, AND 0.7 FT WEST OF THE EAST EDGE OF THE FOOTING. ELEV=4939.03 (NGVD 29 UNADJUSTED) 25. ALL STATIONING IS BASED ON THE FLOWLINE OF ROADWAYS UNLESS OTHERWISE NOTED. 26. 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. 27. WHEN AN EXISTING ASPHALT STREET MUST BE CUT, THE STREET MUST BE RESTORED TO A CONDITION EQUAL TO OR BETTER THAN ITS ORIGINAL CONDITION. THE EXISTING STREET CONDITION SHALL BE DOCUMENTED BY THE CITY OF FORT COLLINS CONSTRUCTION INSPECTOR BEFORE ANY CUTS ARE MADE. PATCHING SHALL BE DONE IN ACCORDANCE WITH THE CITY OF FORT COLLINS STREET REPAIR STANDARDS. THE FINISHED PATCH SHALL BLEND IN SMOOTHLY INTO THE EXISTING SURFACE. ALL LARGE PATCHES SHALL BE PAVED WITH AN ASPHALT LAY -DOWN MACHINE. IN STREETS WHERE MORE THAN ONE CUT IS MADE, AN OVERLAY OF THE ENTIRE STREET WIDTH, INCLUDING THE PATCHED AREA, MAY BE REQUIRED. THE DETERMINATION OF NEED FOR A COMPLETE OVERLAY SHALL BE MADE BY THE CITY OF FORT COLLINS ENGINEER AND/OR THE CITY OF FORT COLLINS INSPECTOR AT THE TIME THE CUTS ARE MADE. 28. UPON COMPLETION OF CONSTRUCTION, THE SITE SHALL BE CLEANED AND RESTORED TO A CONDITION EQUAL TO, OR BETTER THAN, THAT WHICH EXISTED BEFORE CONSTRUCTION, OR TO THE GRADES AND CONDITION AS REQUIRED BY THESE PLANS. 29. AFTER ACCEPTANCE BY THE CITY OF FORT COLLINS, PUBLIC IMPROVEMENTS DEPICTED IN THESE PLANS SHALL BE GUARANTEED TO BE FREE FROM MATERIAL AND WORKMANSHIP DEFECTS FOR A MINIMUM PERIOD OF TWO YEARS FROM THE DATE OF ACCEPTANCE. 30. A PAVEMENT MIX DESIGN, SIGNED AND STAMPED BY A COLORADO LICENSED ENGINEER, MUST BE SUBMITTED TO THE JOB MIX ENGINEER FOR APPROVAL, PRIOR TO PLACEMENT OF ANY ASPHALT. 31. WHERE PROPOSED PAVING ADJOINS EXISTING ASPHALT, THE EXISTING ASPHALT SHALL BE SAW CUT, A MINIMUM DISTANCE OF 12 INCHES FROM THE EXISTING EDGE, TO CREATE A CLEAN CONSTRUCTION JOINT. THE CONTRACTOR SHALL BE REQUIRED TO REMOVE EXISTING PAVEMENT TO A DISTANCE WHERE A CLEAN CONSTRUCTION JOINT CAN BE MADE. WHELL CUTS SHALL NOT BE ALLOWED. THERE SHALL BE NO SEPARATE PAYMENT FOR SAWCUTTING. 32. VALVE BOXES AND MANHOLES ARE TO BE BROUGHT UP TO GRADE AT THE TIME OF PAVEMENT PLACEMENT OR OVERLAY. VALVE BOX ADJUSTING RINGS ARE NOT ALLOWED. 33. A WATER TRUCK SHALL BE KEPT ON -SITE AT ALL TIMES DURING EARTHWORK ACTIVITIES FOR DUST ABATEMENT. 34. TEMPORARY EROSION CONTROL MEASURES SHALL NOT BE REMOVED UNTIL SUCH TIME AS ALL TRIBUTARY -DISTURBED AREAS ARE SUFFICIENTLY STABILIZED IN THE OPINION OF THE CITY EROSION CONTROL INSPECTOR, TO MINIMIZE EROSION POTENTIAL. 35. WHEN TEMPORARY EROSION CONTROL MEASURES ARE REMOVED, THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE CLEAN-UP AND REMOVAL OF ALL SEDIMENT AND DEBRIS FROM ALL DRAINAGE AND OTHER PUBLIC FACILITIES. 36. THE FOLLOWING SHALL DESIGNATE LIMITS OF TOPSOIL: TOPSOIL - DENOTES AREAS FROM THE BACK OF WALK TO THE TOE OF SLOPE OR DISTURBED AREA BEHIND BACK OF WALK. TOPSOIL SPECIAL (MEDIAN AND PARKWAY AREAS) - DENOTES AREAS BETWEEN THE CURB AND WALK (3" DEPTH) AND THE MEDIAN PLANTERS (APPROXIMATELY 48" DEEP) 37. THE TYPE OF COMPACTION FOR THIS PROJECT SHALL BE ASHTO T99. 38. FOR PLAN QUANTITIES OF BITUMINOUS MATERIALS, THE FOLLOWING RATES OF APPLICATION WERE USED: TACK COAT EMULSIFIED ASPHALT (SLOW SETTING) BITUMINOUS PAVEMENT AGGREGATE BASE COURSE AT 0.10 GAL/SQ YD (DILUTED) AT 153 LBS/CF AT 139 LBS/CF 39. SHOULDER DROP OFFS WILL BE GRADED TO A SLOPE OF 3:1 OR GREATER OVERNIGHT. TREE PROTECTION NOTES: 1. EXISTING TREES MARKED FOR PROTECTION AND PRESERVATION SHALL NOT BE REMOVED. 2. HEAVY EQUIPMENT SHOULD NOT BE ALLOWED TO COMPACT OVER THE SOIL OVER THE ROOT ZONE OF EXISTING TREES. 3. AVOID CUTTING SURFACE ROOTS WHEREVER POSSIBLE. SIDEWALKS AND PAVING LEVELS SHOULD BE CONTOURED SUFFICIENTLY TO AVOID DAMAGE. 4. ROOT CUTS FROM EXCAVATION SHOULD BE DONE RAPIDLY. SMOOTH FLUSH CUTS SHOULD BE MADE. BACKFILL BEFORE THE ROOTS HAVE A CHANCE TO DRY OUT AND WATER THE TREE IMMEDIATELY. 5. PRIOR TO CONSTRUCTION, ALL PROTECTED TREES SHALL HAVE ORANGE PROTECTION BARRIER FENCING ERECTED, WHICH AS A MINIMUM ARE SUPPORTED BY 1" X 1" OR SIMILAR STURDY STOCK, FOR SHIELDING OF PROTECTED TREES, NO CLOSER THAN SIX (6) FEET FROM THE TRUNK OR ONE HALF (1/2) OF THE DRIP LINE, WHICH EVER IS GREATER. WITHIN THIS PROTECTION ZONE THERE SHALL BE NO MOVEMENT OF EQUIPMENT OR STORAGE OF EQUIPMENT, MATERIALS, DEBRIS, FILL OR CUT UNLESS APPROVED BY THE CITY FORESTER. 6. ALL EXISTING TREES SHALL BE PRUNED TO THE CITY FORESTER'S "MEDIUM PRUNE STANDARDS." 7. WITHIN THE DRIP LINE OF ANY PROTECTED EXISTING TREE, THERE SHALL BE NO CUT OR FILL OVER A FOUR -INCH DEPTH UNLESS A QUALIFIED ARBORIST OR FORESTER HAS EVALUATED AND APPROVED THE DISTURBANCE. 8. DURING THE CONSTRUCTION STAGE OF DEVELOPMENT, THE APPLICANT SHALL PREVENT THE CLEANING OF EQUIPMENT OR MATERIAL OR THE STORAGE OR DISPOSAL OF WASTE MATERIAL SUCH AS PAINTS, OILS, SOLVENTS, ASPHALT, CONCRETE, MOTOR OIL OR ANY OTHER MATERIAL HARMFUL TO THE LIFE OF A TREE, WITHIN THE DRIP LINE OF ANY PROTECTED TREE OR GROUP OF TREES. 9. NO DAMAGING ATTACHMENT, WIRES, SIGNS OR PERMITS MAY BE FASTENED TO ANY PROTECTED TREE. 10. LARGE PROPERTY AREAS CONTAINING PROTECTED TREES AND SEPARATED FROM CONSTRUCTION OR LAND CLEARING AREAS, ROAD RIGHTS -OF -WAY AND UTILITY EASEMENTS MAY BE "RIBBONED OFF", RATHER THAN ERECTING PROTECTIVE FENCING AROUND EACH TREE AS REQUIRED ABOVE. THIS MAY BE ACCOMPLISHED BY PLACING METAL T-POST STAKES A MAXIMUM OF FIFTY (50) FEET APART AND TYING RIBBON OR ROPE FROM STAKE -TO -STAKE ALONG THE OUTSIDE PERIMETERS OF SUCH AREAS BEING CLEARED. 11. CITY OF FORT COLLINS TREE PROTECTION SPECIFICATION 3.2.1, "LANDSCAPING TREE PROTECTION" SHALL BE FOLLOWED. CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. 1218 W. Ash, Suite C Windsor, Colorado 80550 Phone,(970)674-3300 Pax:(970)674-3303 INTER W EST C O N S U L T I N G G R O U P BID SET PREPARED UNDER THE DIRECT SUPERVISION 33441 r� �,sS�ONAL •ECG REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO Fort Collins DESIG SMBNED BY: DRAWN MB APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS .SHEET 2 ENGINEERING DIVISION GENERAL NOTES OF 47 SCALE: N/A DATE: I 07 16 14 CHECKED BY: DATE: 1 GRADING & EROSION CONTROL NOTES 1. THE CONTRACTOR WILL ACQUIRE AND AT ALL TIMES BE IN COMPLIANCE WITH THE COLORADO STORMWATER DISCHARGE PERMIT (CDPS) AND THE STORMWATER MANAGEMENT PERMIT (SWMP) ASSOCIATED WITH CONSTRUCTION ACTIVITIES. 2. THE EROSION CONTROL INSPECTOR MUST BE NOTIFIED AT LEAST TWENTY-FOUR (24) HOURS PRIOR TO ANY CONSTRUCTION ON THIS SITE. 3. THERE SHALL BE NO EARTH -DISTURBING ACTIVITY OUTSIDE THE LIMITS DESIGNATED ON THE ACCEPTED PLANS. 4. ALL REQUIRED PERIMETER SILT AND CONSTRUCTION FENCING SHALL BE INSTALLED PRIOR TO ANY LAND DISTURBING ACTIVITY (STOCKPILING, STRIPPING, GRADING, ETC). ALL OTHER REQUIRED EROSION CONTROL MEASURES SHALL BE INSTALLED AT THE APPROPRIATE TIME IN THE CONSTRUCTION SEQUENCE AS INDICATED IN THE APPROVED PROJECT SCHEDULE, CONSTRUCTION PLANS, AND EROSION CONTROL REPORT. 5. AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING AND CONTROLLING ON -SITE EROSION INCLUDING KEEPING THE PROPERTY SUFFICIENTLY WATERED SO AS TO MINIMIZE WIND BLOWN SEDIMENT. THE CONTRACTOR SHALL ALSO BE RESPONSIBLE FOR INSTALLING AND MAINTAINING ALL EROSION CONTROL FACILITIES SHOWN HEREIN. 6. PRE -DISTURBANCE VEGETATION SHALL BE PROTECTED AND RETAINED WHEREVER POSSIBLE. REMOVAL OR DISTURBANCE OF EXISTING VEGETATION SHALL BE LIMITED TO THE AREA(S) REQUIRED FOR IMMEDIATE CONSTRUCTION OPERATIONS, AND FOR THE SHORTEST PRACTICAL PERIOD OF TIME. 7. ALL SOILS EXPOSED DURING LAND DISTURBING ACTIVITY (STRIPPING, GRADING, UTILITY INSTALLATIONS, STOCKPILING, FILLING, ETC.) SHALL BE KEPT IN A ROUGHENED CONDITION BY RIPPING OR DISKING ALONG LAND CONTOURS UNTIL MULCH, VEGETATION, OR OTHER PERMANENT EROSION CONTROL BMPS ARE INSTALLED. NO SOILS IN AREAS OUTSIDE PROJECT STREET RIGHTS -OF -WAY SHALL REMAIN EXPOSED BY LAND DISTURBING ACTIVITY FOR MORE THAN THIRTY (30) DAYS BEFORE REQUIRED TEMPORARY OR PERMANENT EROSION CONTROL (E.G. SEED/MULCH, LANDSCAPING, ETC.) IS INSTALLED, UNLESS OTHERWISE APPROVED BY THE CITY. 8. IN ORDER TO MINIMIZE EROSION POTENTIAL, ALL TEMPORARY (STRUCTURAL) EROSION CONTROL MEASURES SHALL: A. BE INSPECTED AT A MINIMUM OF ONCE EVERY TWO (2) WEEKS AND AFTER EACH SIGNIFICANT STORM EVENT AND REPAIRED OR RECONSTRUCTED AS NECESSARY IN ORDER TO ENSURE THE CONTINUED PERFORMANCE OF THEIR INTENDED FUNCTION. B. REMAIN IN PLACE UNTIL SUCH TIME AS ALL THE SURROUNDING DISTURBED AREAS ARE SUFFICIENTLY STABILIZED AS DETERMINED BY THE EROSION CONTROL INSPECTOR. 9. WHEN TEMPORARY EROSION CONTROL MEASURES ARE REMOVED, THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE CLEAN UP AND REMOVAL OF ALL SEDIMENT AND DEBRIS FROM ALL DRAINAGE INFRASTRUCTURE AND OTHER PUBLIC FACILITIES. 10. THE CONTRACTOR SHALL IMMEDIATELY CLEAN UP ANY CONSTRUCTION MATERIALS INADVERTENTLY DEPOSITED ON EXISTING STREETS, SIDEWALKS, OR OTHER PUBLIC RIGHTS OF WAY, AND MAKE SURE STREETS AND WALKWAYS ARE CLEANED AT THE END OF EACH WORKING DAY. 11. ALL RETAINED SEDIMENTS, PARTICULARLY THOSE ON PAVED ROADWAY SURFACES, SHALL BE REMOVED AND DISPOSED OF IN A MANNER AND LOCATION SO AS NOT TO CAUSE THEIR RELEASE INTO ANY WATERS OF THE UNITED STATES. 12. THE COLORADO DISCHARGE PERMIT SYSTEM (CDPS) REQUIREMENTS MAKE IT UNLAWFUL TO DISCHARGE OR ALLOW THE DISCHARGE OF ANY POLLUTANT OR CONTAMINATED WATER FROM CONSTRUCTION SITES. POLLUTANTS INCLUDE, BUT ARE NOT LIMITED TO DISCARDED BUILDING MATERIALS, CONCRETE TRUCK WASHOUT, CHEMICALS, OIL AND GAS PRODUCTS, LITTER, AND SANITARY WASTE. THE CONTRACTOR SHALL AT ALL TIMES TAKE WHATEVER MEASURES ARE NECESSARY TO ASSURE THE PROPER CONTAINMENT AND DISPOSAL OF POLLUTANTS ON THE SITE IN ACCORDANCE WITH ANY AND ALL APPLICABLE LOCAL, STATE, AND FEDERAL REGULATIONS. 13. A DESIGNATED AREA SHALL BE PROVIDED ON SITE FOR CONCRETE TRUCK CHUTE WASHOUT. THE AREA SHALL BE CONSTRUCTED SO AS TO CONTAIN WASHOUT MATERIAL AND LOCATED AT LEAST FIFTY (50) FEET AWAY FROM ANY WATERWAY DURING CONSTRUCTION. UPON COMPLETION OF CONSTRUCTION ACTIVITIES THE CONCRETE WASHOUT MATERIAL WILL BE REMOVED AND PROPERLY DISPOSED OF PRIOR TO THE AREA BEING RESTORED. 14. CONDITIONS IN THE FIELD MAY WARRANT EROSION CONTROL MEASURES IN ADDITION TO WHAT IS SHOWN ON THESE PLANS. THE CONTRACTOR SHALL IMPLEMENT WHATEVER MEASURES ARE DETERMINED NECESSARY, AS DIRECTED BY THE CITY. 15. IT WILL BE THE RESPONSIBILITY OF THE CONTRACTOR UNDER THE SWMP TO MAINTAIN EXISTING BMPS AND ENSURE THEIR COMPLETE REMOVAL ONCE 70% OF PRE-EXISTING VEGETATION HAS BEEN RE-ESTABLISHED. 16. WATER SHALL BE USED AS A DUST PALLIATIVE WHERE REQUIRED TO REDUCE MIGRATION OF AIRBORNE SOIL PARTICLES. CONTRACTOR SHALL PROVIDE WATER AS DUST PALLIATIVE AS DIRECTED BY THE ENGINEER. WATER AS DUST PALLIATIVE WILL NOT BE MEASURED AND PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE WORK. 17. EROSION CONTROL METHODS SHOWN REFLECT ONE SNAPSHOT IN TIME. CONTRACTOR IS RESPONSIBLE FOR MAINTAINING SWMP AND STATE STORMWATER DISCHARGE PERMIT ASSOCIATED WITH CONSTRUCTION ACTIVITIES WITH ANY AND ALL METHODS NECESSARY. 18. CONTRACTOR TO PROVIDE AREAS FOR STAGING, CONCRETE WASHOUTS AND VEHICLE TRACKING PADS. CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. 1218 W. Ash, Suite C Windsor, Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 INTER W EST C O N S U L T I N G G R O U P BID SET PREPARED UNDER THE DIRECT SUPERVISION o P�{ ALi;- 4 33441 r� �,sS�ONAL •ECG REVISIONS: DATE: CITY OF FORT COLLINS, COLORADODESIG Fort Collins ED BY: DRAWN Y: SMBCHECKED APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS SHE T ENGINEERING DIVISION GENERAL NOTES OF 47 SCALE: DATE: I BY: DATE: I N/A 07 16 14 No Text No Text No Text No Text 3 3 W r W ROW VARIES 50'-70' 107.5'-127.5' (L TO EX 57.5' HALF WIDTH ROW ROW VARIES SHOULDER 12 TRAVEL 6LANE VARIES 61 E12' 12' 19.5' 6' AC LEFT TURN LANE TRAVEL PARKWAY WALK 12' 2' ABC TO SAWCUT SHOULDER VARIES - VARIES 2.0% 2.0% 2.0% _ ------------------- EXISTING OF ASI SAWCUT MIX ASPHALT :GATE BASE COURSE [D SUBGRADE LINCOLN AVE TYPICAL SECTION (11t = 101) W W ROW VARIES 50'-70' 107.5'-127.5' (j TO EX 57.5' HALF WIDTH ROW ROW VARIES 12' TRAVEL 6 2' ABC SHOULDER I BIKE LANE 12' � .VARIES LEFT TURN LANE TRAVEL RIGHT-1 IGHT WALK TURN 5 12' 4' 3.5' SHOULDER rL TO SAWCUT SHOULDER PARKWAY VARIES VARIES 2.0%-7 2.07 I 2.07 — — — — ------------------ -- EXISTING EDGE PROPOSED h W W I 15' UTILITY EASEMENT 2.0% MIN I TEMPORARY ASPHALT SIDEWALK ON COMPACTED SUBGRADE h W W 15' UTILITY EASEMENT 2.0% MIN OF ASPHALT SAWCUT LINE HOT MIX ASPHALT TEMPORARY ASPHALT AGGREGATE BASE COURSE SIDEWALK ON COMPACTED SUBGRADE RECONDITIONED SUBGRADE LINCOLN AVE RIGHT -TURN TYPICAL SECTION (1 TT = 1 OT) LINCOLN AVE PAVEMENT SECTION NOTES: 1. THE 14" PAVEMENT SECTION SHALL CONSIST OF THE FOLLOWING: 3" HMA GRADING S (100) (PG 64-22) 3" HMA GRADING S (75) (PG 64-22) 8" ABC (CLASS 5 OR 6) 8" RECONDITIONED SUBGRADE 2. THE TEMPORARY ASPHALT SIDEWALK SECTION SHALL CONSISTS OF THE FOLLOWING: 3" HMA GRADING S (100) (PG 64-22) COMPACTED SUBGRADE h W W L-15' UTILITY 3 W VARIES 7.5' SIDEWALK 8' 12' 12' BIKE TRAVEL TRAVEL VARIES MEDIAN—/ EX SIDEWALK LANDSCAPE TYPE (SECTION I CIL 4' DIAN 12' ~LT TURN 2% 0 W ROW VARIES STRIPE OUT LANE VARIES 7' SIDEWALK 12 12 7.5 12 VARIES TRAVEL TRAVEL BIKE RT TURN__F VARIES 77---- — — PROPOSED SAWCUT LINE DOWEL TO EX CONC. PER EX SIDEWALK CDOT STD M-412-1 CONCRETE PAVEMENT SECTION (TYP) LEMAY TYPICAL SECTION STA 8+28 - STA 9+38 ( I TT = 1 OT) 3 W Y � VARIES ROW VARIES 137'-146' 6' SIDEWALK 10 PARKWAY 64' FL —FL 12' 6' 12' TRAVEL�TRAVEL_TLT 12' 11' 11 TURNTLT T RT TURN�BIKE --J 2% 2% VARIES VARIES CONCRETE PAVEMENT SECTION (TYP) TYPE 2 (SECTION 118) C&G 6" SIDEWALK W/ 6" COMPACTED SUBGRADE LEMAY AVE PAVEMENT SECTION NOTES: 1. ASPHALT PAVEMENT SECTION SHALL CONSIST OF THE FOLLOWING: 2" HMA GRADING S (100) (PG 64-28) 3" HMA GRADING S (75) (PG 64-22) 3" HMA GRADING S (75) (PG 64-22) 12" ABC (CLASS 5 OR 6) 8" RECONDITIONED SUBGRADE 2. CONCRETE PAVEMENT SECTION SHALL CONSIST OF THE FOLLOWING: 11" PORTLAND CEMENT CONCRETE 6" ABC (CLASS 5 OR 6) 8" RECONDITIONED SUBGRADE CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. PROPOSED SAWCUT LINE DOWEL TO EX CONC. PEI COOT STD M-412-1 TYPE 2 (SECTION IB) PARKWAY 8 SIDEWALK 4 VARIES DIAN 32' FL —FL 12' 12' 8' ~TRAVEL—rTRAVEL—rBIKE VARIES --—---_—_--— z-- `MEDIAN LANDSCAPE �� T EX SIDEWALK LEMAY TYPICAL SECTION STA 10+75 - STA 12+15 (1 TT = 1 OT) 3. THE COMPACTED SUBGRADE NEEDED BENEATH PAVEMENTS CAN BE INORGANIC ON -SITE OR SIMILAR OFF -SITE SOILS WITH 100 PERCENT PASSING THE 1-1/2" SIEVE, PLACED IN 8-INCH MAXIMUM LOOSE LIFTS AT 2 PERCENT f OPTIMUM MOISTURE CONTENT AND COMPACTED TO AT LEAST 95 PERCENT OF STANDARD PROCTOR MAXIMUM DRY DENSITY (ASTM D698). 4. PER CDOT M STANDARDS, ALL CURB AND GUTTER ABUTTING PCC PAVEMENT SHALL HAVE THE GUTTER THICKNESS MATCH THE PCC PAVEMENT THICKNESS (1 1 "). 5. SEE PLANS FOR EXACT LIMITS OF MEDIAN SPLASH GUARD AND MEDIAN HARD CAP. 6. MEDIAN SPLASH GUARD SHALL BE EXPOSED AGGREGATE. COLOR SHALL MATCH EX SPLASH GUARD AND BE APPROVED BY THE CITY. 7. CONCRETE PAVEMENT SHALL BE CDOT CLASS P WITH 48 HOUR 3000 PSI STRENGTH. 1218 W. Ash, Suite C Windsor, Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 INTER W EST C O N S U L T I N G G R O U P PREPARED UNDER THE DIRECT SUPERVISION BID SET (s-7.0"334411S�ONAL•E�GT REVISIONS: DATE: CITY OF FORT COLLINS, COLORADOSMB Fort Collins DESIG ED BY: DRAWN BY: APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS SHEET 8 ENGINEERING DIVISION TYPICAL SECTIONS OF 47 SCALE: DATE: 107 CHECKED BY: DATE: 1 1"-10' 16 14 3 30 WVARIES ROW VARIE k I 137'-146' 41 1-15' UTILITY ESMT 8' SIDEWALK 15' PARKWAY UTILITY ESM 6' SIDEWALK 4' VARIES 10' MEDIAN PARKWAY 64' FL -FL 32' FL -FL 6' 12' 6' 12' 12' 11' 1� 12' 12' 8' --rRT TURN BIKE TRAVEL ARIES L�LT TURN TURN TRAVEL�TRAVELTBIKE 4: 1 MAX 2% 2% VARIES VARIES VARIES--------------z q- z = - I 4:1 MqX ---- _ -------------- ------ --------------- A:1 MAX %TALT PAVEMENT PROPOSED I MAX N TAP PROPOSED SAWCUT LINE MEDIAN LANDSCAPE EX SIDEWALK (TYP) SAWCUT LINE TYPE 2 (SECTION IIB) C&G (SECTION IB) T6: SIDEWALK W/C&G 6COMPACTED SUBGRADE LEMAY TYPICAL SECTION STA 12+15 - STA 13+65 ( 1 11 = 1 OT) 0 W 57.5' W L15' UTILITY ESMT 46 FL TO BOW 6' SIDEWALK 10' MEDIAI PARKWAY VARIE: 6, 12' 12' BIKE TRAVEL TRAVEL 4:1 MAX 2% 2% VARIES 4:� MAX PROPOSED TYPE 2 SAWCUT LINE (SECTION IB) C&G TYPE 2 (SECTION IIB) C&G 6" SIDEWALK W/ MEDIAN 6" COMPACTED SUBGRADE SPLASH GUARD ROW VARIE 1 ?9'-138' PARKWAY 8 SIDEWALK VARIES 44' FL -FL �26' FL-SAWCUT 12' 12' 12' TURN LANE IVEL�TRAVEL�BIKE 8' VARIES VARIES PROPOSED T TYPE 2 SAWCUT LINE EX SIDEWALK {SECTION IB) C&G ASPHALT PAVEMENT SECTION (TYP) LEMAY TYPICAL SECTION STA 13+65 - STA 18+35 (111 = 101) 3 W C W VARIES Y � W 57.5'-67.5' VARIES 1-15' 48 ROW 125'-134' UTILITY ESMT FL TO BOW PARKWAY 8' SIDEWALK 10 PARKWAY VARIES 32' FL -FL 7 44' FL -FL MEDIAN 28 I I~26' FL-SAWCUT 6' SIDEWALK SAWCUT - FL 12' 12' 12' 1, 12' 8' IVELTR BIKE TRAV�EARIES TRAVEL �RVAR 4' 1 MAX 2% 2% VARIES ESE�TR R ESTBIKE I 4:� MAX ----------- ------------ PROPOSED --� - - - - - - - - - - MEDIAN TYPE 2 - - SAWCUT LINE LANDSCAPE (SECTION IB) PROPOSED EX SIDEWALK C&G SAWCUT LINE 6" SIDEWALK W/ TYPE 2 (SECTION IIB) C&G ASPHALT PAVEMENT 6" COMPACTED SUBGRADE SECTION (TYP) LEMAY TYPICAL SECTION STA 18+35 - STA 20+50 (111 = 109 3 W W 15' UTILITY ESMT 10' 6' SIDEWALK PARKWAY 16' PROP ASPHALT I 12' RT TURN ES 4.1 MqX 2% 2% VARIES TYPE 2 (SECTION IIB) 6" SIDEWALK W/ C&G 6" COMPACTED SUBGRADE 0 VARIES 5 57.5'-67.5' ROW VARIE 125'-136' PARKWAY 8 SIDEWALK VARIES 36' 7' 32' FL SAWCUT - FL EX MEDIAN 12' s' 12' 1z' 12• I 1z• 1z• 6• I 6, TRAVEL�TRAVELLT TURN TRAVEL-TTRAVELTBIKE VARIES VARIES —------------- —— —_-- zyyy= ----- -- -�� / PROPOSED LANDSCAPE - / SAWCUT LINE EX SIDEWALK ASPHALT PAVEMENT SECTION (TYP) LEMAY TYPICAL SECTION STA 21 +85 - STA 25+00 (111 = 101) W W VARIES C Y 57.5'-67.5' ROW VARIES 125'-136' PARKWAY 8 SIDEWALK 10' VARIES NALK PARKWAY 16' PROP 36' 7' ASPHALT SAWCUT - FL I EX MEDIAN 32' FL -FL 14' 6 12 12 12 TRAVEL TRAVEL B KE RT TURNTBIKE TRAVEL TRAVEL LT TURN 2% 2% VARIES ---[TARIES VARIES ----------------- -------------------- MEDIAN PROPOSED LANDSCAPE TYPE 2 SAWCUT LINE EX SIDEWALK (SECTION IIB) 76- SIDEWALK W/ C&G ASPHALT PAVEMENT LEMAY TYPICAL SECTION 6" COMPACTED SUBGRADE SECTION (TYP) STA 21 +85 - STA 25+00 ( 1 T1 = 1 01) W W VARIES � W 57.5'-67.5' VARIES L15' ROW 48 125 -134 UTILITY ESMT FL TO BOW 8' SIDEWALK PARKWAY 10' VARIES PARKWAY I I 6' SIDEWALKF 32' FL -FL 28' SAWCUT - FL 12' 12' MEDIAN VARIES 44' FL -FL 2' FL-SAWCUT 12 12 12 8 I 3 0 W W 15' UTILITY ESMT 6' SIDEW? 10' PARKWA 8 LANE TRAVEL TRAVEL BIKE VARIES VARIES VARIES BIKE TRAVEL TURN y 2� 2% VARIES I 77 PROPOSED MEDIAN SAWCUT LINE SPLASH GUARD TYPE 2 PROPOSED C&GOON IB) EX SIDEWALK SAWCUT LINE TSIDEWALK W/TYPE 2 (SECTION IIB) C&G ASPHALTPAVEMENT W/6" COMPACTED SUBGRADE SECTION (TYP) LEMAY TYPICAL SECTION STA 25+00 - STA 30+50 (111 = 101) 16' PROP_ ASPHALT 12' —r 6' RT TURN BIK VARIES TYPE 2 C&GnON IIB) SIDEWALK W/ COMPACTED SUBGRADE VARIES 47.0'-67. 24' SAWCUT - FL _ 12' 12' TRAVELTRAVEL VARIES 3 0 ROW VARIES 124'-134' PARKWAY 8' SIDEWALK VARIES NEDIAN' VARIES 32' FL -FL . \ I 19'-14.5' 12' 12' 8' TRAVEL­r-TRAVEL�BIKE VARIES ti RAISED MEDIAN z= - SPLASH GUARD J// PROPOSED TYPE 2 SAWCUT LINE (SECTION IB) EX SIDEWALK ASPHALT PAVEMENT C&G SECTION (TYP) i L-1l Av''ll l"f■/► A i G►Ill /",-r■r%III I LEMAY AVE PAVEMENT SECTION NOTES: 1. ASPHALT PAVEMENT SECTION SHALL CONSIST OF THE FOLLOWING: 2" HMA GRADING S (100) (PG 64-28) 3" HMA GRADING S (75) (PG 64-22) 3" HMA GRADING S (75) (PG 64-22) 12" ABC (CLASS 5 OR 6) 8" RECONDITIONED SUBGRADE 2. CONCRETE PAVEMENT SECTION SHALL CONSIST OF THE FOLLOWING: 11" PORTLAND CEMENT CONCRETE — CDOT CLASS P 6" ABC (CLASS 5 OR 6) 8" RECONDITIONED SUBGRADE CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. STA 30+50 - STA 33+25 (ill = 1 01) 1218 W. Ash, Suite C Windsor, Colorado 80550 Phone,(970)674-3300 Fax:(970)674-3303 INTER W EST C O N S U L T I N G G R O U P 3. THE COMPACTED SUBGRADE NEEDED BENEATH PAVEMENTS CAN BE INORGANIC ON —SITE OR SIMILAR OFF —SITE SOILS WITH 100 PERCENT PASSING THE 1-1/2" SIEVE, PLACED IN 8—INCH MAXIMUM LOOSE LIFTS AT 2 PERCENT f OPTIMUM MOISTURE CONTENT AND COMPACTED TO AT LEAST 95 PERCENT OF STANDARD PROCTOR MAXIMUM DRY DENSITY (ASTM D698). 4. PER CDOT M STANDARDS, ALL CURB AND GUTTER ABUTTING PCC PAVEMENT SHALL HAVE THE GUTTER THICKNESS MATCH THE PCC PAVEMENT THICKNESS (11"). �ya9WAi 6M go] :a0it.IMRm1�1X.»AIall sy ►m1wr�yae111113:a.WaIu]SIia.1raIm:n ziexeyda 6. MEDIAN SPLASH GUARD SHALL BE EXPOSED AGGREGATE. COLOR SHALL MATCH EX SPLASH GUARD AND BE APPROVED BY THE CITY. 7. CONCRETE PAVEMENT SHALL BE CDOT CLASS P WITH 48 HOUR 3000 PSI STRENGTH PREPARED UNDER THE DIRECT SUPERVISION BID SET 33441 r' r� �sS�ONAL•E�GT REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO Fo Collins DESIG SMBBY: DRAWN MB APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS .SHEET 9 rt ENGINEERING DIVISION TYPICAL SECTIONS OF 47 SCALE: DATE: 107 CHECKED BY: DATE: 1 1"-10' 16 14 �IRC �lR C ERR �RRr ywL 7 G T G T G C G Cam`C� EX 29 x44" STM CUL\ TO BE REMC 8+00 9+00 (APPROX. 54 1 — .....L LI -- T T _ 7\ T T � T z HHC HOLDINGS, LLP I N I PR�-----� I OTECT EX POWER POLE & UTILITY r J BOX IN PLACE I I II I I I II � I� rJ I PA 7-RICK4UBDIVISION FIRS7FILING I LOT E O L E L0 7 T W�(� V! �+ 17+00 TP§OT7—ECT OVE EX TREE ST MF Q co S LL1 Z XWATERNP PROTECT EX ROT / U SEWER IN PLACE Q I PROTECT EX 12" WATE ISTUB IN PLACE I I HALEY, JA) VICE & SCOTT T E E G_STA 10+30 EGIN DOUBLE YELLOW- INV N=4931.67 (27" STEEL) INV W=4933.97 (12" PVC) INV S=4931.62 (27" STEEL) REMOVE 17 1 IRRIGATION S BE REMOVED EX RIPRAP. TO BE REMOVED- & REPURPOSED I I i I ODELL BREWING I ODELL REWING COMP YFIR TREP T 0 c CMG __ _ J Ld o L ----- -- Ld rT- S T — sT r-' — — — — — --i®=— - sr- - —L�l(rJ�� V fi ST T v� G EX FIRE H RAR7 _PTO BE RELOCATEDc G 10 LF EX STRIPE G G 0 IN W W PROTECT EX � 15+OOSEWER IN PLACE ,- 16+00 Q S S Sgm LL.I ~ EX ELEC VAULL z TO BE RELOCATED)) J (BY OTHERS) , �W F �) E U EX R/GHT—OF—WAY EX IRRIGATION STRUCTURE ( ) TO BE REMOVED I PROTECT EX WATER METER IN PLACE I � I 4 EX BOLLARDS " TO BE REMOVED TO BE REMOVED IN W E, LINCOL-NAVE —EX MAILBOX SAW CUT —10I BE RESET, 12+00REMOVE EX TREE STUMP 13+00 (TYP)—\ 14+00 EX TREE STUMP i REMOVE EX TREE STUMP T u PROTECT EX WATER) LINE IN PLACE —ZX 36 CULVERT E TO BE REMOVED _ (APPROX. 40 LF) 5L—EX ELEC CONDUIT — I EX ENTRA CE TO BE TO BE PROTECTED PROTECTED IN PLACE IN PLACE UNTIL CONSTRUCTION F FUTURE WOODWARD I WEST ENTRANCE LOT WOODWARD TECHNOLOGY CENTER 4-VIf I yVb"VV CENTER E S EX SANITARY LINE UPSTREAM CONNECTION POINT UNKNOWN — — E " SANITARY MANHOLE EX RIM= 4945.15 ADJUST MH RIM=4943.74 INV N=4936.15 (6" PVC) INV E=4936.11 (12" PVC) INV W=4936.20 (6" PVC) NORTH LEMA YSUBDIVISION FIRST FILING E LIONCO N AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT 2 W } LOT 4 Q >- F Q LOT 3 LF POUDRE RIVER W IJI^^ VI E MULBERRY ST. CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2—BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. 40 20 0 40 80 SCALE: I" = 40' EXISTING TREE TO BE REMOVED EXISTING ASPHALT TO BE REMOVED EXISTING PAVEMENT STRIPE TO BE REMOVED NOTES 1. THE CONTRACTOR IS RESPONSIBLE FOR LOCATING ALL EXISTING UTILITIES. 2. ALL TREES NOTED TO REMAIN SHALL BE PROTECTED IN PLACE. PROTECTION FENCE SHALL BE INSTALLED AT THE DRIP LINE. SEE GENERAL NOTES SHEET FOR ADDITIONAL TREE PROTECTION NOTES. 3. LIMITS AND LOCATION OF SAWCUT LINES ARE APPROXIMATE. FINAL LIMITS SHALL BE DETERMINED IN THE FIELD BY THE CITY INSPECTOR. 4. ALL PAVEMENT REMOVALS SHALL BE SAWCUT TO A CLEAN EDGE. 5. REFER TO THE PLAN AND PROFILE SHEETS FOR FINAL LOCATION OF ALL ITEMS NOTED TO BE RELOCATED OR RESET. 6. REFER TO THE SIGNING AND STRIPING PLAN FOR FINAL LOCATION OF ALL SIGNS NOTED TO BE RESET. 7. DRY UTILITY LINES (GAS, POWER, CABLE, TELECOM) SHALL BE PROTECTED IN PLACE. 8. ITEMS SHOWN FOR REMOVAL ARE NOT SHOWN ON SUBSEQUENT SHEETS. 9. ADJUST EXISTING MANHOLE LIDS AND VALVE BOXES TO FINISH GRADE AS NEEDED. 10. EXISTING STRIPING NOTED TO BE REMOVED SHALL BE DONE PER THE APPROVED CONTRACT METHOD. 1 1. EXISTING TRAFFIC SIGNS WILL BE RESET BY THE CITY OF FORT COLLINS. BID SET PREPARED UNDER THE DIRECT SUPERVISION �PpO REG/S, •.AL��P 1218 W. Ash, Suite C O F�� Windsor, Colorado 80550 OvF.�� Phone: (970) 674-3300 Fax: (970) 674-3303� 33441 r• INTERWEST CONSULTING GROUP A 2� FSS/ONAL ECG REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO City ot F ort Collins DESIG SMBBY: DRAWSMB I APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS SH EET 10 OF SCALE: DATE: CHECKED BY: DATE: =r� c Vf r LLI Lwd 1264 LF EX S IP1 O TO BE REMOVE[ N VI W SAW CUT LINE (TYP)' J 'gem U E -- REMOVE 12 I I v u� IN PLACE LOT 1, WOODWARD TECHNOLOGY CENTER E LIONCo N AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT 2 W } LOT 4 Q OF �L LOT 3 w � POUDRE RIVER J E MULBERRY ST. CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. 40 20 0 40 80 SCALE: 1 " = 40' LEGEND EXISTING TREE TO BE REMOVED EXISTING ASPHALT TO BE REMOVED EXISTING PAVEMENT STRIPE TO BE REMOVED NOTES 1. THE CONTRACTOR IS RESPONSIBLE FOR LOCATING ALL EXISTING UTILITIES. 2. ALL TREES NOTED TO REMAIN SHALL BE PROTECTED IN PLACE. PROTECTION FENCE SHALL BE INSTALLED AT THE DRIP LINE. SEE GENERAL NOTES SHEET FOR ADDITIONAL TREE PROTECTION NOTES. 3. LIMITS AND LOCATION OF SAWCUT LINES ARE APPROXIMATE. FINAL LIMITS SHALL BE DETERMINED IN THE FIELD BY THE CITY INSPECTOR. 4. ALL PAVEMENT REMOVALS SHALL BE SAWCUT TO A CLEAN EDGE. S. REFER TO THE PLAN AND PROFILE SHEETS FOR FINAL LOCATION OF ALL ITEMS NOTED TO BE RELOCATED OR RESET. 6. REFER TO THE SIGNING AND STRIPING PLAN FOR FINAL LOCATION OF ALL SIGNS NOTED TO BE RESET. 7. DRY UTILITY LINES (GAS, POWER, CABLE, TELECOM) SHALL BE PROTECTED IN PLACE. 8. ITEMS SHOWN FOR REMOVAL ARE NOT SHOWN ON SUBSEQUENT SHEETS. 9. ADJUST EXISTING MANHOLE LIDS AND VALVE BOXES TO FINISH GRADE AS NEEDED. 10. EXISTING STRIPING NOTED TO BE REMOVED SHALL BE DONE PER THE APPROVED CONTRACT METHOD. I L EXISTING TRAFFIC SIGNS WILL BE RESET BY THE CITY OF FORT COLLINS. BID SET 1218 W. Ash, Suite C Windsor, Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 I IN E R W E S 7 C O N S U L T I N G G R O U P PREPARED UNDER THE DIRECT SUPERVISION o�Po'(� ALM STF cv00�it 33441 r' �SS7ONAL ECG\ REVISIONS: DATE: City OT CITY OF FORT COLLINS, COLORADO y Fort Collins DESIG SMBBY: DRAWSMB I APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS EET SH11 OF SCALE: I DATE: CHECKED BY: DATE: I I EI f STA 25.23'7.25 L) £ I C = BEGIN C&G REMOVAL 70 PARKING, I I I I N:129005.67 RESTRICTED E:200235.77 LANES ENDS" I y TO BE RESET I I I I J! o / I I I, •--I 'Y/ELD" 1 TO BE RESET -OHE -OHE / \ E If i I 1 :... I f qHE PROTECT EX �� SIGNAL POLE 'NO LEFT TURN' - - - TO 'BE RESET ------� �------ �-E__ZANE SIGN TOJBE RESET -'KEEP RIGHT" SIGN TO BE RESET 250 LF C&G REMOVE 101 SY I II II TO BE REMOVED MEDIAN COVER END C&G REMOVAL I "CAUT/ON SIGN` N:128892.88 TO BE RESET II - - - - _ - REMOVE LF C&G E:200349.21 I I ENHANCED CROSSWALK TO REMAIN IN PLACE I I 9 10+00 "KEEP RIGHT" ON EX TRAFFIC BOX -TO BE RESET \ TO BE RESET EX MEDIAN NOSE \ (BY OTHERS) TO BE REMOVED EX MEDIAN NOSE 1 \ TO BE REMOVED \ BEGIN C&G REMOVAL I ENHANCED CROSSWALK \ N:128782.60 TO REMAIN IN PLACE STA 10+81.391 I �I-IL.° a; 9.42' RT II E:200353.22 ( ) BEGIN C&G REMOVAL" -SzF----SL-_ sr Ir I. 5�i r I � 1 1 j• I I II I t I I III ' I I I �� h• !.I I LOT3, I WOODWARD EX CATHODIC PROTECTION 'BIKEWAY -RIGHT TECHNOLOGY "TRANSFORT BUS STOP/ I TO BE RELOCATED LANE B/KES ONL Y" CENTER (BY OTHERS) TO BE RESET NO PARKING" TO BE RESET OHE OHE �OHE OHE EX SIGNAL POLE & E VAULT TO BE REMOVED: FO FO �_ Fo Fo (BY OTHERS) 71V R rn,mc­ . _ v � FO `ESTA 18+34.57 (9.66' LT) IN W • \ \ \ °END O&Ca REMPYA s — > STA 18+35 - -END STRIPE REMOW U 1 +00' m Q _79+ LI SAWCUT LINE _ (f) �` (TYP) ST ST-­I- ST L I F— z__ ____ __ `J1 - S STA 20+09.30 END C&G ST--ST- ESET EX LIGHT 3Y OTHERS) E - S ST SAWCUT LINE (TYP) f .^•7 I.I EX WTR MH & VALVE TO BE RESET y I • I I ROTATE MH CONE TO EAST, RIM TO BE IN PROPOSED SIDEWALK. V COORDINATE WITH PROJECT ENGINEER. 'URBAN WILDLIFESANCTUARY` TOBE RESET 26 LF EX CULVERT y�TO BE REMOVED CROSSING SIGN TO BE RESET 160 LF CONC. PAN ­91KE LANE SIGN /-TO BE REMOVED TO BE RESET :SET-oH -ST/ LSETIV-/ CROSSING AHEAD _ TO BE RESET 'BEGIN RIGHT TURN LANE YIELD TO B/KES` TO BE RESET RELOCATE EX CATHODIC PROTECTION (BY OTHERS) OHE - �� OHE � '?TIGHT LANE MUST TURN RIGHT" FO TO BE RESET LOT3, I WOODWARD EX FIBER OPTIC TECHNOLOGY I TO BE RELOCATED (BY OTHERS) CENTER EX ELEC. VAULT OHE OHE —TO BE RELOCATED-, (BY OTHERS)- FO FO SAWCUT LINE -,L_� (TYP)�N FO - SEX TRAFFIC BOX • "" "� " "} STA, 13+64.66 IN ` � TO 'YE`RESET ` ­ \ v STA J i#38, � \ \ REMOVE 343 LF C&G (49.15' LT) OTHERS) BEGIN STRIPE RE�AOV4L M 11+00 PROTECT E\{ .. A I I E 12+00 REMOVE 76LF C&G fl,KS S 13+00 S 14+0 ye 15+ STA 10+95 RESET EX LIGHT BEGIN STRIPE REMOVAL- & ELECVAULT PROTECT EX LIGHT IN PLACE . — Y OTHERS) STA 13+99.02 (9.46' RT) EXISTING TREES TO BE _ - - - - - - - - - BEGIN C&G REMOVAL RETAINED & PROTECTED (TYP) EXITRAFFIC BOX - E - - - PTO BE RESET ��-__------- _E --- E -- - - - (BY OTHERS) ------------ _ -- - E - '--- // � T S — ST SAWCUT LINE NO LEFT TURN" (TYP)= TO BE RESET---- ^ �� E I:._.9 I•:�.1 LOT2 MULBERRY& LEMA Y CROSSING FILING 2 / � i7'yKK/(:HUt J T-A-,T-7 TO BE REMOVED GAG T T T G 0 0 ---�i- G T41 LF EX STOP BAR STOP HERE - I TO BE REMOVED ON RED"\� EX SIGNAL POLE do / I VAULT TO BE REMOVED) (BY OTHERS) LOT 6 PEDESTRIAN CROSSING MULBERRY& LEMA YCROSSING AHEAD SIGN I FILING 2 EX 12" WATER STUB S _KEEP RIGHT, NO U-TURN SIGN -TO BE RESET ST EX STRIPES TO BE REMOVED TO STA 21+82 % E_ \ I I LOT2, I �OHE EX FIBER OPTIC �OHE -TO BE RELOCATED - _ _ (BY OTHERS) OHE FO FO O FO FO T J RESET EX LIGHT IN m & ELEC. VAULT W W (BY OTHERS) " ` +4 iG6 W 96At +DO _17+00' - _ w z_ REMOVE 481 LF C&G _1 � _RESET EX LIGHT & VAU$. LEMAY�I YE ELEC. LT STI (BY OTHERS) U � W E — - I�------------- Ic c — G_. c T T LOT 6 T -A MULBERRY& LEMA Y CROSSING I FILING 2 I I EX SIGNAL POLE & WOODWARD I ULTTO BE REMOVED TECHNOLOGY ,--VAVAULT OTHERS) CENTER PROTECT EX WATER I MH IN PLACE STOP H HEREON RED" PROTECT EX SAN MH IN PLACE I TO BE RESET �F ADJUST RIM AS NEEDED OHE vnc OHE uOPTIC—OHEX nr oHE - EX FIBER RELOCATE E OHE - TO BE RELOCATED CATHODIC PROTECTION I (BY OTHERS) (BY OTHERS) PROTECT EX FO FO FO FIRE HYDRANT I FO FO FO FO - - - IN PLACE FO FO FO 0 m S S Aii L r REMOVE 40 LF C&G S. LEMA YA VE _SAWCUT LINE EXISTING TREES TO BE w STA 25+89.71 W (n (TYP) RETAINED & PROTECTED m 22+00 ( ) BEGIN SPLASH- TYP w 23+00 BLOCK REMOVAL 24+00 I - - - _ 26+00� = - - - co _ _____ — — — 27+G0 sTT — — — - — — — — — sT ST—ST—ST—ST—Ld sT Ld STA 24+48.86 RESET EX LIGHT f� END SPLASH & ELEC VAULT REMOVE 269 LF C&G � � BLOCK REMOVAL (BY OTHERS) "iV0 E - -- - STA 24+89.90 9.54' R .�- - ( T) LEFJ TURN" TO BE RESET U - - BEGIN C&G AND SPLASH --------r----.--- .. BLOCK REMOVAL _-- E cc -E� E --_. TURNLANE, T--------------�-'-- — ------ -- " Via.`-=� Y/ELD TO B/KES' T T - - - - - - T - - - _ EX ELECTRIC VAULT LOT I T r T TO BE RELOCATED (BY OTHERS) MULBERRY& LEMA YCROSSING FILING I EX SIGNAL POLE I TO BE REMOVED (BY OTHERS) E LIONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT R7���SfO LOT 4 FqG� LOT POUDRE RIVER E MULBERRY ST. CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. 1, 0 20 • ` 0 0 SCALE: 1 " = 40' LEGEND EXISTING TREE TO BE REMOVED EXISTING ASPHALT TO BE REMOVED EXISTING CONCRETE PAVEMENT TO BE REMOVED EXISTING MEDIAN COVER/SPLASH BLOCK TO BE REMOVED EXISTING PAVEMENT STRIPE T TO BE REMOVED NOTES 1. THE CONTRACTOR IS RESPONSIBLE FOR LOCATING ALL EXISTING UTILITIES. 2. ALL TREES NOTED TO REMAIN SHALL BE PROTECTED IN PLACE. PROTECTION FENCE SHALL BE INSTALLED AT THE DRIP LINE. SEE GENERAL NOTES SHEET FOR ADDITIONAL TREE PROTECTION NOTES. 3. LIMITS AND LOCATION OF SAWCUT LINES ARE APPROXIMATE. FINAL LIMITS SHALL BE DETERMINED IN THE FIELD BY THE CITY INSPECTOR. 4. REFER TO THE SIGNING AND STRIPING PLAN FOR FINAL LOCATION OF ALL SIGNS NOTED TO BE RESET. S. DRY UTILITY LINES (GAS, POWER, CABLE, TELECOM) SHALL BE PROTECTED IN PLACE. 6. ALL PAVEMENT REMOVALS SHALL BE SAWCUT TO A CLEAN EDGE AND CURB REMOVALS SHALL BE SAWCUT TO THE NEAREST JOINT. 7. ITEMS SHOWN FOR REMOVAL ARE NOT SHOWN ON SUBSEQUENT SHEETS. B. ADJUST EXISTING MANHOLE LIDS AND VALVE BOXES TO FINISH GRADE AS NEEDED. 9. COORDINATE LIGHT POLE RELOCATIONS WITH THE CITY OF FORT COLLINS LIGHT AND POWER (970) 224 - 6152. 10. COORDINATE RELOCATION OF CATHODIC PROTECTION UNITS WITH THE CITY OF FORT COLLINS UTILITIES (970) 2216700. 1 1. ALL SHRUBS IN MEDIANS SHALL BE REMOVED, AND SOIL SHALL BE REMOVED FROM MEDIAN AREAS OUTSIDE OF THE DRIPLINE OF EXISTING TREES TO REMAIN TO ACCOMMODATE NEW TOPSOIL AND PLANTINGS. 12. EXISTING STRIPING NOTED TO BE REMOVED SHALL BE DONE PER THE APPROVED CONTRACT METHOD. 13. EXISTING TRAFFIC SIGNS NOTED TO BE RESET SHALL BE REMOVED BY THE CONTRACTOR AND TRANSFERRED TO THE CITY OF FORT COLLINS. 14. EXISTING TRAFFIC SIGNS WILL BE RESET BY THE CITY OF FORT COLLINS. BID SET PREPARED UNDER THE DIRECT SUPERVISION �PpO REG/S, 1218 W. Ash, Suite C Windsor, Colorado 80550 OvO �..'(•AL,(.J�P Phone: (970) 674-3300 U j�� 7: O Fax: (970) 674-3303 � 33441 r• INTERWEST CONSULTING GROUP -A0,�;. 2� �SSLONAL.-; GQ REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO CityOt Fort Collins DESIG SMBBY: DRAWSMB I APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS S"12 OF SCALE: I DATE: CHECKED BY: DATE: I L I I I I I /OHE I /ONE LOT r,�„G N LOT2, WOODWARD I— WOODWARD°"E TECHNOLOGY I TECHNOLOGY °NE CENTER co w I CENTER o"E I "SPEED uM/T J5 W ONE / I TO BE RESET' I/ EX 8" SEWER STUB °NE EX FIBER OPTIC � L.I PROTECT EX SAN MH IN PLACE TO BE RELOCATED Eo z INE OHF STA 28+32J ADJUST RIM AS NEEDED (BY OTHERS) —1 I BEGIN STRIPE REMOVAL EX WATER BLOW —OFF Fo = EX FIBER OPTIC VAULT TO BE RELOCATED — EX FIBER OPTIC TO BE RELOCATED Q O TO BE RELOCATED SAWCUT LL_ (BY OTHERS) — Fo (BY OTHERS) ( TYP FO ) STA 28+70 I FO m o FO o BEGIN STRIPE REMOVAL I FO FO FO M M '/ I _RESET EX LIGHT M M REMOVE 469\4FO "` 1+4- & ELEC. VAULT STA@t'�•C� (�0. LTi� ... ..�" _ — — — — — — —(BY-OTHERS) BEGIN C&G REMOVAL _ LE�TURN- 28+00 — — -29+00— _ _ EXISTING TREES TO BE / i RETAINED & PROTECTED % STA 29+94.13 (TYP) I REMOVE 170 LF C&G / END SPLASH STA 29+28.95 (9.58' RT) / BLOCK REMOVAL S. LEMA YA YE END C&G REMOVAL RESET EX LIGHT — --_-- & ELEC. VAULT — — — — — — —�-s---�-��— (BY OTHERS)-•— E � T _ ------------- T Lo'T SWG T T � T � — — — — —. — — — � T T T T y & Lf5AM CRO MULBERR F7LING 1 BACKPORCh CAFE OHE 1�1 � M STA 33+15 Jr. L oSTRIPE REMOVAL' / OHE FO -STA 33+15.95 (5.02' LT st / END C&G AND SPLASH �BLOCK REMOVAL / R. i G Sj /G / KEEP R/G)9T, NO U TG?Al LEFT WlGy_ =• '" / TO BE RESET PROTECT EX METER, E & IRRIGATION TAP T S y - / / i ENAtTs �tMi E LIONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT LL LOT 4 FqG� LOT POUDRE RIVER E MULBERRY ST. / / / / 1 CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. WPM SCALE: 1 " = 40' EXISTING TREE TO BE REMOVED EXISTING ASPHALT TO BE REMOVED EXISTING CONCRETE PAVEMENT TO BE REMOVED EXISTING MEDIAN COVER/SPLASH BLOCK TO BE REMOVED EXISTING PAVEMENT STRIPE TO BE REMOVED NOTES 1. THE CONTRACTOR IS RESPONSIBLE FOR LOCATING ALL EXISTING UTILITIES. 2. ALL TREES NOTED TO REMAIN SHALL BE PROTECTED IN PLACE. PROTECTION FENCE SHALL BE INSTALLED AT THE DRIP LINE. SEE GENERAL NOTES SHEET FOR ADDITIONAL TREE PROTECTION NOTES. 3. LIMITS AND LOCATION OF SAWCUT LINES ARE APPROXIMATE. FINAL LIMITS SHALL BE DETERMINED IN THE FIELD BY THE CITY INSPECTOR. 4. REFER TO THE SIGNING AND STRIPING PLAN FOR FINAL LOCATION OF ALL SIGNS NOTED TO BE RESET. S. DRY UTILITY LINES (GAS, POWER, CABLE, TELECOM) SHALL BE PROTECTED IN PLACE. 6. ALL PAVEMENT REMOVALS SHALL BE SAWCUT TO A CLEAN EDGE AND CURB REMOVALS SHALL BE SAWCUT TO THE NEAREST JOINT. 7. ITEMS SHOWN FOR REMOVAL ARE NOT SHOWN ON SUBSEQUENT SHEETS. B. ADJUST EXISTING MANHOLE LIDS AND VALVE BOXES TO FINISH GRADE AS NEEDED. 9. COORDINATE LIGHT POLE RELOCATIONS WITH THE CITY OF FORT COLLINS LIGHT AND POWER (970) 224 - 6152. 10. COORDINATE RELOCATION OF CATHODIC PROTECTION UNITS WITH THE CITY OF FORT COLLINS UTILITIES (970) 2216700. 1 1. ALL SHRUBS IN MEDIANS SHALL BE REMOVED, AND SOIL SHALL BE REMOVED FROM MEDIAN AREAS OUTSIDE OF THE DRIPLINE OF EXISTING TREES TO REMAIN TO ACCOMMODATE NEW TOPSOIL AND PLANTINGS. 12. EXISTING STRIPING NOTED TO BE REMOVED SHALL BE DONE PER THE APPROVED CONTRACT METHOD. 13. EXISTING TRAFFIC SIGNS NOTED TO BE RESET SHALL BE REMOVED BY THE CONTRACTOR AND TRANSFERRED TO THE CITY OF FORT COLLINS. 14. EXISTING TRAFFIC SIGNS WILL BE RESET BY THE CITY OF FORT COLLINS. BID SET PREPARED UNDER THE DIRECT SUPERMSION �PpO REG/S, 1218 W. Ash, Suite C F�� Windsor, Colorado 80550 OvO ��'(•AL,(.J�P Phone: (970) 674-3300 U -7: O Fax: (970) 674-3303� 33441 r• INTERWEST CONSULTING GROUP _A0 2� �SSLONAL ;�v REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO Cityot Fort Collins DESIG SMBBY: DRAWSMB I APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS EET SH13 OF SCALE: I DATE: CHECKED BY: DATE: I HALEY,, JANICE t� & SCOTT o I --- m N M) �T �iinc MIN 3 E — S— .6i _ U U E la T G T T G' G S w 6 w W c c 8 0 - - 9+00 - - 10 00 w -8+0 w w- 9+00 w W T tFT S - - - BEGIN WIDENING OF ROADWAY CL STA:10+12.87 (17.93' RT) HHC HOLDINGS, LLP EOP STA:10+12.87 m F----------1 I I I I I I I rJ I II I II I II I II I II I II rJ W_ w G 11+00 1� f� w w 11+00 STM LINE 1- CL STA 11+17 RESET MAILBOX ODELL XIN _ C ol� = TT _ z_gC c G W W LINCOLNA VE EX f� 12+00 - - - 27 LF 6" DIP z N i a rc� 147.33' L STA 11+18.74 —� + RT) RELOCATED FIRE ( — HYDRANT jW N I t I I`IU •I N EXISTING OFFICE & i cJl PARKING TO REMAIN IN PLACE =1 r — •I I I I I I ODELL BREWINGwol COMPANYF/RSTREPLAT I Ln c I _ X� 4�Tlz— cn fi - —�j ► i W G G G co FX SANITARY LINE �� O _ W n 3�� PS7REAM CONNECAON w F EX 16" WIR w w � PO/NT UNKNOf49V �O —W 13+00 SAWCUT LINE 14+00 15+00 16+00 �v X 2" I —w 3 � +0 S S 0— S�h�— S 14+00 � LLJ I z 15+00 16+00 E E E 77 EX ROW U (TYP) EOA (TYP) o n I- - TEMPORARY 6' EX ES'MT J- a ASPHALT SIDEWALK (TYP) h Z� LOT I, am fit; as wa WOODWARD w TECHNOLOGY END 30' RADIUS CL STA 16+34.37EL=4941.40 CENTER SEE NOTE 1 4956 4956 4952 0 4952 �o rn 00 V F M N X N W 4948 J U U O F 1 1 It! rn 4948 U V K N— — — — — — — — — — — — — — — EX GRADE --- ------ a N VI vJ 0 q (TYP) - - - - _ _ 00 4944 - - - - - _ 4944 M- - - - - - - - - - - - 4940 4940 8 80 9 60 10 40 11 20 12 00 12 80 13 60 14 40 15 20 16 00 CENTERLINE PROFILE 4956 4956 4952 c o 4952 Ned no ON no our N O 00 o 0 o:N 0o pox oo +o ±`� - O ax a lal a p II a +u)w Nrnwv�i o op ^` (n wF (~i) w ((A Uj A � < p eo n � p o 4948 a �� -- -- N W In —aaw� w F M it FJ rn a Ion g o 00� +n n con 01 4948 pp +Ni o 0 ---- ---------- --._- _ -0.11% -0 (nw o �_� 0 Ins 0 +�i + N� ' ON Ila Inuj a II a lal II v +cV torn -1.00% N w N w N w FINISH GRADE N w a l ®RT EOP (TYP) w 4944 - - -1.0 % 1 _ 1 R:- _ 4944 EX GRADE -0.8�3% -0.50 _ \ / 0 RT EDP (TYP) - _ - ` / 0.90 I� 4940 4940 8 80 9 60 10 40 11 20 12 00 12 80 13 60 14 40 15 20 16 00 RIGHT EDGE OF PAVEMENT PROFILE Tol I— co LL.I Ld m 0 1V T v' Ld z J U I- r I — co LLI L/d (''� v' O -I- W z J 2 U E LIONCO N AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT 2 W } LOT 4 Q F Q LOT 3 LF POI DRE RIVER W J E MULBERRY ST. NOTES: 1. MATCH THE EXISTING EDGE OF ASPHALT FOR THE DRIVEWAY AT CENTERLINE STA 16+58.70 COMPLETED UNDER THE WOODWARD TECHNOLOGY CENTER PHASE 1 IMPROVEMENTS. 40 20 0 40 80 SCALE: 1 " = 40' LEGEND PROPOSED CONCRETE PROPOSEDASPHALT PROPOSED TEMP. ASPHALT SIDEWALK BID SET CALL UTILITY NOTIFICATION PREPARED UNDER THE DIRECT SUPMMSIDN CENTER OF COLORADO 811 Do REG/Sr 1218 W. Ash, Suite C .. • i'� AL47 • F.p CALL 2—BUSINESS DAYS IN ADVANCE Windsor, Colorado 80550 BEFORE YOU DIG, GRADE, OR EXCAVATE Phone: (970) 674-3300 33441 FOR THE MARKING OF UNDERGROUND Fax: (970)674-3303 Q �0�'• MEMBER UTILITIES. I INW E s T C O N T E R S U L T I N G G R O U P ASS/ONAL ENG\ REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO City Ot F ort Collins ENGINEERING DIVISION � DESIG SMBBY: DRAWSMB I APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS INTERIM EOP PLAN & PROFILE SH EET 14 OF 47 SCALE: 1"-40' DATE: I07 16 14 CHECKED BY: DATE: 1 No Text No Text I•' I BEGIN PROPOSED C&G CHORD FL ELEV W/ COOT PLANS PCR FL STA 10+32.45= CL STA 10+58.48, 126.77' LT EL=4936.73t MATCH EX f I I. • I � clncwel Ir LOT3, SMT WOODWARD TECHNOLOGY -SEE SHT 31 FOR CENTER UTILITY INFORMATION •PCR BEGIN PROPOSED C&G . CL STA 15+46.61, 67.62' LT _ °f- OHE ---- OHE T _-� G OT E 7 � TT- - /[MULBERRY&LEl[MAYCROSSING FILING 2 4948 4948 80.0 ' VC 4944 VPI STA 11+20.00 4944 A.D.=1.99x O K=40.14 o dt~a»tn pO O �IIOo�d °gr_nID C4 O O¢HN_» O t n 4940 M fpaG �p o p p Od + M N n QaO^ d- o wo GaO u1N � tfC nM HIJO0 O y NM <OoIIoopm^�n II W > + oMF �Ja_i II j't �N 1 N� 4 ' W it W m ¢ii, W M m O 1 O N W »w ¢IIdV II UU u � W N zM�M N. Ila HNW < WW W6 U a» s —1�2�-- o (1) w j NW o as 0.99 4936 aso aiw . 0 493�mdW_6+W > 00%w 0. % 0.97xN�� 0.96% 0.50 .50% 050%_ � — — 4932 — — — — 4932 10140 11120 12400 12 80 13 60 1 40 15 20 16 00 16 80 17 60 LEFT FLOWLINE PROFILE E LIONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT LL F�SfO LOT 4 FqG� LOT POUDRE RIVER E MULBERRY ST. O 20 • 40 HORIZONTAL SCALE: 1 " = 40' VERTICAL I- SCALE: 1 " = 4' co w LEGEND O LLA PROPOSED CONCRETE CID PROPOSED ASPHALT I PROPOSED ASPHALT PATCH zPROPOSED MEDIAN COVER PROPOSED MEDIAN NOSE CAP U Q NOTE: 1. SEE SHT 46 FOR ADA RAMP DETAILS AND SHT 27 AND 28 FOR ISLAND AND DRIVEWAY GRADING DETAILS. U8, CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. LINE TABLE LINE LENGTH BEARING L1 87.33' N19'38'06"E L2 150.78' Ni'46'05"E L3 134.38' N5'51'14"E L4 5.59' N3'20'18"E LS 1 275.57' 1 N3'20'18"E CURVE TABLE CURVE LENGTH RADIUS DELTA CHORD CH LENGTH C1 48.57' 40.00' 69'34'32" N54'25'22"E 45.64' C2 31.18' 100.00' 17'52'01" N10'42'06"E 31.06, C3 7.13' 100.00' 4'05'08" S3'48'39"W 7.13' C4 4.30' 98.00' j 2'30'55" N4'35'46"E 4.30' C5 32.58' 20.00' 1 93'20'18" 1 N43-19-51"W 29.10' C6 30.25' 20.00' 1 86'39'42" 1 N46-40.09-E 27.45' BID SET 1218 W. Ash, Suite C Windsor, Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 I N T E R WEST C O N S U L T I N G G R O U P PREPARED UNDER THE DIRECT SUPERVISION 33441 r' t � �% S70NAL"ECG REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO �Cityof Ol t y � Collins� ENGINEERING DIVISION DESIGNED BY: (DRAW BY: APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS FLOWLINE PLAN & PROFILES SH17 OF 47 SCALE: 1"-40' DATE: 107 16 14 CHECKED BY: DATE: I 19t00 F: G^ co r N W-24Ld I— W . •W W .... c S — W r PCR FL STA 20+56.84 co ------ EL=4940.18 T 20+00 21+00 O E E—19+001 — — — — — — — — — — — — — J HMA PATCH � — — (TYP) E -- L - (n W _ _ E E — E 'z —� — — — — — — — — . . J ,—G -- G——---------------E -Ei}--� \--- ----"1 - •Y T— T G G G I TI HI T T T 1 1 1 I I I d Q I I -0 LOT6 J MULBERRY& LEMA YCROSSING I FILING 2 I PCR LOT3, END PROPOSED C&G LOTZ, WOODWARD CL STA 20+82.03, 66.50' LT WOODWARD — I— _ EL=4939.50 PCR _ — CATHODIC PROTECTION TECHNOLOGY BEGIN PROPOSED C&G EXISTING _17 LF 18" HDPE . TECHNOLOGY (BY OTHERS) SEE SHT 42 FOR CONC. CL STA 21+56.03, 76.50' LT PRPA OVHD 0 S=0.5% COH CENTER BUS STOP LAYOUT EL=4939.42 POWER LINE W/ 18" CAP CENTER INV:35.11 PI FL STA 18+41.39— _°' -� — ow EL=4938.04 _ —uHE OHE OHE 71—OHE OHE OHE —OHE .. OHE OHE — 22+00 . ,. 23+00 CATHODIC PROTECTION ..,_ 24+00 C9 < (BY OTHERS) W EX 24'" WTR L8 Fc25+00 '-�- —`- FL STA 23+50.00 —w w L ?-`F0 CL10 F026+00 W s s W 10' TYPE R INLET— — S — w S' LLI PCR FL STA 21+81.24 TBC=4939.42 (n EL=4939.79 o PC FL STA 24+12.67 w — FL=4938.92 w EL=4939.24 PC FL STA 25+53.03 w 22+00 18" INV=4935.20 PT FL STA 24+1a.nu EL=4940.30 PT FL STA 25+60.16 O 23+00 EL=4940.34 — ---�=a _ , — 24+00 EL=4939.28 -=-0=---- ----- -- T- - r- - - �W 1 T ---- -- E CONCRETE MEDIAN NOSE (TYP) SEE DETAILS. LEMA YA YE I �n SHT 42 LLI -=_I _--__ _----------------- — z E _------_--_--__-- T ---------.-------- _------ -- --__ U TT-------- LOT f T— T T -- T-- Q I� MULBERRY& LEMA YCROSSING FILING f I I 4948 4948 o oR LO w o O oq O O C) O O OIL N Q w �� o_ O d N Q i5 N O O O O O p� OOD 81"o ON }ot Lo m +p fDo 4944 0 o_ 0 o19 I o+o J m + F uio uoiY +� Ng Nrn �I v 4944 C) O op Lo +a, 04 _ o, III �� In U ti a NY +OI OZ� +pj YM NO NO II Q HJ cnd pro lO- +OD �OMi II � HJ M J ca Q II c4 O m �� N� II Q II FJ Nw our +n +ao aDn rnn II °i IICO Q II a ~� tnw II rnw m rn a rEd w III Q II +w°' IIa Q II Qp H-J r� tnw v1w �� II a Q II Nd U� II J K II UJ a. D-' U HJ Ow M N II wJ Nw Cow a p ~J vtw �w �� as �� Q' w �� 56% —_ EEnw v'�� .76 _ 4940 — — _1.06%- — -1.7 9, 0. 4%_ - ix - .53% 0.50% 0.58% A.97� _—1.03%. \ — — — — — I ---- ---- — — — — — — -- 4936 4936 4932 4932 18 40 19 20 20 00 20 80 21 60 22 40 23 20 24 00 2 80 25 60 26 40 LEFT FLOWLINE PROFILE 2, i in LLJ LrL�J V/ 0 co N W z J U d 2 CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2—BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. E UONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT ��LFRS/Q LOT 4 f F POUDRE RIVER LOT E MULBERRY ST. HORIZONTAL SCALE: 1 T' = 40' VERTICAL SCALE: 1 " = 4' LEGEND PROPOSED CONCRETE PROPOSED ASPHALT PROPOSED ASPHALT PATCH PROPOSED MEDIAN COVER PROPOSED MEDIAN NOSE CAP NOTE: 1. SEE SHT 46 FOR ADA RAMP DETAILS AND SHT 27 AND 28 FOR ISLAND AND DRIVEWAY GRADING DETAILS. LINE TABLE LINE LENGTH BEARING L6 215.44' N7'55'28"E 18 231.43' N7'55'28"E L9 133.22' N6'00'36"E CURVE TABLE CURVE LENGTH RADIUS DELTA CHORD CH LENGTH C7 39.27' 25.00' 89'59'22" N43'04'13"W 35.35' C8 39.27' 25.00' 90'00'38" N46'55'47"E 35.36' C9 7.13' 100.00' 4'05'08" N3'58'02"E 7.13' C8 7.13' 100.00' 4'05'08" N3'58'02"E 7.13' BID SET PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C pi .-,* ••At,7•ST Windsor, Colorado 80550 U � Phone: (970) 674-3300 r: Fax: (970) 674-3303 33441 r: I N T E RW EST CONSULTING GROUP ��.c�'• .•��� �sS70NAL•E�G� REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO ^ Tort Collins DESIG ED BY: SMB DRAWN Y: SMB APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS SH18 ENGINEERING DIVISION FLOWLINE PLAN & PROFILES OF 47 SCALE: DATE: 107 CHECKED BY: DATE: I 1"-40' 16 14 A. I / / / / / / / / I G/EXISTIN POWER LINE LOT 11 I LOT2, / / / WOODWARD WOODWARD / ' / TECHNOLOGY / / 5 LF 18" HDPE / TECHNOLOGY°"E CENTER W% 18" CAP I CENTER /0HE II n INV:35.37 33+C I _ BEGIN PROPOSED C&G v PCR CL STA 30+04 92 67 50' LT CH BAGCAFE M m FUTURE ALIGNMENTS a G 6, FLOWLINE ALIGNMENTS M � <n� '00 / JCL STA 32+94 TYPE III SIDEWALK BARRICADE 1 E FL STA 32+80.00 5' TYPE R ON -GRADE INLET TBC=4942.25 FL=4941.75 < Gr 18" INV=4935.45 / �OHE ylop s J OHE 0 I END PROPOSED C&G CL STA 29+66.03, 67.50' LToHE / EL=4943.30+ppPCR PCR FL STA 30+26.63IHE oHE EL=4943.50 EL=4943.00PCR LT4/ F/RE HYDRANT Ld FL STA 29+30.93 EL-4942.84FL - EoEX/SANG STA 31+61.63 42— �-7 O 27+00 FO .� .'..:31g FO ......, . G�ti • M -� / 32kp i0 28+00 FO 29+00 E s C11 � + L10 .. .., -� S S _ O s g st Nm _ I N M M M M EX 24'" WTR— M � � � i1+00 � � � St — — PC FL STA 28+33.74 2.31 _ d EL=4942.31 �� 27+Op — — — — — — — —.— — — +00 _ W OFF / �c- RESET EX WATER BLOW �E 28+00 2s+oo BEHIND CURB Z I E E. A 7 73 J r I r,� T T -- T---- - T ------ ---_ --_ T T EMAyCROSSWG T - i T I MULBERRY F/ ING f :81 vl W W�r� V/ N m Ld Z J 2 L) / ,gyp-..:�.✓ I'r. { ONE 3kkpo G END PROPOSED C&G�G FL STA 33+01.25 CL STA 33+19.8686, 39.50' LT i ' J EL=4941.79 , F. � 6 � „� CONCRETE MEDIA N NOSE (TYP)• i -7$EE DETAIL SFtT 4 r C) /G" •� �FE A N�s �' B�PARfM 4952 4952 � w z w 0 4948 rn o fO o o � N Zn o 4948 o N O < O +N "a rcQ M +< +cV o Go M� ON O^ p 0+0 �v a N� a y o '� a MO�i + U)p� M II a w HJ o ov tin a0� Nol II II II M� Q II III +� IIJ w tnw +� n� n� 04 c4 Ila Ila QII QJ NW I W JF VJ d"II �w UJ V) dW FJ NW rNirn Q H. Qa J �� o� +o O N� III FJ f~/1W O: ar a. v)In Li -t� O 4944< II �J NW __ Qj V n U� 4 aasa » v~i w p v 4944 tow tnw n� 01 �� �7ZlL— — — — 0.5096---- --� -0.50% 11 0. 7�-- �.69 — -0. Oi -0.50% — --`-0.73% n w — — / — -- 4940 4940 4936 4936 4932 4932 27 20 28 00 28 80 29 60 30 40 31 20 32 00 32 80 33 60 34 40 35 20 36 00 36 80 37 LEFT FLOWLINE PROFILE CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. E UONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT /LFRS/Q LOT 4 f F POUDRE RIVER LOT E MULBERRY ST. HORIZONTAL SCALE: 1 T' = 40' VERTICAL SCALE: 1 " = 4' LEGEND 17-7-1 PROPOSED CONCRETE - PROPOSED ASPHALT - PROPOSED ASPHALT PATCH PROPOSED MEDIAN COVER PROPOSED MEDIAN NOSE CAP NOTE: 1. SEE SHT 46 FOR ADA RAMP DETAILS AND SHT 27 AND 28 FOR ISLAND AND DRIVEWAY GRADING DETAILS. LINE TABLE LINE LENGTH BEARING L10 273.58' N7'55'28"E L11 139.62' N15'07'43"W CURVE TABLE CURVE LENGTH RADIUS DELTA CHORD CH LENGTH C11 97.18' 1037.00' 5*22'10" NO'45'37"W 97.15' C12 43.55' 30.00' 83*10'58" N45'02'12"W 39.83' C13 32.96' 30.00' 62'56'30" N22'45'26"E 31.32' C14 135.00' 1027.00' 7'31'54" N12'28'46"W 134.90' BID SET PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C pZPQO • AL47•ST Windsor, Colorado 80550 pv. !�� /,p•• Phone: (970) 674-3300 U '0 9r5 Fax: (970) 674-3303 33441 INTERWEST CONSULTING GROUP ��.c�'• .•�a�� FS&/ONAL Epp 'REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO Fort Collins DESIG ED BY: DRAWN Y: APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS SH19 ENGINEERING DIVISION �- FLOWLINE PLAN & PROFILES OF 47 SCALE: DATE: 10716 CHECKED BY: DATE: I 1"-40' 14 - 4 I/ I � � I E •: �7-OHE OHE / II C HE - I MEDIAN NOSE PT RFL STA=8+73.42 (TYP) EL=4935.15 8+00 P(: RFI CTA=A+51 AQ END MEDIAN �---- LOT3, � _ ------ _ WOODWARD •`p�+,E' �.; \ LI TECHNOLOGY OH -OHE =HE CENTER - IA ". PT LFL STA 10+79 96= r II CL STA 10+81 39 5.07 RT 1 2, EL=4935.6 _ F 11+00 I --1` Q� PC RFL STA 10181.39= II CL STA 10+81.40, 9.43' RT 11 EL=4935.49 . CONCRETE MEDIAN NOSE (TYP - E S 1_ DE AIL SHT 42 I � I � OHE ----�OHE OHE HMA PA fGH- _ CL STA 13t92 FO ti' OHE �oHE -w _ �BEGIN SPLASH GUARD T FO 1 _PT LFL STA 5+04.09 rn FO PT LFL STA 13+61.04 EL=4935.50 FO F0 w EL=4934.82 W w PC LFL STA 14+85.76 I w i _ PC LFL STA 1S E935,38_ LEMA YA VE W ENS EL=4934.75 L=4.45 15+ 6D SPLASHGUARD 934� S. 12 S S S 14+0000 L13 .. S -L74 17+OOS O is+oo � 16+00 - E 14+ ..-L17... _... C29 _. 17+00 y - 00 13 _ _ +00 - - - - 16 - - C28 E E - EE - - - - .86 E E I E d, PC RFL STA 13+95.28= PT RFL STA 14+03.53--EL=4936.76 PT RFL STA 15+43- � E CL STA 13+95.28, 9.50' RT EL=4935.17 PC RFL STA 15+35.31 EL=4935.13 Sr ST EL=4936.68 ST ST Sr S7 ST ST S7 ST ST S7 w C� I - - - - ----- - U / 0 i T C J G LOT2 LOT 6 T MULBERRY& LEMA Y CROSSING MULBERRY& LEMA Y CROSSING FILING2 I FILING 2 � I 4944 0 0 oa O o O tb + 00 coK) cc) O 00 w O 0 0 O a n M Q a O O O O O C0 Oa +t0 nq II Ila NW 4940 0)'o o ro o m o0 0 O O o o O 00 +in O O O� OOt n to +a'1 + �M ,6 tDa HJ a ¢ tnW II aa sa O_M- �M W O oLu , W }tn M 00 +� OW I!) t0 Oa ON O N n . +tn ,f M it O a ¢ a II FJ tnw as as Il ¢II Il ¢II _ IIa rn NM m to NM + +a r2M �M rn M rn _ II O1 ¢ FJ II ~J v)W >> v)LU t~nw p Qa M it ¢ G v~w nw �� 83% m viw ;w FJ �J v)w tnw __--- 1.13 493-9 �� -- �w �� �� > > 0.91% - - 0.97% - 4936 0.33% 0.57 --�- - FINISH GRADE EX 0 LT GRADE MED f (TYP) 0 LT MED FL (TYP) 4932 4932 10 40 11 20 12 00 12 80 13 60 14 40 15 20 16 00 16780 17760 LEFT MEDIAN FLOWLINE PROFILE O 4944 4944 4944 0 q to 0- 0 O O a r tq + nd O O ¢11 O O O O^ O U) O00 �()�() nM + r� tb 00 M II LdnFn +00 N wW 00¢Z +Lo +M OM oo Otd ±M l a Q Qa a Z ¢ O N ry n Ou.p0 03x I a O 1c, ^ +<o II II~N W -- 4940 000 _°p 0 w +M�� 0+0 pMi + n z U l It x Qa W= 4940 4940 a z 0 O rn III ¢ II it a ¢ II a w ��2X�' �� NWZV fAW r __ aM to yw NW 0:52%-/ a+00Mi ¢a,Zw as II a tnw ZU __ ��m¢ - c~nw cnw Gaaaza tnw- w¢ EX ADE 'MED 86% /- 4936 4936 493�i 0Rwm (TYP) -_ T ®RT FINISH GRADE MED FL (TYP) �� 4932 4932 4932 8 40 9 20 10 40 11 20 12 00 12 80 13 60 14 40 15 20 16 00 16 80 17760 RIGHT MEDIAN FLOWLINE PROFILE N I- 2 w LId n vl O O 03 V) w _z U d N I- 2 w w co O O Q W z J 2 U cd G E LIONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT �7�F�SfO LOT 4 FqG� LOT POUDRE RIVER E MULBERRY ST. 40 20 O 40 80 HORIZONTAL SCALE: 1 " = 40' VERTICAL SCALE: I " = 4' LEGEND 17777771 PROPOSED CONCRETE PROPOSED ASPHALT PROPOSED ASPHALT PATCH EJPROPOSED MEDIAN COVER MIPROPOSED MEDIAN NOSE CAP CURVE TABLE CURVE LENGTH RADIUS DELTA CHORD CH LENGTH C15 6.84' 2.18' 180'00'00" S88'13'55"E 4.36' C16 15.59' 100.00' 8'55'49" N2'41'49"W 15.57' C17 18.33' 100.00' 10'30'02" S7'54'43"E 18.30' C28 8.55' 100.00' 4'53'46" N031'36"W 8.54' C29 8.55' 1 100.00' 1 453'57" SO'31'31"E 8.55, C34 1 21.53' 1 100.00' 1 12'20'05" i N4'25'56"W 21.49' C35 1 6.00' 1 1.91' 180-00'00" S89-40.21"W 1 3.82' LINE TABLE LINE LENGTH BEARING L12 265.49' N1*41 L13 124.72' N7'09'44"W L14 330.86' N3'20'18"E L17 131.48' N2'58'29"W L18 503.27' N1'55'28"E L24 23.60' N10'35'59"W L25 65.30' 147'44'6"W CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. BID SET PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C Windsor, Colorado 80550 Uvfi ;p• �� Phone: (970) 674-3300 U :per 9r1 O Fax: (970) 674-3303 33441 r• INTERWEST CONSULTING GROUP �0;• •���� �SSLONAL•; �,q REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO City of F ENGINEERING DIVISION rtCo«Ins DESIGNED BY: DRAWN Y: APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS MEDIAN PLAN I PROFILES SH2O OF 47 SCALE; 1 - -40 DATE: I 07 16 14 CHECKED BY: DATE: 1 LOT3, WOODWARD — TECHNOLOGY CENTER N ._ F, co S PT LFL STA 18+34.94— — PT LFL STA 20+09.50= W— W W EL=4938.80 CL STA 20+09.13, 9.50' LT S PT LFL STA 20+47.00=- S W 19+00 EL=4940.45 EL=4941.02 — — — — 19 — — —. �.��—_— — 20+00 L15— _ 20 00 00 O E— E ------I =MEDIAN NOSEM�' — PC RFL STA 20+47.14=) ILLL\111\ W I—ST ST ST ST ST STSTEL=S941.22 ST ST ST = - HMA PATCH P� RFL ST4T21+89.97= Q (TYP) CL STA 21+88.97, 9.50' RT- �' EL=494 7� Ld Z—-------- — E 1 T A T c----- G------G----�}—� I--- -- U I T T T Q LOT6 Q MULBERRY& LEMA Y CROSSING Q FILING 2 I k I l I O N I— _ W Ld co O O co I— J) W z J _ U I— O N co W W cn O O M+ W Q cn W z J _ U SQ G LOT2, WOODWARD -------A —------ ---- TECHNOLOGY —--- - CENTER OHE OHE OHE OHE _ HE OHE OHE OHE � � N .. �... . W W F0" — s �' — —w �� W —�-- S-- s —_ w W PT LFL STA 21+89.83= S. LEMA YA VE ��'w — S W -CL STA 21+88.98, 2.26' RT CL STA 25+92 w EL=4941.21 CL STA 24+45 BEGIN SPLASH GUARD END SPLASH GUARD +00 --93+00_ 2-5+00---- 24+00 —2-6+00— I 0 +00 6}0O ------- 24+00 C3122+0 �O T —ST—ST—ST—ST CONCRETE MEDIAN NOSE _30 PC RFL STA 24+90.90= 2 (TYP) PC RFL STA 26+32.03, SEE DETAIL SH 42 CL STA 24+89.90, 9.54' RT EL=4941.92 I - _- EL=4940.61 co E C)__ — _ - ti = PC RFL STA 24+99.55 EL=4940.70 PT RFL STA 26+40.58 EL=4942.01 I ' W -- ---- �a --------- -- _ — T -— — — --- — — — — — — — -- — T T — — — — — — LOT I T T T 1r—� Q MULBERRY& LAMA YCROSSING FILING I I I 4948 4948 p0 ro w O UO o,*w Q aNp +� oi Go +�Q z +pmJ NaZZ No'px uj O rn Na31i II �p av Mw 4944 C) A)2 auzw �w� tnwzF +ot +01 ;wZ� W m< it 1 II ao HJ __ ��w -- HJw — —�--- tnw v1wQ 1.52% — — — — — — — — — — — — — — — ---- — _ w _ — — — — — — — — — — — — — — — — — — — — — — — — — 4940 0. 5$--- ---- FINISH GRADE EX GRADE 0 LT MED FL (TYP) ® CT MED f (TYP) 4936 4932 18140 19120 20 00 20 80 21 1 60 22 40 23 20 2 00 2 80 25 60 26 t 40 LEFT MEDIAN FLOWLINE PROFILE 4948 W p O p pJ p O 0 wN �pI _ �a p p ON Op O pz 0 0w +_N N� Nla+ T��Z O O� p pO + g CnT0 1 11 (I g C aw �O HNp�6I, 1 p Oia uOD w Y�W 1 HJZ2 NW F 11 4944p as »--� +a0 +a COM °'a, II a Q II �w v1w HJ 2 �a IIQ Q FJ V1w Nw __ �� p ��W 41WZU aaaaR �� __— -- 0.70 HJ FJ U) Ld U)W �� iim� iaa. »w — \ / 1.00Ry rn w FL FL�� to w ���' — 1.30% —��-- ---- ---- r —� 0RTMEDi(TYP% EX GRADE 1.0% ,/ 0�0% 2% — -- ---- ----- ---- 4940 p, FlNISH GRADE FINISH GRADE 0 RT MED E(TYP) 0 RT MED FL (TYP) 4936 18 40 19420 20 00 20 80 21460 22 40 23 20 2400 2480 25 60 26 40 4932 RIGHT MEDIAN FLOWLINE PROFILE N N I— _ co W W m O N 1Q v! W z J U N N W W�/� VI O WM + N co Ld z J U SQ G E UONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT LL /LFRS/Q LOT 4 q LOT f F POUDRE RIVER LL E MULBERRY ST. �L-lid 0 20 • ` 0 80 HORIZONTAL SCALE: I" = 40' VERTICAL SCALE: 1 " = 4' PROPOSED CONCRETE PROPOSED ASPHALT PROPOSED ASPHALT PATCH PROPOSED MEDIAN COVER PROPOSED MEDIAN NOSE CAP CURVE TABLE CURVE LENGTH RADIUS DELTA CHORD CH LENGTH C18 11.00' 3.50' 180'00'00" N88'04'32"W 7.00' C19 11.38' 3.62' 180'00'00" S88'01'32"E 7.24' C30 8.65' 100.00' 457'20" NO'29'49"W 8.65' C31 8.55' 100.00' 1 4'53'57" SO'31'31"E 1 8.55' LINE TABLE LINE LENGTH BEARING L15 37.50' N1'55'28"E L20 132.48' N2'58'29"W CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. BID SET PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C iE Windsor, Colorado 80550 Ov " Phone: (970) 674-3300 U �0� Fax: (970) 674-3303 .o' 33441 r• INTER WEST CONSULTING GROUP a �SS70NAL ECG REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO City of t Collins DESIG ED BY: DRAWN Y: APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS SH21 ENGINEERING DIVISION r MEDIAN PLAN & PROFILES OF 47 SCALE: DATE: I CHECKED BY: DATE: 1 — 1 —40 07 16 14 BACKPORCH y CAFE i Fo EMAy A • _ � LOT 1, pHEHE 5' / LOT2, WOODWARD / I �jF� _�_ OHE WOODWARD °"E TECHNOLOGY TECHNOLOGY °"E CENTER PC LFL RSTA 33+17.35 / CL STA 33+15.95, 5.02' LT / / /. ` / OHE N CENTER / l EL=4942.65 � :?�'' END SPLASH GUARD E Sty jG / MEDIAN NOSE I � °"E / / Fo / / MATCH EX FL G W HE OHE OHE J / / / "- / / FROM PC TO PC 0 W / T LFL STA 32+18 48- 5t / E -•• ��%"' G L �6 PC CL STA 33+16.12, 9.50' RT � � i PC LFL STA 29+28.95= Fo ' EL=4943.19 M / / / / MATCH EX FIL L STA 29+28.95, 6.00' R / / / EL G,=4942.51 00 •� •' + : C L STA 29 9 66 FO Fp FoS Fo EL=4944.15 / c21 N RC LFL STA 30+j .48 1--5 �6' s + . EL=4944.04 M M _ EL=4%43.18 PC LFL STA 29+2PC RFL STA 9.3 +2 M EL-4943.68 EL=494 . 6 27+00 28+00 - - - - C33 {23 _ - yA gMA _ PC RFL STA 28+67.97 E:'E - --- CL STA 29+91 EL=4943.60_ BEGIN SPLASH GUARD < U I PC RFL STA 28+77.54 PC RFL STA 29+25.24 ' Q I EL=4943.94 C22 PC LFL STA 29+70.69 f++: EL=4943.66 �- - - EL=4944.17 _ _ PC RFL STA 29+30.24 -- -'- - --- .s EL=4943.84 CL STA 29+28+95, 9.50' RT -�T T - -T -- T-----_ _ _-'-•---�._a--- T -or T Ay CROgS T T ULBERRy FILING L1 N vI W W Cn 0 00 -I- N I- L0 W z U Q r,a o 7 a0w NN +w +, OM M 0 4948 a_ z W a oo N m 4948 V)wZU NW rnµ CA »mom Np V)) Nf _ o >> aw �> W 4944 4944 0.62'G 44 - - __-- ----- -- /T .76% ® EX GRADE L T MED f (TYP) J 4940 4940 4936 4932 27 20 28 00 28 80 4932 MEDIAN NOSE SEE DETAIL E In' CPI ARH E / 91/ f / / / N pALo EN�S RTM A / one a0o 00 0 o N n +o rn p a + R o� w 01 ao co o ol- o In 4948 z 4. w o +n 4948 rna- Nrn II II NCO II a IIaW ¢II QII ¢II II ¢II Mo 0� Mrn II< a Mp) +n Na +r.i Na Ino NM oaoD +c.1 I: +. II �J r~Aw tnw v~iw II ¢ II I-J II * ¢ II Mm I Mp) II v Mrn Ma Mp) M HJ cf) Lu W w I- J (nw ¢ II ¢ II II II M a x I= >m >� » > �� �� _w V)w Nw FJ N W Q �� > > v U 4944 -0.0�% 1 6 q -0.56% 0.00 -p, 0.56% - ¢ 4944 -0.50% 0.33 -0.51 -0.46% 0.86 FINISH GRADE O LT MED FL (TYP) EX GRADE 0 LT MED f (TYP) 4940 4940 4936 4936 29 60 30 40 31 20 32 00 32 80 4932 1 4932 LEFT MEDIAN FLOWLINE PROFILE N M a o + N t w MUD �w O O ON Oa0 N WVZ IUD c4 4 Il a � J _ _ In Ld w a EX GRADE as N 31 w » > m� 0RTMEDf(TYP) _Na >> »w - - -2.00% ---- ----- --- FINISH GRADE �_ 0 RT MED FL (TYP) 28 00 28 80 29 60 30 40 31+20 32 00 32 80 RIGHT MEDIAN FLOWLINE PROFILE CHE E� { HE E LIONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT �7�F�SfO LL LOT 4 FqG� LOT POUDRE RIVER E MULBERRY ST. • 20 • 40 �• LEGEND CURVE TABLE CURVE LENGTH RADIUS DELTA CHORD CH LENGTH C20 84.57' 1069.00' 4.31'58" NO'53'50"W 84.55' C21 5.50' 1.75' 180'00'00" S86'50'10"W 3.50' C22 5.50' 1.75' 180'00'00" N86'50'10"E 3.50' C23 41.74' 1084.50' 2'12'19" N4'15'59"W 41.74' C24 27.97' 40.00' 40.03'35" N25'23'56"W 27.40' C25 19.75' 30.00' 37'42'37" S26'34'24"E 19.39' C26 200.07' 1069.00' 10.43'24" N1304'48"W 199.78' C27 24.02' 7.28' 18859'35" S66'18'22"W 14.52' C32 33.29' 1076.00' 1'46'22" N7'02'17"E 33.29' C33 9.57' 100.00' 529'10" N2'35'29"W t 9.57' HORIZONTAL SCALE: 1 " = 40' VERTICAL SCALE: 1 " = 4' PROPOSED CONCRETE PROPOSED ASPHALT PROPOSED ASPHALT PATCH PROPOSED MEDIAN COVER PROPOSED MEDIAN NOSE C LINE TABLE LINE LENGTH BEARING Lib 98.87' N18.26'30"W L21 194.10' Ni'55'28"E L22 47.69' N5'20'04'W L23 5.00' N3.01'49"W BID SET CALL UTILITY NOTIFICATION PREPARED UNDER THE DIRECT SUPERVISION CENTER OF COLORADO 811 REGL .•.�"S 1218 W. Ash, Suite C per• ......... Tic. CALL 2-BUSINESS DAYS IN ADVANCE Windsor, Colorado 80550 BEFORE YOU DIG, GRADE, OR EXCAVATE Phone: (970) 674-3300 C) Fax: (970) 674-3303 :o: 33441 r• FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. INTERWEST CONSULTING GROUP moo; �SSLONAL i4G\ REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO City of ENGINEERING DIVISION �rtCollins DESIGNED BY: DRAWN Y: APPROVED BY: E. LINCOLN AVE IS. LEMAY AVE IMPROVEMENTS MEDIAN PLAN I& PROFILES SH2T OF 47 SCALE; 1 - -40 DATE: I 07 16 14 CHECKED BY: DATE: 1 s S BUCKINGHAM \ PARK s EX ROW' h � a MATCH EX:' \ \ / MATCH EX: 1 54.8854.31 G 55.35 j4952 4qS 51.02 50.90-\ M S� 7r1_ I55.00 4954 54.20 4g4g� e � 3:1 CATCH SLOPE EX RIVER TRAIPOUDRE I I / l i -EXISTING LIGHT POLE_ TO BE RELOCATED CQL N t>• (BY OTHERS) �N 0 BUCKINGHAM AM LACE P' ' [y SUBDIVISION Ar *00 I I I I l I� w S+Ou TOP TO REMAIN - - - - - - �- - A ADJUST EX SAN 4690 _ - - - - SEWER RIM MATCH EX: 46.90 - - / m as 46.90 46.90 46.794 I / k ' off' C�R S s 4I&MATCH 46.78- W 46.78 I 47.35� 47.08 MATCH EX: � � � 46'6_7 46.62 - ' - 46.36 e _ _ _ EX: 5 asas 46.78 _i � MATCH EX: I \ TEMPORARY 6' ,.5 4624 � \ \ � �� �-- s W 47.23 _ASPHALT SIDEWALK - TEMPORARY 6'SIDEWALK- TEMPORARY SIDEWALK -• Z .00 19 , �.51 .12 AD BOX TO FINISH GRADE \I gg45 PROTECT EX BLOWOFF / I FCLUC, LLC IN PLACE EX ROW 1 RANCH WA Y, INC. I W BUCKINGHAM LLJ> I I I PLACE SUBDIVISION m N WI 1 --= �5 L L - -- - .... �wL S �� L T ST �wL Cam.... T �wt G G O T [ 4947 �m� --h T G T G w T cT �� Ln 4947 - 4947 6+00 d T - 7+00 I 8+00 -I - MATCH EX: co w -46.9 w47.00 MATCH EX: 46.94 / 46.88 w - F 46 80- �... z '- 46.83 0 46.68 F W MATCH EX P W 46.82 MATCH EX:_�46,76 -- W as48- I 46.88 t .1 _4948- _ ® 4949 TEMPORARY 6'�� ASPHALT SIDEWALK HHCHOLDG � 11E IN-SITUSUBDIVISION �- � I I I rJ I II I I I II I I� I I II I I I I I _J I INSITUSUBDIVISION d� f 1 I I ODELL BREWING COMPANY -FIRST REPLA T ,A, 7ED N -" --ST. �_ --- co w w �. G G_ O \ E. LINCOLNA VE - w _W=_�� � w 0 - 12+�00 �\ 13+00 SAWCUT LIN\ 14{ w w ay 45.93.4996 4945 ' U) 45.52� ! _ J_ W z - •0444- EOA TYP EX FL: E 4944 5.91 - g 45.96 45.40 w :.v .. • :. :. . .,. ...~ U - ICATED FIRE 42.81 \ SF EX ROW ZANT \ ` 2 -ASPHALT SIDEWALK � ) I-- \ GRADING OUTSIDE / \� �OF ROW BY OTHERS i Lor a►, 4a \ \/3'3 WOODWARD iq9 {� TECHNOLOGY a: CENTER E L[O COLN AVE WOODWARD TECHNOLOGY CENTER LOT 2 W 7�F�SfO LOT 4 4 F Q LOT 3 LF POUDRE RIVER W J (n E MULBERRY ST. 40 20 0 40 80 SCALE: 1 " = 40' CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. LEGEND FLOW DIRECTION EXISTING PIPES PROPOSED STORM PIPE PROPOSED INLET LOCATION EXISTING 1' CONTOUR EXISTING 5' CONTOUR PROPOSED 1' CONTOUR PROPOSED 5' CONTOUR 4905 0 ® WATTLES EL -IN EROSION LOG CULVERT INLET PROTECTION T EROSION LOG CULVERT OUTLET PROTECTION O - SILT FENCE TYPE L BURIED RIPRAP NOTES 1. EXISTING GRADES ARE BASED ON THE WOODWARD TECHNOLOGY CENTER OVER -LOT GRADING PLAN. 2. PROPOSED CONTOURS SHOWN OUTSIDE OF THE RIGHT-OF-WAY WILL BE COMPLETED UNDER A SEPARATE CONTRACT AND ARE FOR INFORMATION ONLY 3. CONTRACTOR IS RESPONSIBLE TO TIE OUT GRADES FROM THE RIGHT-OF-WAY LINE TO THE EXISTING GRADE ON THE WOODWARD SITE ESTABLISHED FROM THE OVER -LOT GRADING AT A MAXIMUM CATCH SLOPE OF 4:1. 4. ALL DISTURBED AREAS WITHIN THE RIGHT-OF-WAY SHALL BE SEEDED WITH SEED MIX W PER THE LANDSCAPE PLANS. 5. CONTRACTOR IS RESPONSIBLE FOR OBTAINING AND CONTINUALLY BEING IN COMPLIANCE WITH THE COLORADO STORMWATER DISCHARGE PERMIT (CDHPE ) AND STORMWATER MANAGEMENT PERMIT (SWMP). 6. REFER TO THE ADDITIONAL GRADING AND EROSION CONTROL NOTES ON SHEET 3. BID SET PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C o�PQO • q� CIS Windsor, Colorado 80550 �v $ 4 Phone: (970) 674-3300 U :per -7 O Fax: (970) 674-3303 33441 r• INTERWEST CONSULTING GROUP �0;• •���� ............ REVISIONS: DATE. CITY OF FORT COLLINS, COLORADO City of II C Ol t Collin ins ENGINEERING DIVISION DESIGNED BY: (DRAWN Y: APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS GRADING & EROSION CONTROL PLAN SH2T OF 47 SCALE: 1"-40' DATE: 107 16 14 CHECKED BY: DATE: ODELL BREWING COMPANYFIRSTREPLAT I I NORTH LEMA YSUBDIVISION FIRSTFILING /Nu--L I T _ W ' } ST l T ST- 0 w W � Iw PA TRICA SUBDIVISION FIRST FILING I I I NORTH LEMA YSUBDIVISIONI FIRSTFILING )IR SUBDIVISION I I �1 I 49.38 II I �494v J \ yyl w �E —— ul_ —49� 4� w E — W — _ W W �- w ' n 40 + - - 21+00 v I C 22+00 I O — 4 �EX ;��4 I -I- 1wS _ -- G c— N 4942 - �EOA (TYP) + co — E E ROW _I (Typ) _A'4 ----494 _TO ELEC VAULT - -4940 U TO BE RELOCATED -�, - - -4sa3— �— - - _ (BY OTHERS) Q WOODWARD _ TECHNOLOGY — ----- — — CENTER / ��----4943------------ 1 I cg EX ROW=c 49s� — (7)_3 fi _ 4943 FORT COLLINS BREWERY �— — —=s --'Los.---- - -----c=---- - 4943— `4940 4942 — �� �� n �aaaac -mac �aa� -maa �aaaac -� lame �m �aaaac �� �� c �ma� -�im� �amc Iraaaaac �m �amc �amc �amc W W W W W W w W w W _ 4916 w W w' W w 24+00 25+00EXX 26+00 27+00 28+00 \ 29+00 T I SAW CUT LINE —I T — 7NG BUS T cr/np m RFudlAl ,C494 ' /�' -ASPHALT SIDEWALK— d vc 494 j _=�43= 4`�-4942- --LOTI,9---4943 WOODWARD TECHNOLOGY �\ � CENTER � 47 __� _ (4942- — --- ` 111�/ 1 � 49 - — - - - - - — — 4943- \� 1 1 I I \I I E LIO COLN AVE WOODWARD TECHNOLOGY CENTER LOT 2 w ��F�SfO LOT 4 4 F Q LOT 3 LF POUDRE RIVER w J (n E MULBERRY ST. LEGEND 20 0 40 80 FLOW DIRECTION SCALE: 1 " = 40' EXISTING PIPES ST��I � F� •�� .I s — _ �� •4 . \ I \ V\ S7\ '?Chat �,....� �..... ac �aaaa T sT 4905 © 1-4�455 PROPOSED STORM PIPE PROPOSED INLET LOCATION EXISTING 1' CONTOUR EXISTING 5' CONTOUR PROPOSED 1' CONTOUR PROPOSED 5' CONTOUR WATTLES EROSION LOG CULVERT INLET PROTECTION EROSION LOG CULVERT OUTLET PROTECTION SILT FENCE fimTYPE L BURIED RIPRAP NOTES 1. EXISTING GRADES ARE BASED ON THE WOODWARD TECHNOLOGY CENTER OVER -LOT GRADING PLAN. 2. PROPOSED CONTOURS SHOWN OUTSIDE OF THE RIGHT-OF-WAY WILL BE COMPLETED UNDER A SEPARATE CONTRACT AND ARE FOR INFORMATION ONLY. 3. CONTRACTOR IS RESPONSIBLE TO TIE OUT GRADES FROM THE RIGHT-OF-WAY LINE TO THE EXISTING GRADE ON THE WOODWARD SITE ESTABLISHED FROM THE OVER -LOT GRADING AT A MAXIMUM CATCH SLOPE OF 4:1. 4. ALL DISTURBED AREAS WITHIN THE RIGHT-OF-WAY SHALL BE SEEDED WITH SEED MIX A PER THE LANDSCAPE PLANS. 5. CONTRACTOR IS RESPONSIBLE FOR OBTAINING AND CONTINUALLY BEING IN COMPLIANCE WITH THE COLORADO STORMWATER DISCHARGE PERMIT (CDHPE) AND STORMWATER MANAGEMENT PERMIT (SWMP). 6. REFER TO THE ADDITIONAL GRADING AND EROSION CONTROL NOTES ON SHEET 3 CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. BID SET PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C o�PQO • q� C7S� Windsor, Colorado 80550 Uv fi /;p;-p Phone: (970) 674-3300 U :per '7_� 0 Fax: (970) 674-3303 :o: 33441 r• INTEItW EST CONSULTING GROUP �0;• •���� �SS70NAL ��G REVISIONS: DATE: ��tOl CITY OF FORT COLLINS, COLORADO �Cityof t Collinsy ENGINEERING DIVISION �� DESIGNED BY: SmB (DRAWN Y: SMBCHECKED APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS GRADING & EROSION CONTROL PLAN SH2T OF 47 SCALE: 11'-40' DATE: I o� 16 14 BY: DATE: I LOTS, r-------- WOODWARD TECHNOLOGY w � — _ i CENTER fHE -- OHE — OHE OHE Ld 4 � 4g3 � 44•.+ LLJ O_______ n9k0/ OD 19+00 - � — 20+00 J) \ o - LLI 14939 z \ �co 20 • 4 • : • SCALE: 1 " = 40' SION LOG ®PIPE OUTFALL IT 26 FOR I \ / ! L07-3, TURN PORK CHOP 493B WOODWARD G DETAILI � � — ------_TECHNOLOGY — —\� CENTER OHE _ 4937SEE SHT 26 FOR WAY ENTRANCE NCE\ — \" .i • _ \ ....-. •..:... a. :4933.. . ,:, ..., ,i.-. k'... _ �HE — GRADING- IDETAIL 49� - OHE 0 ...'.. ... 34 -IL .. :.�:-...... E�� — OHE w 11 r IP-1 \ 4s3 E 4g3 OHE MM LLI 4934 - 12+00 r54- 13+00 _ 93 , ...--14+00 --- -- - -- - _ 4436 —. -= � 4931 _ _ - - - - CID 15+00 16+00 -- 4938 17t00 --------------------- - - - - - _4939 Q Ld S7 -\--9T -= Sr11 7 -- -` ST---ST—ST--L_ — — — — — _ _ _ _ _—� -------------- ---At '-\� LOT2 —`--------_., j' I' tic G G - - - MULBERRY& LEMA YCROSSING FILING2 SEE SHT 27 FOR / I 49g_ MAGNOLIA STREET INTERSECTION \ GRADING DETAIL —I — � 1 -211+0000 � 4941 I LOT6 MULBERRY& LEMA Y CROSSING O I FILING 2 7 k l l .I\ I asa LOT6 MULBERRY& LEMA Y CROSSING FILING 2 LOT2, WOODWARD TECHNOLOGY — — CENTER OHE �OHE HE OHE / I / >.vgp v• �rr�ri�a i �i r rr 40� 23+00 24+00 ST ST STD —:jT -ST ST h9A0 LOTI MULBERRY& LEMA YCROSS/NG FILING I 4941� 4941- E LIONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT �7�F�SfO LOT 4 FqG� LOT POUDRE RIVER LL E MULBERRY ST. CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. LEGEND FLOW DIRECTION EXISTING PIPES ® PROPOSED STORM PIPE 4905 PROPOSED INLET LOCATION EXISTING 1' CONTOUR EXISTING 5' CONTOUR PROPOSED 1' CONTOUR PROPOSED 5' CONTOUR SF x x SILT FENCE 0 CONSTRUCTION ENTRANCE Cw CONCRETE WASHOUT STRUCTURE CiDv WATTLES ® EROSION LOG CULVERT OUTLET PROTECTION IP-1 INLET PROTECTION (NUMBER DENOTES CORRECT DETAIL) TYPE L BURIED RIPRAP NOTES: 1. EXISTING GRADES ARE BASED ON THE WOODWARD TECHNOLOGY CENTER OVER -LOT GRADING PLAN. 2. CONTRACTOR TO LOCATE CONSTRUCTION ENTRANCE AND CONCRETE WASHOUT STRUCTURE. COORDINATE LOCATION WITH WOODWARD TECHNOLOGY CENTER CONTRACTOR. 3. CONTRACTOR IS RESPONSIBLE FOR OBTAINING AND CONTINUALLY BEING IN COMPLIANCE WITH THE COLORADO STORMWATER DISCHARGE PERMIT (CDHPE ) AND STORMWATER MANAGEMENT PERMIT (SWMP). 4. REFER TO THE ADDITIONAL GRADING AND EROSION CONTROL NOTES ON SHEET 3. BID SET PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C o�PQO • q� C7S� Windsor, Colorado 80550 Uvf'` '�/;p• -p Phone: (970) 674-3300 U :per 7. O Fax: (970) 674-3303 33441 r• INTERWEST CONSULTING GROUP �0;• •���� �SS70NAL •; �'q REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO �Olt CollinsCity of I ENGINEERING DIVISION �� DESIGNED BY: DRAWN Y: APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS GRADING & EROSION CONTROL PLAN SH2T OF 47 SCALE: 1°°-40' DATE: I o� 16 14 CHECKED BY: DATE: 40 20 0 40 80 SCALE: 1 " = 40' CH BA CAFE � T - \/ �- / / � � � / sari I / � —/_ / � � / �� � / / / 36'`\ ✓ _I� _ _ —J o LOT 11 / i'wl I � � � d / � �7��OHE / LOT2, WOODWARD / / SF I IpHE / St/ I 6N. WOODWARD \I �I /�°"E TECHNOLOGY l4,94 l / TECHNOLOGY I / CENTER _---4941 CENTER I °"E II / 1 / v +� * /� r 3 /sji �% •'� I�' IP-1SIF 4942 i 5S /i�✓ G 4- w,n 4942 v I / / OHE OHE J / / _ i I R —4942— �� X _ / / ✓ i 3 � 7L �— iA944 n 4943 � � � 4943 �.� ✓ ✓ ✓ � /" / ./'� � G z I 4942 49p3, �t 31t00 / sS/✓ i 4942 / i .' ✓ / 41 DO U — 28t00 — ysaa 9t00 �yyv / d k G I SEE SHT 267 FOR / :/ / n 00 S. i DRIVEWAY ENTRANCE A ;9 GRADING DETAIL — _ — / / ii / /•' 9 , LEN1.4 Y.4 YE' i� d LOT YCR05S/NG °— A LEM I - - MULBERRY F'IL,NG � 0 4940'\ o / k /A CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2—BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. E LIONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT /LFR/Q LOT 4 S q f'F POUDRE RIVER LOT E MULBERRY ST. LEGEND FLOW DIRECTION EXISTING PIPES PROPOSED STORM PIPE PROPOSED INLET LOCATION — EXISTING 1' CONTOUR EXISTING 5' CONTOUR PROPOSED 1' CONTOUR 4905 PROPOSED 5' CONTOUR O SILT FENCE O CONSTRUCTION ENTRANCE 0 CONCRETE WASHOUT STRUCTURE OW v WATTLES IP—t INLET PROTECTION (NUMBER DENOTES CORRECT DETAIL) TYPE L BURIED RIPRAP NOTES: 1. EXISTING GRADES ARE BASED ON THE WOODWARD TECHNOLOGY CENTER OVER -LOT GRADING PLAN. 2. CONTRACTOR TO LOCATE CONSTRUCTION ENTRANCE AND CONCRETE WASHOUT STRUCTURE. COORDINATE LOCATION WITH WOODWARD TECHNOLOGY CENTER CONTRACTOR. 3. CONTRACTOR IS RESPONSIBLE FOR OBTAINING AND CONTINUALLY BEING IN COMPLIANCE WITH THE COLORADO STORMWATER DISCHARGE PERMIT (CDHPE ) AND STORMWATER MANAGEMENT PERMIT (SWMP). 4. REFER TO THE ADDITIONAL GRADING AND EROSION CONTROL NOTES ON SHEET 3. BID SET PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C /,p• Windsor, Colorado 80550 Ov •iE Phone: (970) 674-3300 c Fax: (970) 674-3303 33441 r• INTERWEST CONSULTING GROUP iz ���;• •; ��� ASS/ONAL ECG REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO Fort Collins DESIG ED BY: DRAWN Y: APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS SH2T ENGINEERING DIVISION /1� GRADING & EROSION CONTROL PLAN OF 47 SCALE: DATE: 107 CHECKED BY. DATE: I 1"-40' 16 14 A 1 r. D n I I IL I: n r n n I n ° r I r I I I MATCH EX MATCH EX I . I EX/SnNC C 32.73 32.89 n r I I C r p n I 11 4 I .I FUTURE MULBERRY C&G 1 n r I WORK TO BE COMPLETE BY r n I I CDOT FALL 2014 . ^ I :. r L` A 1 r T-- 4 p 1 FL: 36.30 UP: 36.47 is L n p 4 n I c INN I. ° �. P,4 1 ^ DOWEL TO EXISTING CONCRETE \ SEE CONCRETE PAVEMENT JOINT DETAILS--N 4 \ \ 1 4 HP 1 � nC r n p FG: 34.84 HP \ 1 FG:35.00 \ r ^ pa FL:35.06 \ I UP: 35.23 \ n p 4 FG: 4.90 \ I FL: 34.71 \ HE - .. 4 6" SIDEWALK OHE �oHE -�4 . - .. .. UP: 34.88 ° . _ \ \ I OHE HE ° p4 FG:34.55 4 1 4. p No �oHE 1 p 4. C o OHE FG: 4.73 ° n FL: 4 ° P:34.p I FL:34.16 16 o OHE 34.42 I 4 LIP: 35.51° 000 4 p OHE FG: 34.53 oHE I: 4 ° 0 0 00 FL: 34.'03 4 ' I ° 0 p FL: S9 22 LIP 4.20 13 LF ENHANCED CROSS WALK p 4 FL: 34.30 n 4p FL:35.62: \ LIP:35.14 EX.36.30 LIP:35.470 ° TYPE 2 (SECTION II-8) C&G 4 n p° ° ° :: 35 PCC 4 EX.37.25 �r p :`.FG.35.73: °: 5.35 FL:35.65 .FG 9 FL:33.60 fG: ° EX.36.88 EX.36 5 p SIDEWALK' 11 LIP: 35.73 UP: 33.77 �3 LF ENHANCED- LIP: 4 FG: 35.82 FL: 34.54 ° ---- - - - - -- CROSS WALK- 0 34 ° N. 00 4 FG HP:35.75 00000 IP: .46 p 4 ' 000 4 0 0 0 TYPE 2 (SECTION I-B • 33.50 p7 C&G (SPILL) r EX.3632 4 FL:35.7i °o° ° 4 - ^ - LIP:35.79 0 G:35.8 EX. i6 90 35.70 .. . p FG 35,35 _. FG: 3 .88 . 4 EX.7.24 4 HP �G: 35.66 L P 33.97 °. / FL- 35.75 ; .':. ' : 6" VERTICAL_ 4 kll`: 5.83 00000010 000 FG: 35.50_'' CURB o :. p: -. ... ... ... 4 .LP 4 .. ° p 4 p °: FL: 35.2 FU 35.01 FL: 34.54 , FL: 34.31 .. .. L: 34. 00 04 ° LIP:35.33 LIP:35.09 LIP:34.62 LIP.34.39' n 4 a FL: 35.50: n 4 FL:34.03 6. n r r 4 °. LI P: 35.5$. c p ° TYPE 2�SECTION I-B) SIP: 34.11 4. 4 .�. 4 ° p 4 " .p c C&G (CATCH) _ 1: DL\ .4 p.� �tX.•34.11 p _AEX. 36 00i EX35.9� a � ° 4 EX. 35E8 I I E4X.•35.22 EX. 34.75 _ EX.•34.52 g p E . 3550 ° I I ° 4 ° u 11' PCC ° E . 34. i$ EX.•34.28 4 A r 4. 'G 13 LF ENHANCED CROSS WALK I. I I. .1° p ° ° 4 4 4 RIGHT TURN PORK CHOP GRADING DETAIL mom D p/ _� ..-- L- r n r p r b i I D-A r �.r I 11 n c b. n I I. ^I I r n I' I n ^ I rl I I n D P,L\ r r C n I � A r I I^ ^ r r I I I I 4 D p I I A I I r �^ r FL• 35.70 I .I EX M70 n- MATCH EX.- 1 r - - - ___ _35.68 r C --'---.----T- I 35.74.I r n r p' a A: 35.85 EX..M77 I. I n r ° 4 ° i568 IA r C.n r _ 1 I r r I I A rl c .rc 1° D r I I r r °I 1 jb n1r1 r.n IL MULBERRY & LEMAY SOUTH MEDIAN NOSE GRADING DETAIL 4 .4' " . .p ' Q a' 4 �. ° p ° ° ° : ° a 1 1 I I - p II p I I 4 I.I II I Ifl I � 41 1 I I t; .4 a i i I EX51 ° 11" PCC EX M40 IJ 4 1 1 I I" -35.69 4 ° 4 ° I FL:35459 I° I 4 EX.•3547---a---- pl 41 I'I MATCI�EX - - - ----------------- qI: I 35.40 ------ I I FL: 35.49 35.38, ° .1 '. I Xis 46 II II II II p - 411 °p 4 ° 4 p° I I pl I 11 p I I °..I 14 I I 4 I I 1, I' MULBERRY & LEMAY NORTH MEDIAN NOSE GRADING DETAIL -OHE _�oHE -' I _ OHE --,OHE ETC: 35.79-OHE - FL:35.29 -OHE LIP: 35.46 OHE ETC: 35.77 E I�I� � �FU35.27 oHE �-oHE � I I �8 PCC UP:35.44 OHE �oHE u 4 BID SET 4 ° 4 " ° 4 p. FG: 35. TC/FL: 35.20 TC/FL• 0 UP:32.07 LIP:35.25 50 D TC/FL:35.07 TC/FL:35.21 4 r r. FL: 34.93 L-6 0 TC:35.20, d Z r FL: 34.70 UP: 34.87 CX.34.99 -- -- - S. LEMA YA VE FG: 35.81 4 ° 4 Q. .p. FG: 35.69 \-FL: 35.15 P: 35.26 - EX• 35 45 SAW CUT (TYP) COMMERCIAL DRIVEWAY ENTRANCE CENTERLINE STA 1 5+34.49 GRADING DETAIL NOTES: 1. SEE SHT 46 FOR ADA RAMP DETAILS. 2. CURB AND GUTTER ABUTTING THE CONCRETE DRIVEWAY SHALL HAVE THE GUTTER THICKNESS MATCH THE THICKNESS OF THE CONCRETE (8"). 3. ALL CONCRETE PAVEMENT, INCLUDING DRIVEWAYS, SHALL BE CDOT CLASS P WITH 48HR 3000 PSI STRENGTH. 35.28 54 1218 W. Ash, Suite C Windsor, Colorado 80550 Phone: (970)674-3300 Fax: (970) 674-3303 INTERWEST CONSULTING GRO U P 4 ° p 4 1 PREPARED UNDER THE DIRECT SUPERVISION o�PQ..Al.. lsF CJ\ 33441 r• A0 �SSIONAL t"' REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO City of Ol t Collinsl l s ENGINEERING DIVISION �� DESIGNED BBY: DRAWNMB I APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS INTERSECTION GRADING PLAN S"27 OF 47 SCALE: 1"-10' DATE: 107 16 14 CHECKED BY: DATE: I III III ��� III I I < v III �� 3 III I I v v < � III III ii� 2 III I I vv vv FG: 40.22 \ FG:40.10 � FG:40.16 TC:39.42 FG:40.10 - FG: 40.28 LIP: 39.59 TC: 40.00 / FL: 39.50 A LIP:39.67 TC/FL:39.45 L G:40.05 FG:40.38 d p A _ 8" PCC EOC:40.22 EX ROW �o p p. ° FG, 40.54 OHE -OHI OHEFG OHE OH p .Ol l� $OHE OHE-OHE °o ° FG: 4G.10 OHE OH OH � p � o o - � - FG:40.95 FG:40.71 FG: 40.38 m A t3 13p 40.20 p FG:40.25 a G: 40.40 ' o° 4 TC/FL: 39.50 a... p FG: 40.83 FG: 40.53 o o TC/F 39.68 FG:40.65 ° ° p p ° FG:40.42 6' 4 p .. p m iI p FG:40.46 FG: 40.80 a TC/FL: 39.80 p Q 4 b'p. p Q R TC/FL: 39.72. 0 \ 0 0 0 0 0 a p p p _ p p TC: 40.29 p . p p TC/FL:39.77 L:39.79 EOC: 40.15 LIP: 39.96 EOC: 40.22 TC:40.6 TC/FL:39.98 SAW CUT EOC:40.27 FL:40.1 TC/FL:40.10 �(Typ) LIP: 4Q.35 - - SAW CUT EX.- 40.4 J _ _ EX 40.44J � - EX* 40.39-7 S. EX 40.44� LEMA YA VE EX40.40 EX.• 40.82 FL: 41.02EX' 40.86 LIP: 40.94 FL: 41.12 LIP:41.04 EX 4 1. 09 - -EX, 4L04 L: 41.22 - - LIP:41.14 - I - - FL:41.21 LIP:41.13_ _ - FL:41.04 UP:, 0.96 - FL:40.87 �----- EX.•40.74 �EX..•40.82 }- LIP:40.79 40.86 \-E, X. 40.73 LEMAY AVE - MAGNOLIA ST INTERSECTION CENTER LINE STA 21 + 1 9.03 GRADING DETAIL II II IIII I I II I - - TC: 43.50 FL:4300 LIP: 43:08 I I II II I I-�-_- I \\ HP FG:43.82.a. �. l TL- 43. 0 HP TC:43.80 * I FL: 43.40 FL: 43.25 I \\ FG: 43.92 C p rl_lP: FL:43.30 � 43.32 \\ _ o p 8 PCC TC/FL:43.27 a p FG:44.10 IHP LIP:43.25 \\ - - TC:44.00 EOC:43.37 C ° FG:43.91 ^ FL: 43.50 p LIP:43.50 4 �. o0 0 0 r o FG: 43.70 -A oo p FG: 43.84 C 4 r ° FG: 43.80 /Cl FG:43.87 TC/FL:43.35 r -A - v 00 r LIP; 43.25 p - o µ 43.07 m t HP r C 0 L• 43.13 FG:43.68 FG:43.75 °0° 1IP:43.11 -A D :43.52 4 r TC/FL: 43.20 FL: 43.02 C p r A UP:43.19 p 4 r r p TC/FL: 43.22'� n FG:43.70 r 1\ r o FG: 43.56 FL 43.10 AFL 42.98 . r UP:43.25 LIP:43.10 -0 --- Z EX4 3.47 _ TC:43.34 - 7 FL:42.84 EX.•43.50J LIP:43.01 FL:42.88 _ _ EX.• 43.34- EX.4317� SAWCUT LINE S. LEMAYAVE 3/4 DRIVEWAY ENTRANCE CENTER LINE STA 29+83.49 GRADING DETAIL SAWCUT LINE S. LEMAYAVE EX 43..86 EX,43.83 �� TYP �� EX.•43.66 � FL:44.04 EX.43.48 EX, 43.57 PCC LIP: 43.96 EOC:43.94 - -11" - FL: 43.66 ° :p FL: 44.15 LIP: 43.58 44.07 OC:43.,77 ... _ OC:43.68 ... ... pLIP: - FL:43.83 .4 - FL* 43.66 LIP:4 .7. - 'a pE. _r43.60 Q :43.9 FL: 44.1 C -•� FL: 43.84 a p --UP:43.76- - r- FL: 44'07 p LIP: - - - -- p a : FL 43.72 LIP: 4 3.99 `= - - p a p p LIP: 43.64 --- - - - - Q 4 p c-- p. o p p a p p Q -- _-_-- - p a FL:43.65 MATCH EX 4 p LIP:43.55 FL:43.64 Q p p 4 p_ . C p BID SET 43.13 `EX.• 43.18 36 \_11" PCC 3/4 TURN LANE GRADING DETAIL NOTES: 1. SEE SHT 46 FOR ADA RAMP DETAILS. 2. CURB AND GUTTER ABUTTING THE CONCRETE DRIVEWAY SHALL HAVE THE GUTTER THICKNESS MATCH THE THICKNESS OF THE CONCRETE (8"). 3. ALL CONCRETE PAVEMENT, INCLUDING DRIVEWAYS. SHALL BE CDOT CLASS P WITH 48HR 3000 PSI STRENGTH. 4. IMPROVEMENTS SHOWN OUTSIDE OF LEMAY RIGHT-OF-WAY ON THE WOODWARD PROPERTY ARE FOR INFORMATION ONLY. 1218 W. Ash, Suite C Windsor, Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 INTERWESTI CONSULTING GROUP PREPARED UNDER THE DIRECT SUPERVISION 33441 s9/ONAL•E�G REVISIONS: DATE: V, CITY OF FORT COLLINS, COLORADO ^ Tort Collins DESIG ED BY: (DRAWN Y: APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS S"28 ENGINEERING DIVISION INTERSECTION GRADING PLAN OF 47 SCALE: DATE: J CHECKED BY: DATE: 1"-10' o� 16 14 PA MICK SUBDI VISIO. FIRSTFILING I I I I ODELL BREWING 0 HALEY, JANICE ODELL COMPANYFIRSTREPLAT LOT I M + & SCOTT REWING E E lqzv Ulm 15" FES L — ----== ?..,,.^ ------- -- gi — — -N� —... — — .y J--5 ST STA 0+40.00 �� T fi T_ sT i — — sr ywL �i„ 5. c E E l/G .. fi T T T C s T � — c T C T C G G C G C-7`�=F G G G G G-�m�cmtcnc-�tmc'� w w w EX 76" G - -_ -EX 16"� w w � wEX 16 — wI c— �mc EXTEND TYPE L � w �m� �mc �mc �mc �mc �mc �mc w F w w c ��w' �� c w IRIPRAP AROUND FES EX IF E. LINCOLNAVE , w — E. L/NCOLNA VE 8+00 9+00 10+00 11+00 12+00 13+00 14+00 15+00 16+00 17+00 Ors SAWCUT LINE _ _BEGIN DEFLECTION (TYP) I � v w L L -- T T T v� —EX X"— w STA 2+12.37 -- _ R r- -- w w — w w w 100.00. w w0 EX X"w 40" STM MH S S s s G C c (FLAT TOP) STM LINE 1 0 S m s s s --- EOA (TYP) Li STA i+i4.21 27 LF 6" DIP - --- - HHC HOLDINGS, LLP _ 'AE E E E —/ E E E E END DEFLECTION 0 'I /. 0 EX ROW STA 2+62.85 - -- - — — — — —IIL IEX WA TER METER (T �) -PROTECT IN PLACE- _ I I I I RESET EX FIRE HYDRANT 15" FES' � - N:131607.76 STA 2+77.56 EX ESMT �T C — TYP III J I E:198259.4 I % n k III U F I � 4+00 III I 5+00 ( EXISTING OFFICE & �) SWALE (BY OTHERS) WATERLINE EXTENSION —I �00 LOT III I, PARKING TO REMAIN IN PLACE III III WOODWARD TECHNOLOGY I I 1 LOT I, (BY OTHERS) III JI I I I WOODWARD C= JAI �p CENTER jI L ! I 1 TECHNOLOGY NI Iq CENTER tll IN 4956 4956 = O 41 4952 n 4952 N0, 0 0 0 � 0 a a ±�aZZ +w ++ w Z �a m_to FINISH GRADE a 4948 J rn (T�) v~ 4948 EX 2" GAS N FLOW FILL TRENCH PROTECT IN PLACE _ EX GRADE 4944 64 LF I RCP 0 S=0.50% 15" I 4944 15" HDPE 173 LF 6'x6'x1.5' 1.3' J \ TYPE L BURIED 1" CABLE RIPRAP PAD W/ EX 2" ELCO WATER LINE 6'x6'x1.5' 6" TYPE II BEDDING TYPE L BURIED QV SWALE 4940 EX 16" COFC WATER LINE 6" WTR LINE TO FIRE RIPRAP PAD W/ 6" TYPE II BEDDING OTHERS) —1. (BY HYDRANT I (REPURPOSE EX RIPRAP) — — — (2) EX 4" ELEC I EX 2" & 4" ELECTRIC LINE 4936 3420 4936 0400 0480 1+ 0 2 40 4100 4180 5160 6440 STORM LINE 1 -PROFILE E LIONCO N AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT 2 W LOT 4 < F Q LOT 3 LF POUDRE RIVER W J U) E MULBERRY ST. CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. 40 20 0 40 80 HORIZONTAL SCALE: 1 " = 40' VERTICAL SCALE: I " = 4' NOTES: 1. STORM SEWER INSTALLATIONS SHALL CONFORM TO THE CITY OF FORT COLLINS STANDARDS AND SPECIFICATIONS CURRENT AT THE DATE OF APPROVAL OF THE PLANS BY THE LOCAL ENGINEER. 2. LENGTH OF PIPE INCLUDES FES AND IS MEASURED FROM CENTER OF STRUCTURE TO CENTER OF STRUCTURE. STATIONING IS LABELED AT THE CENTER OF STRUCTURE. 3. STORM SEWER PIPE SHALL BE CLASS III RCP OR HDPE SEWER PIPE AS NOTED ON THE PLANS. BEDDING SHALL BE PER SANITARY SEWER BEDDING DETAIL FOR HDPE AND PER STORM SEWER BEDDING DETAIL FOR RCP. STORM SEWER PIPE SHALL BE AS SPECIFIED BY THE CITY OF FORT COLLINS STANDARD PLANS AND SPECIFICATIONS. BID SET 1218 W. Ash, Suite C Windsor, Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 I N T E It W E 5 7 C O N S U L T I N G G R O U P PREPARED UNDER THE DIRECT SUPERVISION nDo S/oNAL REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO City of ENGINEERING DIVISION art Collins DESIGNED BBY: DRAWNMB APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS UTILITY PLAN & PROFILE S"29 OF 47 SCALE: 1 — -40 DATE: I 07 16 14 CHECKED BY: DATE: 1 ■ I LOT4 CITY OFFORT COLLINS NATURAL AREAS POND B (FUTURE WQ POND FOR LOT 3) "VEX 12" PIPE CAPPED FOR FUTURE CONNECTION —1 —1 LOT3, I I I I I I WOODWARD TECHNOLOGY CENTER EXIROW ®I 8A�K �F WALK STA 3+84.68 10' TYPET R INLE II, STA 3+62.84 1 ERTY LINE FUTURE 48" STM i H BUILDING PAD I LINE STORM LINE 2 I to II N I O m + STA 2+73.77 z 48=STM MH — — 2+00 I' _65' PRPA --� — E——— — — —E — — T-T -="E. ' I =� W W - I w IW W W S S FF��SS Fg� FO S — FO _ _CFO I II I II I III � w II ��- - I n ii E l�l rn 0 a o = n M 4940 � o + nyaz rn > 4940 n- �`omc�'i nF�� fna�w r n nra II '� ry (6WAOE — m a 4936 0 f~/1 / ro � a � ? 4936 o mm JJu• 8'x8'xl.5' TYPE L BURIED w RIPRAP PAD W/ N N r \ 4932 6" TYPE II BEDDING 4932 FINISH GRADE �T\P) 79 LF 24" RCP O S-0.50% 159 LF 24" RCP O 5=0.50% 32 LF 4928 i -- Tom APPROX. GROUND 24" RCP O 5=0.50% 4928 1.0% POND WATER ELEVATION 0400 0480 1+60 2 40 3420 00 4924 4924 STORM LINE 2 PROFILE E LIONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT 2 W I�F�SfO LOT 4 4 F'Q 3 LOT LF POUDRE RIVER � E MULBERRY ST. CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. 40 20 O 40 80 HORIZONTAL SCALE: I " = + VERTICAL SCALE: 1 " = 4' NOTES: 1. STORM SEWER INSTALLATIONS SHALL CONFORM TO THE CITY OF FORT COLLINS STANDARDS AND SPECIFICATIONS CURRENT AT THE DATE OF APPROVAL OF THE PLANS BY THE LOCAL ENGINEER. 2. LENGTH OF PIPE INCLUDES FES AND IS MEASURED FROM CENTER OF STRUCTURE TO CENTER OF STRUCTURE. STATIONING IS LABELED AT THE CENTER OF STRUCTURE. 3. STORM SEWER PIPE SHALL BE CLASS III RCP OR HDPE SEWER PIPE AS NOTED ON THE PLANS. BEDDING SHALL BE PER SANITARY SEWER BEDDING DETAIL FOR HOPE AND PER STORM SEWER BEDDING DETAIL FOR RCP. STORM SEWER PIPE SHALL BE AS SPECIFIED BY THE CITY OF FORT COLLINS STANDARD PLANS AND SPECIFICATIONS. 4. GROUND WATER PROFILE SHOWN IS APPROXIMATE AND IS EXPECTED TO FLUCTUATE SEASONALLY. BID SET PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C o�PQO • q� C/S� Windsor, Colorado 80550 Phone: (970) 674-3300 U :per 9r� O Fax: (970) 674-3303 33441 r• INTERW EST CONSULTING GROUP ���;• •���� �SSLONAL REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO FCityof ENGINEERING DIVISION /"'art CO«Ins DESIGNED BY: (DRAW BY: APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS UTILITY PLAN & PROFILE 'SHEET 30 of 47 SCALE; — 1 —40 DATE: I 07 16 14 CHECKED BY: DATE: I No Text I �I HALEY, JAAIll BACA, ODELL BREWING c+� & SCOTT ALFRED COMP Y--F/R TREP T 1 c"BIKELANE" PAVEMENTS` ` c"TURN ARROW" 0 MARKINGS 2 ` PAVEMENT MARKING NOTE ) t F o 8+00 9+00 _ - _ 10+00 Q + 11+00 - + 12 � 0 3+00 M 14+00 15+00 16+00 F N r � — — _ — — — � — _ E. L/NCOLNA VE d I I I BIKE LANE I R3-17 (CL STA 10+23) II I II I I � J I I I TURN LANE 1 O'J"f'ED�BIKES Lyj1G1LT===..r WOODWARD R4-4 TECHNOLOGY (CL STA 13+38) CENTER LO 1 WOODWARD TECHNOLOGY CENTER LOT 2 W } /LFR LOT 4 Q q f F POUDRE RIVER LOT 3 W J cn E MULBERRY ST. CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. STRIPING LEGEND (Z) DASHED WHITE LANE LINE 4" WIDE, 10' LONG WITH 30' GAP © SOLID WHITE CHANNELIZING LINE 8" WIDE © SOLID WHITE LINE 4" WIDE Q) DOTTED WHITE LINE 4" WIDE, 2' LONG WITH 4' GAP ® DOUBLE YELLOW LANE LINE 4" WIDE 4" YELLOW WITH 4" DASHED YELLOW, 10' LONG WITH 30' GAP NOTE: 1. SIGNING AND STRIPING SHOWN FOR INFORMATION ONLY, CONTRACTOR SHALL NOT INCLUDE THE WORK IN THE BID. ALL SIGNING AND STRIPING WILL BE COMPLETED BY THE CITY OF FORT COLLINS. 2. ALL LONGITUDINAL PAVEMENT MARKINGS TO BE DONE IN LATEX PAVEMENT MARKING PAINT. ALL TRANSVERSE PAVEMENT MARKINGS TO BE DONE IN PREFORMED THERMOPLASTIC. 2. DIMENSIONS SHOWN FOR STRIPING ARE FROM CENTER OF STRIPE TO CENTER OF STRIPE OR CENTER OF STRIPE TO FLOWLINE OF CURB. 3. ALL SIGNING AND MARKING TO BE DONE IN ACCORDANCE WITH CITY OF FORT COLLINS AND/OR MUTCD STANDARDS. 40 20 0 40 80 SCALE: 1 " = 40' BID SET FOR INFORMATION ONLY PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C Windsor, Colorado 80550 pv�� Phone: (970) 674-3300 U �p� Fax: (970) 674-3303 .f 33441 r• INTERW ES7 CONSULTING GROUP;k�z i� �SS70NAL•E�G REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO ^ Tort Collins DESIG ED BY: SIVIB DRAWN Y: APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS SH32 ENGINEERING DIVISION SIGNING & STRIPING PLAN OF 47 SCALE: DATE: 10716 CHECKED BY: DATE: I 1"-40' 14 No Text I I I I • � — _ I I I I I ) I I I \� T—OHE _—OHE E\ d/ / SWIPr OUT PORTION - �kEEP RIGHT" SIGN OF LEFT TURN LANE\ I TO BE RESET "TURN ARROW" �.: \ PAVEMENT MARKING (TYP) \ SEE NOTE 2_� I I / I I� II II I II I I II I 'NO PARKING, III RESTRICTED LANES ENDS" EX SIGN RESET EXITS1G R�SET ;; ENHANCED URBAN /`DUFF WHITE 18 STOP •;.- CONC. CROSS-- WALK (13 LF) AIAgT„ LO7.�' BAR (18 LF) ... •. _. EX SIGN RESET — IF ! I PEDESTRIAN — — — — — TYPE III BARRICADE WOODWARD 'lVO LEFT TURN" ='; EX S16N R�SET__, :: ." ^ CROSSING SIGN ix S GL N RESET 'R/GHT LANE (25 LF) — TECHNOLOGY BIKE LANE S/GN, :. EX SIGNI RES� T " oHE ti A B/KE LANE SIGN— _ MUST TURN R/GHT "" 'BEGIN RIGHT TURN LANE CENTER _ X I$\RESET-OHE CAUTION PEDESTRIAN AH CROSSING HEAD EX SIGN RESET- OHE YIELD TO BIKES" SIGN EX SIGN R T X SIGN RESET oHE X SIGN RESET - - - - - - _ — — — — y OHE OHE O E I O �— OHE �OHE �OHE LLI :..; • u,. OHE . oo LLI CAUTION SIGN EX RESET _ — BIKE LANE SIGN I EX SIGN RESET ® C I I ¢ (SIGN EXTEND EX I I I I ~ WHITE 18 STOP- 270' STORAGE a CROSSWALK -' + - O BAR (6 LF) 140' TAPER q "NO LEFT TURN"10 - - - -12+00 I 13+00 j LO tin n X SIGN RESET 14+00 - -- - - - - ' I I I "TURN ARROW" 15+00 1 17- - II I PAVEMENT MARKING (TYP) 140' TAPER (n SEE NOTE 2 �+ — <n — 7 --- -_ - - - - �� YAYEr _ z_ 1 --777_07 -ZT ;_--------------- --- _17- ------- _�� \_- - -- -!z U - - - I / - - - - - - - < I \ / 1-07'2 MULBERRY& LEMA YCROSSING MULBERRY& LEMA YCROSSING FILING 2 FILING 2 LOT,3, --------- WOODWARD -- TECHNOLOGY - - - 'B/KEWA Y —RIGHT LANE BIKES ONL Y" CENTER "TRANSFORT BUS STOP/ —EX SIGN RESET NO PARKING" — } �OHE �OHE —o — {X SIGN RESET_ E 0 ..OHEOHE 0 HE .� .. 02 w C _m- - O — — Lt7 18+00=--------�a�.---- + - - 19+00 20+00 r - - Q 515' STORAGE %n I "TURN ARROW" — `PAVEMENT MARKING (TYP) III t_ SEE NOTE 2 12' x 18" WHITE CROSSWALK BARS (18) "TURN ARROW" _ PAVEMENT MARKING (TYP) - BIKELANE" PAVEMENT- SEE NOTE 2 MARKINGS (TYP) EE NOTE 2 -HE OHE Y KEEP RICH SIGN — EX SIGN RESET 23T STORAGE '-21+00 j22+00 -0• - - -_ _ 23+00 24+00 i5 -►-1 ---------- ---- �� --__ ��_`- KEEP R/GHT S/GN _ _ X SIGN RESET �\ LEMA YA ,1 Jr-- -------------� - -- ----__ -- 'STOP HERE ON RED"' 12' x 18" WHITE CROSSWALK BARS (23) LOT6 MULBERRY& LEMA YCROSSING FILING 2 LOT2, WOODWARD TECHNOLOGY - - - - CENTER WE �OH� OH=_ �140' TAPER- -a N --25+00;`..- BEGIN RIGHT TURN LANE - - — YIELD TO BIKES R4-4 (CL STA 25+56) OHE OHE - 26+00 QO _ a + 'NO LEFT TURN'" r '9--EX SIGN RESET I "eEGiN RIGHT — -- — I � TURN LANE _--------- --- _-.. —_---- --- _ --� I --- - _ ----------------- ----------- --- -- I I I I YIELD To BIKES" -------- -- — --- --I , I I 12' x 18" WHITE LOT I O I CROSSWALK BARS (23) MULBERRY& LEMA YCROSSING f j i FILING I I I �I I I I I CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2—BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. E UONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT /`FRS/Q LOT 4 q LOT f F POUDRE RIVER E MULBERRY ST. 40 20 0 40 80 SCALE: 1 T' = 40' STRIPING LEGEND (Z) DASHED WHITE LANE LINE 4" WIDE, 10' LONG WITH 30' GAP ® SOLID WHITE CHANNELIZING LINE 8" WIDE © SOLID WHITE LINE 4" WIDE QD DOTTED WHITE LINE 4" WIDE, 2' LONG WITH 4' GAP �SE 1NING AND STRIPING SHOWN FOR INFORMATION ONLY, CONTRACTOR SHALL NOT INCLUDE THE WORK IN THE BID. ALL SIGNING AND STRIPING WILL BE COMPLETED BY THE CITY OF FORT COLLINS. 2. ALL LONGITUDINAL PAVEMENT MARKINGS TO BE DONE IN LATEX PAVEMENT MARKING PAINT. ALL TRANSVERSE PAVEMENT MARKINGS TO BE DONE IN PREFORMED THERMOPLASTIC. 3. DIMENSIONS SHOWN FOR STRIPING ARE FROM CENTER OF STRIPE TO CENTER OF STRIPE OR CENTER OF STRIPE TO FLOWUNE OF CURB. 4. ALL SIGNING AND MARKING TO BE DONE IN ACCORDANCE WITH CITY OF FORT COLLINS AND/OR MUTCD STANDARDS. BID SET FOR INFORMATION ONLY PREPARED UNDER THE DIRECT SUPERVISION 114 1218 W. Ash. Suite C DAP. -A • AL�V/S>F,'� Windsor, Colorado 80550 �v ,�� Phone: (970) 674-3300 U �0� Fax: (970) 674-3303 .f 33441 r• i� INTERW ES7 CONSULTING GROUP ���;• •; �Ar� �SS70NAL•E�G REVISIONS: DATE: V, CITY OF FORT COLLINS, COLORADO ^ Tort Collins DESIG ED BY: SMB DRAWN Y: SMB APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS SHEET 34 ENGINEERING DIVISION SIGNING & STRIPING PLAN OF 47 SCALE: DATE: 107 CHECKED BY: DATE: I 1"-40' 16 14 A. r T — J BEGIN``XX� RIGHT TURN LANE — u L W YIELD TO BIKES `, t+ r/ o 4-4 /Q A CRC , (CL STA 30+�0BAGo x / cArr �o ,.,,< /ONE I_OHE — E� MAy A E ® / / LOT f, / / J O LOT2, I / WOODWARD STA 32+95 WOODWARD °"E TECHNOLOGY / / TYPE III SIDEWALK HE b I TECHNOLOGY BARRICADE R4-7 W/ OM81-2 /O"E CENTER CENTER & OM4-2 / / ' OHE (CL STA 29+30) oNE I / / _— SPEED T 35' UM/t �. /;,r _ RES€T,, / EX SIGN r �� r ` / / / I HE I ONE / / "TURN ARROW" HE PAVEMENT MARKING (TYP) SEE NOTE 2 r0 IyJ V I 1HE OHE W: / KEEP !LIGHT NO U N / / NO LEFT TURN S/GNTU N TO BE RESET/ o / / I M r - .. ., ...:. .. RAGE �e.. 32kp0 f i • 135 STO z `J LEFT TURN" O N +00 28+00 `/ r ' 335' STORAGE ...•. ......... . ....:.. ... �� V� AQ� r \ ----- ---------- — ------ �MAyCROSS1NG ® MULBERRY eg-ING I R4-7 W/ OMB1-2 & OM4-2 (CL STA 29+30) CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES. E UONCOLN AVE LOT 1 WOODWARD TECHNOLOGY CENTER LOT /LFRS/Q LOT 4 f F POUDRE RIVER LOT E MULBERRY ST. 0 _• • 40 8• SCALE: 1 " = 40' STRIPING LEGEND DASHED WHITE LANE LINE 4" WIDE, 10' LONG WITH 30' GAP © SOLID WHITE CHANNELIZING LINE 8" WIDE © SOLID WHITE LINE 4" WIDE Qp DOTTED WHITE LINE 4" WIDE, 2' LONG WITH 4' GAP ® DOUBLE YELLOW LANE LINE 4" WIDE ® 4" YELLOW WITH 4" DASHED YELLOW, 10' LONG WITH 30' GAP 1NING AND STRIPING SHOWN FOR INFORMATION ONLY, CONTRACTOR SHALL NOT INCLUDE THE WORK IN THE BID. ALL SIGNING AND STRIPING WILL BE COMPLETED BY THE CITY OF FORT COLLINS. 2. ALL LONGITUDINAL PAVEMENT MARKINGS TO BE DONE IN LATEX PAVEMENT MARKING PAINT. ALL TRANSVERSE PAVEMENT MARKINGS TO BE DONE IN PREFORMED THERMOPLASTIC. 3. DIMENSIONS SHOWN FOR STRIPING ARE FROM CENTER OF STRIPE TO CENTER OF STRIPE OR CENTER OF STRIPE TO FLOWLINE OF CURB. 4. ALL SIGNING AND MARKING TO BE DONE IN ACCORDANCE WITH CITY OF FORT COLLINS AND/OR MUTCD STANDARDS. BID SET FOR INFORMATION ONLY PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C 09k pL .s! Windsor, Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 33441 r• INTERW ES7 CONSULTING GROUP i� �; •; k�z �SS70NAL•E�G REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO ^ Tort Collins DESIG SMBBY: DRAWN MB APPROVED BY: S. LEMAY AVENUE IMPROVEMENTS SHEET 35 ENGINEERING DIVISION SIGNING & STRIPING PLAN OF 47 SCALE: DATE: 10716 CHECKED BY: DATE: I 1"-40' 14 4952 4950 4948 4946 4944 4942 4940 4952 4950 4948 4946 4944 4942 4940 4948 4946 4944 4942 4940 4938 4936 4948 4946 4944 4942 4940 4938 4936 4948 4946 4944 4942 4940 4938 4936 10+00 YUJL 4950 4948 4946 4944 4942 nnnn 10+50 70.00' HALF WIDTH ROW 57.50' HALF WIDTH ROW 3 I W —2.OX —2.0 II L� 15" HDPE STM Y�JL 4950 4948 4946 4944 4942 nnnn -40 -20 0 20 40 60 80 T JTV -40 -20 0 20 40 60 80 T JT v 12+00 12+50 4952 4950 4948 4946 4944 4942 4940 -40 -20 0 20 40 60 80 14+00 4948 4946 -2.1X 4944 4942 4940 I 4938 4936 -40 -20 0 20 40 60 80 16+00 4948 4946 � I 4944 r— — 4942 \ 4940 I 4938 4936 -40 -20 0 20 40 60 80 18+00 4948 4946 I 4944 -2 4X \ 1 4942 / 4940 I 4938 4936 -40 -20 0 20 40 60 80 20 10 0 20 40 HORIZONTAL SCALE: 1 " = 20' VERTICAL SCALE: 1 " = 5' -40 -20 0 20 40 60 80 14+50 4952 4950 4948 4946 4944 4942 4940 YUYo 4946 4944 4942 4940 4938 Anzc 11 +00 3 4952 W 4950 I 4948 _ ---- 4946 4944 15" HOPE STM 4942 4940 -40 -20 0 20 40 60 80 13+00 4952 4950 I 4948 4946 4944 / / 4942 -40 -20 0 20 40 60 80 4940 15+00 70.00' HALF WIDTH ROW 57.50' HALF WIDTH ROW 6' AC SIDEWALK (TYP) AC WIDENING (TYP) I ,Ulu 4946 4944 4942 4940 4938 Anza 11 +50 3 EXISTING CLUBHOUSE DRI 4952 TO REMAIN IN PLACE W 4950 I 4948 -2 4q -2.9% — — 4946 4944 I 4942 15" HOPE STM 4940 -40 -20 0 20 40 60 80 13+50 4952 4950 I 4948 4946 ---zz� 2.1% — — — — 4944 1 � 4942 4940 -40 -20 0 20 40 60 80 15+50 4948 4946 I -zJq 4944 ---- — 2.2 L- 4942 4940 I 4938 4936 -40 -20 0 20 40 60 80 TJJv -40 -20 0 20 40 60 80 TJJv -40 -20 0 20 40 60 80 16+50 17+00 17+50 4948 4946 4944 4942 4940 4938 4936 -40 -20 0 20 40 60 80 18+50 4948 4946 I 4944 4942 / 4940 I 4938 4936 —40 —20 0 20 40 60 80 4948 4946 I 4944 4942 / — / 4940 I 4938 4936 -40 -20 0 20 40 60 80 19+00 4948 4946 I 4944 4942 / 4940 / I 4938 4936 4948 4946 I \ 4944 4942 4940 I 4938 4936 -40 -20 0 20 40 60 80 19+50 4948 4946 I I 4944 \ 4942 J I 4940 I 4938 4936 —40 —20 0 20 40 60 80 —40 —20 0 20 40 60 80 CALL UTILITY NOTIFICATION PREPARED UNDER THE DIRECT SUPERVISION BID SET CENTER OF COLORADO 811 2-BUSINESS DAYSIN ADVANCE 1218 W. Ash, Suite C Windsor, Colorado 80550 �Cr.CALL _�BEFORE YOU DIG, GRADE, OR EXCAVATE Phone: (970) 674-3300 r oFax: n344 THE MARKING OFUNDERGROUNDMEMBER (970) 674-3303r•FOR UTILITIES. tNTERWEST CONSULTING GROUP,r���\ REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO City of Ol t Collinsy � � ENGINEERING DIVISION �� DESIGNED BBY: DRAWNMB I APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS CROSS SECTIONS EET SH36 OF 417 SCALE: 1"-20' DATE: I 07 16 14 CHECKED BY: DATE: 1 4948 4946 4944 4942 4940 4938 4936 4948 4946 4944 4942 4940 4938 4936 4948 4946 4944 4942 4940 4938 4936 4948 4946 4944 4942 4940 4938 4936 20+00 4948 4946 4944 — — — 4942 4940 i / 4938 4936 —40 —20 0 20 40 60 80 22+00 4948 4946 4944 — — — 4942 i 4940 / 4938 4936 —40 —20 0 20 40 60 80 24+00 4948 4946 4944 — — .0% — — 4942 I 4940 i 4938 4936 —40 —20 0 20 40 60 80 26+00 4948 4946 4944 — _ 0 4942 4940 4938 4936 —40 —20 0 20 40 60 80 20 10 0 20 40 HORIZONTAL SCALE: 1 " = 20' VERTICAL SCALE: 1 " = 5' 20+50 •ra•ro 4946 4944 4942 4940 4938 4 36 21 +00 50.00' HALF WIDTH ROW 57.50' HALF WIDTH ROW I 6' AC SIDEWALK (TYP) i / AC WIDENING (TYP) 9 —40 —20 0 20 40 60 80 —40 —20 0 20 40 60 80 22+50 23+00 4948 4946 4944 4942 4940 4938 4936 —40 —20 0 20 40 60 80 24+50 4948 4946 4944 4942 / 4940 / 4938 4936 —40 —20 0 20 40 60 80 26+50 4948 4946 4944 —2 0% 4942 — — — — 4940 4938 4936 —40 —20 0 20 40 60 80 •ra•ro 4946 4944 4942 4940 4938 4936 4948 4946 4944 4942 4940 4938 4936 —40 —20 0 20 40 60 80 25+00 4948 4946 4944 — 4942 4940 4938 4936 —40 —20 0 20 40 60 80 27+00 4948 4946 4944 4942 4940 4938 4936 —40 —20 0 20 40 60 80 21 +50 4948 4946 4944 4942 4940 4938 4936 —40 —20 0 20 40 60 80 23+50 4948 50.00' HALF 57.50' HALF WIDTH ROW WIDTH ROW 4946 4944 —1.49, 4942 i 4940 / 4938 i 4936 —40 —20 0 20 40 60 80 25+50 4948 4946 4944 4942 1 4940 4938 4936 —40 —20 0 20 40 60 80 27+50 4948 4946 4944 4942 4940 4938 4936 —40 —20 0 20 40 60 80 BID SET CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 1218 W. Ash, Suite C CALL 2—BUSINESS DAYS IN ADVANCE Windsor, Colorado 80550 BEFORE YOU DIG, GRADE, OR EXCAVATE Phone: (970) 674-3300 FOR THE MARKING OF UNDERGROUND Fax: (970) 674-3303 MEMBER UTILITIES. I N T E R W IE S T C O N S U LT I N G G R O U P PREPARED UNDER THE DIRECT SUPERVISION o�PQO• Al,j�•SrF` iP7 -o 33441 r• A0 % ASS/ONAL t"G\ REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO City of Ol t Collinsl l s ENGINEERING DIVISION �� DESIGNED BBY: DRAWNMB I APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS 1. CROSS SECTIONS S"37 OF 47 SCALE: 1"-20' DATE: I07 16 14 CHECKED BY: DATE: 1 lvlv 4936 4932 4928 4940 4940 4940 4936 4936 I r 4936 -2. 20%-2.5�__ 2.0 4932 4932 4932 I -120 -100 -80 -60 -40 -20 0 20 40 -100 -80 -60 -40 -20 0 20 40 4928 4928100 -80 -60 -40 -20 0 20 40 4928 12+50 13+00 13+50 4936 4932 An 4940 4940 4940 4936 4936 �\ — 4936 _2 % 2.0% -2.0i _ — Ll 4932 4932 4932 I `=100 -80 -60 -40 -20 0 20 40 ---- '-`=100 -80 -60 -40 -20 0 20 40 4928 4928100 -80 -60 -40 -20 0 20 40 4928 14+00 14+50 15+00 4940 4936 4932 4928 8+00 8+50 9+00 9+50 4940 4940 4936 4936 4932 4932 4928 4928 EX 15, U.E (TYP) \ I \+2.0-2.29__ %- _-2. .4% ` a I �- 0 W 4940 4936 4932 4928 lVIV 4936 4932 4928 -40 -20 0 20 40 -40 -20 0 20 40 -40 -20 0 20 40 60 -40 -20 0 20 40 11 +00 11 +50 12+00 lu- 17 1111 4936 493p 11 4932 493� 11 4928 4928 4936 4936 4932 4932 An- 4940 4940 4936 4936 4932 4932 4928 4928 4940 4940 4936 4936 4932 4928 4932 4928 4940 49401 4940 4936 493q _ _ ,0 _ _ _ -3. % -409 4936 II -2.0X _ _). 9 1 4932 49321 4932 1 I -100 -80 -60 -40 -20 0 20 40 -80 -60 -40 -20 0 20 40 4928 492-80 -60 -40 -20 0 20 40 4928 15+50 16+00 16+50 17+00 4944 4944 I 4940 4940 4936 _2.Sx _ 1.7q _ 2.0% r 379 4936 4932 4932 4940 49140 4936 1 4�36 4932 1 49132 4928 11 4928 4944 4944 4940 I 4940 — 1 4936 -2.0% -2.0 -2. 9 -2.0% — -3sq — 4936 4932 4932 4944 4944 4944 4944 I 4940 4940 4940 4940 / -2� r 2 0% _2. X _ 1.97 _ .o% _ 4936 4936 4936 4936 4932 4932 4932 4932 -80 -60 -40 -20 0 20 40 -80 -60 -40 -20 0 20 40 -80 -60 -40 -20 0 20 40 -80 -60 -40 -20 0 20 40 CALL UTILITY NOTIFICATION PREPARED UNDER THE DIRECT SUPERVISION CENTER OF COLORADO 20 10 0 20 40 BID SET 811 REc7 HORIZONTALS CALL 2-BUSINESS DAYS IN ADVANCE 1218 W. Ash, Suite C Winds: Colorado P�0 per. .•.� "q� ••.• �c. SCALE: i" = 20' BEFORE YOU DIG, GRADE, OR EXCAVATE (9 PhoneFax: VERTICAL FOR THE MARKING OF UNDERGROUND (970) 674-3303 33441 SCALE: 1"= 5' MEMBER UTILITIES. t N T E R W e S T C O N S U L T I N G G R O U P moo ; �SS70NAL•��G\ REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO City of Ol t Collinsl l s ENGINEERING DIVISION �� DESIGNED BBY: DRAWNMB I APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS 1. CROSS SECTIONS S"38 OF 47 SCALE: 1"-20' DATE: I 07 16 14 CHECKED BY: DATE: 1 17+50 18+00 YDYY YOYY 4940 _ — 2.0 39�2.0 _ -379 4940 0% 4936 4936 —60 —60 —40 —70 0 20 40 19+50 4948 4944 4940-- — — -20X -7_5� — — -2. -7.99 I 493680 -60 -40 -20 0 20 40 21+50 4948 4944 4940- 4936 80 -60 -40 -20 0 20 40 23+50 4948 4944 4940 493680 -60 -40 -20 0 20 40 25+50 4948 4944 ` 2.2 r -z 19 — — — 4940 493680 -60 -40 -20 0 20 40 20 10 0 20 40 HORIZONTAL SCALE: 1 " = 20' VERTICAL SCALE: 1 " = 5' 4948 4944 4940 4936 aaaa 4940 — _ _2 % -2.59 -2.0% -2.4 _Z 8q 4936 493280 -60 -40 -20 0 20 40 20+00 18+50 4944 4944 I 4940 4940 — — - -2.0% 4936 4936 4932 493280 —60 —40 —20 0 20 40 20+50 Y� EX >5' 4948 U E (TYPJ 4944 0 49 W --_2� 2. $ / 2.0% -1.59 -1.59, 4940 — -- — 4940 A. 4936 -60 -60 -40 -20 0 20 40 22+00 4948 4948 4944 4944 2.7 — 2.49 -- --J -- — -- // 4940 4940 _ T _ 4936 493680 -60 -40 -20 0 20 40 24+00 4948 4948 4944 4944 4940 4940 4936 493680 -60 -40 -20 0 20 40 26+00 4948 4948 4944 4944 --- — 2.3% — ---ZOq--- 4940 4940 Li 4936 493680 -60 -40 -20 0 20 40 4948 44 4944 2.0 -2.4% -309 -1.7% f -2. 4940 — -- -- --- 4936 -80 -60 -40 -20 0 20 40 22+50 4948 4948 4944 4944 4940 4940 _ _ 4936 49360 -60 -40 -20 0 20 40 24+50 4948 4948 4944 4944 — 99 4940 4940 4936 4936 _60 -40 -20 0 20 40 26+50 4948 4948 4944 4944 4940 4940 4936 49361 _60 -40 -20 0 20 40 BID SET 19+00 4944 4944 4944 4940 4940 -2 19 -- --_ 4940 4936 4936 4936 4932 4932 1 4932 80 -60 -40 -20 0 20 40 21+00 4948 4948 4948 4944 4944 4944 4940 4940 — 4940 4936 4936 4936 80 -60 -40 -20 0 20 40 23+00 4948 4948 4948 4944 4944 4944 4940 4940 � 2.0 99 — — — — — 1 — — — 4940 4936 493 4936 0 -60 -40 -20 0 20 40 25+00 4948 4948 4948 4944 4944 4944 4940 4940 1 X 2. IN — J -2.0$ _-Z 19 — — 4940 7 4936 4936_60 A 4936 0 -40 -20 0 20 40 27+00 4948 4948 4948 4944 4944 4944 4940 4940 Zia 4940 4936 493614936 0 _60 -40 -20 0 20 40 PREPARED UNDER THE DIRECT SUPERVISION CALL UTILITY NOTIFICATION CENTER OF COLORADO �PaO REc7sr 811 1218 W. Ash, Suite C CJ;p�� P9r O CALL 2-BUSINESS DAYS IN ADVANCE Windsor, Colorado 80550 33441 BEFORE YOU DIG, GRADE, OR EXCAVATE Phone: (970) 674-3300 0 FOR THE MARKING OF UNDERGROUND Fax: (970) 674-3303 o"F •. : \�t� MEMBER UTILITIES. INTERSULTING GROUP SS/ONA� WIEST CONtX" REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO City of Ol t Collinsl l s ENGINEERING DIVISION �� DESIGNED BBY: DRAWNMB I APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS 1. CROSS SECTIONS EET SH39 OF 47 SCALE: 1"-20' DATE: I07 16 14 CHECKED BY: DATE: 1 No Text Median Width Varies Median Splash Guard See Note 1 6 2. I�-1 Lg� 1' Rntllu Landscapin � } x Z verl . , I L� (nin.) See Note 3 T for landscaping p co Z. Compacted� Subgrade CTyplcaU 6, TYPE 2 (SECTION I-B) i CURB AND GUTTER 1'-9 SEE DETAIL HEREON P.venj NOTES: 1. All Splash Guard shall be constructed of exposed aggregate. 2. Use 10' joint spacing on the Splash Guard concrete (match C&G joints). 3. For the portions of medians where the landscape area is less than 3' wide from back of curb to back of curb, the landscape area shall be paved in exposed aggregate (same material as the Splash Guard). 4. Any median trees shall be trimmed so the minimum branch height is 8' above the pavement. 5. A drainage system may be required whenever an irrigation system is proposed within the median. STANDARD DETAILS FOR RAISED MEDIAN LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/O1/07 705 1-12' 4-12' 1 12'R. 1-12' TO 2' R. o It, � a CURB AND GUTTER TYPE 2 (SECTION I—B) 6' 4' 1/8' 1/49. 117 TO 1/4'R. 12'R. 1'R. 111± 1/4' y s 1 12' 3 ASPHALT OR 12' * 6" w/concrete pavement NCRETE PAVEMENT 8" w/aspharc BARRIER CURB (KEY WAY OR E MO ABLE CURB (KEY WAY OR EPDXY) (SECTION B) (SECTION M) SD E b ROADWAY ? PAVEMENT 8" BARRIER CURB 6" MOUNTABLE CU • ( OTTYPE 2 SECTION B M-a&l CURB WB" REVEAL) Notes: a.) Bottom of curb shall be poured to a depth no less than on the compacted subgrade of the pavement. b.) Raised center medians shall be 8' barrier curb or 8" epoxy curb only. MEDIAN (ISLAND CURBS) LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/O1/07 703 0 Y C Y � C 2 vg m Z ¢�82 5 m N ^^ 3 LU W Q �r �o of Qm� I Q l a Iw Q O E. g z "a m zz I l 9( I f/J m aP 'x`¢ roi Zs r7, I • .M. D I(xew) �L I ZF4 - - r o° Q �y a zoo' m Z o t� m (� N ? 8 lei m - m Q E g m E dap ICI r3 Q O m� E 0. 0 E Dr PO v LL� a W IDL P w N ° m m E ootr�o$ (5 '' J ao �ra � ��.•, 3 Q. MM60 D�£fl«moo T¢amoa�� H G z �Nciaui ro iF 3F ? 2 < W - li s E 0 a ya o W rc � pO - STANDARD DRIVEWAY APPROACH (HIGH VOLUME DRIVE TYPES III & IV) LAURBA COUNTY CONSTRUCTION REVISION NO: 2 170'7 NG URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/Ol/07 Yj - -3 Jri 8o v Q Of co \ \ \ r 3 0 O 0 \ N \ W zu O a = v N V I a 0 r �o 00 EIn I o v c 0 in o o_ x \ \ * O U w w 3 O Q K Q e v 3�C �3 O u0 is = C 3 CY I FF 3 ZV 1�2 W J M� rt 4 W I +- p �- ' Z J F z 2 .00. o 0 oIV)ld it 01 ocoi J 6 a -6 J y �z VO� z �O it w �I m Nm 00 JJ OQ Q U K Np Q U ... d Z 2 \ Z Q 1O '.+ UVI ouw) z z_ : wv w wL y J a I L= Z tnaN is O - M W V) W o 3 O o m B�� > J Q N Z W Q= w < I]J aced! � STREET INTERSECTION CROSSPAN LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/O1/07 70$ 2'-6" 1 12"R. 412' iv 2"R. ID Gutter etlge may l>e �� tapered or battered. .. N (Typical for &Gutter Types) L VERTICAL CURB AND GUTTER TYPE 2 (SECTION II—B) 30' 18" 12' 4.5' 21.75' 2' R0H ROLL-OVER (LOVELAND) CURB AND GUTTER LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 09/01/02 7O1 FULL DEPTH ASPHALT PATCH: THE THICKNESS OF THE ASPHALT PATCH SHALL BE ONE -INCH THICKER THAN THE EXISTING ASPHALT THICKNESS WfTH A MINIMUM ASPHALT THICKNESS PER TABLE 25-1 OF CHAPTER 25. If this section is less than 5' of existing asphalt/cencrete, 2, it must be removed and replaced. (min.) Trench Width New Asphalt/Concrete Vanes (V 6'Max. Compacted Lift Thickness if Flowable Fill Not Required 4" (min ) & (Max.) Existing Road Base Compacted LHts of Suttable Etlge of Pavemeht or Materials Lip of Existing Gutter 12' (Water & Sewer) (See Note 9 below for Storm.) Utility Conduit Bedding Material Undisturbed Soil NOTES: 1. All trenches shall be backfilled in accordance with the above detail unless otherwise specified by the Local Entity Engineer. 2. Prior to placement of asphalt/concrete, pavement edge shall be saw cut to a clean, vertical, and straight edge & outside of the wheel path. 3. Where the surrounding soils are non -expansive, a fowable fill may be substituted for backfill material. 4. Trench width shall not be more than 16' nor less than 12" wider than the outside diameter of the pipe. 5. Use a 18' long #4 epoxy rebar at 18' on centers along the perimeter of concrete panel replacement sections. 6. Referto Chapter 22. Materiels & Construction SpecMcetlons for compaction and testing requirements. 7. In unimproved areas, all disturbed areas shall be regraded, seeded & mulched. 8. In concrete roadways, a minimum of ono entire concrete panel must be replaced. 9. Bedding material depth when installing storm sewer shall be up to spring line, except in areas of unsuitable backfill; then, bedding material shall be placed be a level 12' above pipe. TRENCH DETAIL LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/O1/07 2201 BID SET PREPARED UNDER THE DIRECT SUPERVISION 0 .-A A M Sin Win W. Ash, Suite C •a= 33441 r' Windsor, Colorado 80550 ' Phone: (970)674-3300 Fa z: (970) 674-3303 O� •% •; • �� INTERWEST [1.SULTING GROUP ASS/ONAL•E� REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO Fcityof Collins DESIG SMBBY: DRAWN MB APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS HEET art ENGINEERING DIVISION � � DETAIL SHEET OF 47 SCALE: DATE: I CHECKED BY: DATE: 1 N/A 07 16 14 w q °0 I I a a E- E, � � I I I I I ;Q� w Q.5[•y q�m�•� 'm0 �m� o xt4 L�FoA o"a'r�wa'Sm vam _mw, b sp�cvo amv .M .oyo 0 , y v �0 N ~ xmm�b.�o5 m apy ° b0 �;od rn 0 O Nmaa o m ter" ° C ti Do N a DECORATIVE CONC. CROSSWALK (PATTERNED/COLORED CONC.) Z IMER COUNTY CONSTRUCTIONREVISION NO: DRAWING RBAN AREA DRAWINGSET STANDARDS DATE: 11/OB/00 1610 e IR'5109 11kb CublKParOut 7 ;' - NOTE: CArtae,G AwBwelk weh JOlnb a 10' Ir,Ilre•IB f _ . • - '. - _ ",, p :. . a . anC elgrteC with tlCgrirq Cn Curb. ATTACHED SIDEWALK DETAIL DETACHED SIDEWALK DETAIL ,2'Bw. wn JOYt materiel 1M SEAS Tlil 7 ° •w . (. ., _dam.. .. INSTALL IN LOCATIONS SP.. IN k7WPrER n WEAKENED PLANE JOINT EXPANSION JOINT SIDEWALK DETAIL URBAN AREA LACOUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBANSTREET STANDARDS DRAWINGS DATE: 04/01/07 1602 1 1 a L� 7a�Na AW se0 d C d d SAWED JOINT SEAL AT —® * LONGITUDINAL JOINT, T/3 CONSTRUCTION JOINT TRANSVERSE JOINT, T/4 SOLDIER COURSE PATTERN DAMS COLOR BRICK RED 12" WHITE STOP BAR BY "STREET PRINT" SOLDIER COURSE PATTERN DAVIS COLOR BRICK RED '--L--'40" k5 REBAR 0 12" O.C.--' TYPICAL CROSSWALK DETAIL ENHANCED CONCRETE CROSSWALK (CONSTRUCTION DETAIL) LAB"' R COUNTY CONSTRUCTION REVISION NO: DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 11/08/00 1612 (Radius varies) Curb to retain Transition ground behind the m \ back of walk Truncated Doe walk, if needed. (typ.) Warning Detection Wood Hoer P I finish thru ® ea ramp 110 ` Welk Bfpprp finish �`���� Ou Gi ter a sp SO - Curb (optional) CORNER LOCATION anNl+Deaded Wood float finish thru ramp Transition back of Walk (typ.) Walk Broom finish — og� (A—)�1� Broom finish Curb cma..i Gutter —.11� A 6 5 6 Truncated Dome (min.) (min.) Warning Detection MID -BLOCK LOCATION at the Comers of the truncated dome warning trunk. gn dorra Warning 1:25•e sk pa (max) ro E . ° SECTION A -A NOTES: 1. ' 6' Thickness applies to entire ramp area. 2. " 1:25 Unless a landing behind ramp (then ramp can be 1:12 with 1:20 on the truncated dome warming.) 3. See CONST. Ill 1606(a) and 1607 for Fort Collins. 4. See CONST. DWG. 1614, 1615 and 1618 for Loveland. ACCESS RAMP DETAILS LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAVYING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/OL/07 1603 . . . . . . . . . . . . . . . . . . . . O NaNq .;.. . . . . . . . . . . . . . . . . . Del•dgE aEbxNk 90svwlk . A. A.,�nea abe_elk T.C. F.L AMt. s• commgaal G'Resweniwl 12' E+Wanslon JCinl Materiel 12' n�.,dgn DETACHED .bin[ MDarIN ATTACHED a' SIDEWALK ORMEWAV SIDEWALK SECTION A -A AI Swswslk Thitlmave Shell Be G minimum. NOTE: 1. SCewalk gra snail remain vanaetern across tl,ry W 2. For drft daeign requirements. sae CONST. DWO. 709 a 707. 3. Th S tl Wl spplies 10 RBeid•nlal 4 CommemiN m Wya. STANDARD SIDEWALK URBAN AREA LACOUNTY CONSTRUCTION REVISION N0: 1 DRAWING URBANSTREET STANDARDS DRAWINGS DATE: 04/O1/07 1601 FORT COLLINS ONLY e >saa ass O'£30 i at+ �7r3�a O C- �O i q,N+N 0 30 _O 3-mN+N+ V Ire I m s H�+a+.+ 00 Ol—JO E_rn ea cea�F N i 000k0 I kit 23 0000 � [7 c3 LL 9 8 e s �8?s�La�,ge E _a;YsInsB�E�s€a 0 z CV ra 2 L9 .s 0 (P i� U U_ `•'. o t� � II �Is n agU .- we9,rvJ o o¢ TRUNCATED DOME WARNING FOR ACCESS RAMPS LARIMER COUNTY CONSTRUCTION REVISION N0: DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/OL/07 1607 A 4 A RADIUS VARIES SEE PLAN MEDIAN C&G MEDIAN NOSE COLORED CONCRETE MEDIAN NOSE PLAN VIEW N.T.S. MEDIAN COVER (IF APPLICABLE, SIGN POST SLEEVE SEE PLAN) 3 TOP OF CURB PAVEMENT m SURFACE BOTTOM OF CONCRETE r 4\ SECTION A -A N.T.S. ! rO�JHE OHE —OHE —OHE —OHE —OHE —OHE I 0 20.00' 18.00� 20.00' 0 m N i r .. 4 p mm 5T. 4 .. [a 0, --. D 4 p 4 22.00' _ p 4 p Oj to p �.o o_ 4 6" CONCRETE `RESET EX BUS STOP SIGN CONCRETE BUS STOP LAYOUT SCALE: I "= 1 O' BID SET PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C o�P.A•A . 33441 r• Windsor, Colorado 80550 Phone: (970) 674-3300 '• �� Fax: (970) 674-3303 INTERWEST CONSULTING GROUP ��.''•,,• SS7ONAL• REVISIONS: DATE: CITY OF FORT COLLINS, COLORADO City of Collins DESIGSMBBY: DRAWSMB I APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS S"42 ort ENGINEERING DIVISION /1 � DETAIL SHEET OF SCALE: DATE: I CHECKED BY: DATE: I 111=101 07 16 14 .7 0 FX18rIf40 CF1068PAN BTOP B4fi BPEGFIm ta.ercrq.a.e Rbdap b� CROSSWALK MARKINGS �s�r 12? III I�I nY NO CR099PAN I �I Iv STOP BAr SPECIFIED I II I I I I I �� � I II I pr zi,vler m M moist e. Ili II ii i NrTEB comr»wl m.ryzt.6,: yii i n..°o'«n�lrp eew�o 'ew t waeeo•le®q,iot� �uoewr eB Or*tl 11� t\\` eno.lm me wroa rame0 \{'py, Wlmr vnenbWbo�ulbe 0 0 ,�. aS 00 NOIE: wlbrpWtiel a..,.�.�,�,lam�m.tM rc.rroP bv4 W.aIM4MNIW GMIaY 4mYIW RM�M. STANDARD PAVEMENT MARKINGS LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 03/OL/02 1403 2 EACH 8- BLADES MOUNTED TO POST I�II� WITH 4 EACH DRIVE I` R 111 WASHERS I�I� NYLON WASHERS (° dP°d SAMPLE 2 R1-1 'STOP SIGN W HIGH DENSTY/DIAMONG GRADE. SIGN MOUNTED TO PDST WITH 1 EACH DRIVE RNET WITH NYLON WASHER AGAINST SIGN FACE (ON TOP OF THE SIGN). THE BOTTOM OF THE SIGN SHALL BE MOUNTED WITH 1 EACH 5/1 @,Q-12' HE BOLT WITH METAL AND FROM NYLON WASHERS (NYLON WASHER AGAINST SIGN Z - 3 w FACE) AND SECURED WITH 1 EACH 5/18' HEX NUT ROM FL ON THE BACK SIDE OF POST. 2'x 2'x 10 OR 12 12 GAUGE TELESPAR POST Z f b R $-S'ABMGRADE * 12 Galge 2-1/4' x 2-1/4' x 3 ANCHORhRUB Street Curb 21/4' Arddwr (22F12A31) See Rgure 1 B-1 NOTES: 1 Attach the sign panels tightly to the post and use oversized washers to keep the sign from breaking loose from the post When hft by a vehlole. 2, Sign panels should be mounted a minimum of 7 feet above the pavement or ground. 3. Signe larger than 36 Inches in length a width require wind bracing and special lost design. 4, Anchor Stub and post ere square steel tube (perforated). 5. All 'No Parking' signs shall be installed at 45• from Flow Line. CRITERIA FOR SINGLE POST Sign Pend ArohorlSM * Post Sim * 36'x38' 2.�'x2.25'x3-0' 2x2x 12-0' SIGN POST LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01/07 1401 Flow Line Curb 4' White Line e. 20 Q a� O O 7 TYPICAL BICYCLE LANE PAVEMENT MARKINGS LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 03/01/02 14060 U) -!� Lip b T- J W 3a w� oQ �m �� p Tl Q ❑ �o,, STANDARD TEMPORARY DEAD END BARRICADES LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01/07 1413 PVC Conduit SECTION A -A rA Sleeve _ I 16'_0• NOTES: I I 11 I 1. Match location of sleeves on curb head. 2. Depth of sleeve shall be no less than 3'-0' below street grade. 3. Bundles of sleeves are permitted. L4. Sleeves Shall be installed with 'Pull Wil z 0�b of Conduits permitted (Schedule 40 min.) SLEEVE LOCATIONS LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING URBAN AREA STREET STANDARDS DRAWINGS DATE: 04/01/07 1202 BID SET PREPARED UNDER THE DIRECT SUPERVISION 1218 W. Ash, Suite C o�Pp� • A � Sl� U �0� 9�� O �� 33441 r• Windsor, Colorado 80550 Phone: (970) 674-3300 -° t ' � '• �� ��?� Fax: (970) 674-3303 INTERW EST CONSULTING GROUP ��.''•••• . .� SS70NAL •ECG REVISIONS: DATE: City of CITY OF FORT COLLINS, COLORADO F Collins DESIG SMBBY: DRAWN MB APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS HEET 43 ort ENGINEERING DIVISION � DETAIL SHEET OF 47 SCALE: DATE: I CHECKED BY: DATE: I N/A 07 16 14 TRENCH MOTH AS SPECIFIED IN SECTION 02221 LOWER LIMIT OF TRENCH WALL SLOPING INITIAL LIFT . 12 IN. MIN. PIPE O.D. 4 IN. MIN. — COMPACTED GRANULAR MATERIAL CONFORMING TO CDDH #67 • INITIAL LIFT SHALL NOT EXCEED 2 FEET IN DEPTH. BEDDING REQUIREMENTS ® UTILITIES DETAILS CITY OF FORT COLLINS SEWER CONSTRUCTION APPROVED. DETAIL DATE: 08/16/02 WW-1 andm c DRAWN BY: NBJ CLASS A BEDDING CLASS B BEDDING TRENCH WIDTH AS SPECIFIED TRENCH WIDTH AS SPECIFIED LOWER UMIT OF LOWER UMIT OF TRENCH WALL 12 IN. MIN. TRENCH WALL 12 IN. MIN. SLOPE SLOPE DENSELY COMPACTED MATERIAL +II PIPE O.D. DENSELY COMPACTED PIPE O.D. I I MATERIAL �����+ 1/4 PIPE O.D. PIPE O.D. + 8 IN. 3000 P.S•• � COMPACTED GRANULAR CONCRETE.I. MATERIAL 1/6 PIPE O.D. PIPE O.D. DR 4 IN. MIN. OR OR 6 IN. MIN, CLASS C BEDDING ROCK EXCAVATION TRENCH WIDTH AS SPECIFIED TRENCH WIDTH AS SPECIFIED r LOWER LIMIT OF TRENCH WALL 12 IN. MIN. LOWER LIMIT OF TRENCH WALL 12 IN. MIN. SLOPE SLOPE DENSELY COMPACTED UNIFORMLY - +I PIPE DO- MATERIAL PIPE O.D. LL GRADED ROCK OR O 1/4 PIPE O.D. ' A.O. -' COMPACTED SELECTED GRADED rr :; GRAND AR MATERIAL _ COMPACTED GRANULAR 1/8 PIPE 00 6 IN. MIN. MATERIAL aR 4 IN. MIN. UNSTABLE SUBGRADE SUBDRAIN DETAIL TRENCH WIDTH AS SPECIFIED TRENCH WIDTH AS SPECIFIED LOWER LIMIT OF LOWER UNIT OF 12 IN. MIN. TRENCH WALL A SLOPE TRENCH WALL SLOPE +' DENSELY pOo o0°oO COMPACTED BACKFILL oo o��op o$ Q ,qj COMPACTED GRANULAR OR ° UNIFORM GRADED MATERIAL GRAVEL FILTER °o 8pO o 4 IN. MIN. 0 p°000.b ° o.o 000 0 oboo 6 IN. MIN. PERFORATED OR SLOTTED PIPE 00 o�000 o0000 1 1/2 IN. ROCK FILTER MATERIAL NOTES: LARGE STONES, BROKEN CONCRETE, ETC. 1. TRENCH WIDTHS SHALL BE AS SPECIFIED ON PLANS. IF REQUIRED) 2. REFER TO THE STORM SRAINAGE CONSTRUCTION STANDARDS, SECTION 6, 'BEDDING MATERIALS" FOR GRADATIONS. STORMWATER BEDDING REQUIREMENTS CITY OF FORT COLLINS STORMWATER APPROVED. DETAIL DATE: 1/12/00 UTILITIES CONSTRUCTION DETAILS D _ 1 DRAWN BY: SKC ah d rat c°NIm FINISHED GRADE CONCRETE ADJUSTMENT SHIMS GROUTED INSIDE 16 IN, MAX. 28 IN. MAY -7TtT��TT ASTM C-478 ECCENTRIC CONE z a � {r 24 IN. o ro w PRE FORMED PLASTIC GASKET MANHOLE RUNGS z 12 IN. O.C. ED SEE TABLE ASTM C-478 MANHOLE SECTIONS a o' a > 6 IN. 18 IN. GROUT BASE TO BARREL MAX. SECTION ON INSIDE SLOPE , 1 IN./FT. v�77. PRE —FORMED PLASTIC GASKET — CAST —IN —PLACE CONCRETE BASE 8 IN. MIN J 2 IN. MINIMUM INSIDE DIAMETER OF MIN MANHOLE SHALL BE AS FOLLOWS: SLOPE I IN.MIN. PIPE SIZE MIN. MANHOLE DIAMETER 15 IN. OR LESS 48 IN. 18 IN. TO 30 IN. 60 IN. OVER 30 INCHES 72 IN. 6 IN. •. -... :..:.... 8 N. M v, POURED INVERT PRECAST MANHOLE BASE ALTERNATE BASE STANDARD MANHOLE ® CITY OF FORT COLLINS SEWER CONSTRUCTION APPROVED: DETAIL UTILITIES DETAILS DATE:08/19/02 WW_3 ah d r°.t edam DRAWN BY: NBJ 24 IN. RING AND COVER — 400 LB. DENVER HEAVY BY MACLEAR OR APPROVED EQUAL 16 IN. MAX FINISHED GRADE a r F BRICK &/OR CONCRETE ADJUSTMENT SHIM i GROUTED INSIDE AND OUT 24 IN. °N ASTM C-478 ECCENTRIC CONE f a E MANHOLE�+ RUNGS 12" O.C. GROUT SJOINT INSIDE ANDND OUT SEE NOTE A TM 8 IN. MANHOLE478 SECTIONS 2 > 18 IN. MAX 1 FT. r2 IN GROUT BASE TO CONE L INSIDE AND OUT SLOPE I F POURED CONCRE'.- BASE a ° n 4 8 IN. MIN. 2 IN. MIN. SLOP r IN. FT MINIMUM INSIDE DIAMETER OF �6 IN. tPOURECCINVERTNOTE: ° p REAST MANHOLE MANHOLE SHALL BE AS FOLLOWS: BASE PIPE SIZE MIN. MANHOLE - DIAMETER T 8 IN. MIN. 24 IN. OR LESS 48 IN. 27 IN. TO 42 IN. (INCL) 60 N. ALTERNATE BASE OVER 42 IN. 72 IN, STANDARD MANHOLE CITY OF FORT STORMWACONSTRUCTION APPROVED: DETAIL DATE: 11/7/00 at�d DE CONSTRUCTION DETAILS D — ,3 DRAWN BY: NBJ can awocan c�wo. TRENCH WIDTH AS SPECIFIED IN SECTION 02221 LOWER LIMIT OF TRENCH WALL � SLOPING INITIAL LIFT 0 \ 12 IN. MIN. BEDDING ZONE GRANULAR MATERIAL PIPE O.D. \f -: -' 41N. MIN. • INITIAL LIFT SHALL NOT EXCEED 2 FEET IN DEPTH. NOTE: GRANULAR BEDDING MATERIAL SHALL BE A MINIMUM OF 4 INCHES BELOW BOTTOM OF PIPE AND A MINIMUM OF 12 INCHES ABOVE TOP OF PIPE. WATER MAIN BEDDING REQUIREMENTS (DIP & PVC) APPROVED: RB DETAIL CITY OF FORT COLLINS ® UTILITIES WATER DRAAW DRAWINGSCONSTRUCTION 1 DATE: 5/00 DRAWN BY: SKC ah d rat adliw 24 IN. RING AND COVER — 400 LB. DENVER HEAVY BY MACLEAR OR APPROVED EQUAL �16 1N. MAXIN. MAX �FINIMHED GRADE BRICK & OR CONCRETE „0 ,somas ADJUS ENT SHIM GROUTED INSIDE AND OUT 28 IN. MAX FLAT SLAB TOP SECTION IN LIEU OF CONICAL TOP ASTM C-478 MANHOLE RUNGS 12 IN. O.C. D >< AS NEEDED a e D e IN. SEE NOTE MANHOLE SECTIONS 2 1 FT. IN. GROUT BASE TO CONE 18 IN. MAX I�INSIDE AND OUT SLOPE 1 IN. F7 POURED CONCRETE • ° BASE a d a n B INa MIN 2 IN. MIN. SLOP POURED INVERT NOTE: MINIMUM INSIDE DIAMETER OF r 6 IN. D MANHOLE SHALL BE AS FOLLOWS: 1 4 RECAST MANHOLE PIPE SIZE MIN. MANHOLE - - BASE DIAMETER BIN. MIN. 24 IN. OR LESS 27 IN. TO 42 IN. (INCL.) 48 IN. 60 N. ALTERNATE BASE OVER 42 IN. 72 IN. SHALLOW MANHOLE WITH FLAT TOP CITY OF FORT COLONS STORMWATER APPROVED: DETAIL UTILITIES CONSTRUCTION DETAILS DATE: 11/8/00 D-4 I roI can's DRAWN BY: NBJ MUELLER HYDRANT NUMBER A-423 OR WATROUS PACER 250 LOCATOR STATION (PVC PIPE ONLY) 6 IN. PLASTIC VALVE BOX VALVE BOX (REFERENCE 0.1 FT.-0.2 FT. SECTION 02641) EDGE SIDEWALK C OR BACK OF CURB 12 IN L ]'���I%IRINCIEES 30 INCHES MINIMUM IMUM FLOW —FILL 66 INCHES MAXIMUM TRACER WIRE (PVC WATER HYDRANT DRAIN OPENINGS MAIN ONLY) MUST REMAIN CLEAR OF o Op 12 IN. Q oOOOQ o0 O� O °00O OBSTRUCTIONS SWIVEL TEE VV op o00`00 OOo 6 INCH DIA. PIPE Op OO .O OBQo Oho 08�0000�° 0 RESILIENT SEAT GATE VALVE Q0"O a0 OO� 8 IN. Op pO"O O 500 Oa°o0o° 00•'000°o00„po °00° 8 MIL SHEET OF O O$o0 �O QOo HYDRANT GRAVEL POLYETHYLENE CONCRETE BLOCK (REF. SECTION 02644) THRUST BLOCK 24 INCH MIN. THRUST BLOCK NOTES (REF. SECTION 02644) NO LANDSCAPING (TREES, SCRUBS, BOULDERS, ETC.), RETAINING WALLS OR FENCES ALLOWED WITHIN 4 FEET OF FIRE HYDRANT. FIRE HYDRANT PIPING, VALVES, ETC. SHALL BE WRAPPED IN POLYETHYLENE. FIRE HYDRANT INSTALLATION APPROVED: RB DETAIL CITY OF FORT COLLINS UTILITIES WATER CONSTRUCTION DRAWINGS Z •J DATE: 5/00 DRAWN BY: SKC BID SET 1218 W. Ash, Suite C Windsor, Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 INTERWEST C O N S U L T I N G G R O U P PREPARED UNDER THE DIRECT SUPERVISION 33441 FSS/ONAL ECG\ REVISIONS: DATE: V, City CITY OF FORT COLLINS, COLORADO F Collins DESIG ED BY: DRAWN APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS SH 44 ort ENGINEERING DIVISION /1 � DETAIL SHEET OF 47 SCALE: DATE: I CHECKED BY: DATE: I N A 07 16 14 7 2 a/4 x%- .! N�f � PLAN nvE DIMENSIONS r,mNq^�wuc °^ Lo A 8 (` 7i 2.. . ie 1171 y b 5 IN. E17. 1 Ne ie o n n F } SIN. TF b a pe AW N 34 x) 95 5e 1w 90 _ 1 w ]9 « b 9e 99 Ixj CO�ii iM EPmf PMl' i M MN4O E1.0 1ER$ n d4I 2e ?1 99 - EWN. C B E 60N OMIn. T_ gANETER F °1 1 10 IN. - 30 IN. S IN. �A A ig Iq: = 18 0:4 q: elA 72 IN64 IN.9 IN. � E CONCRETE JOINT E FASTENER. SECTION X-X END VIEW END SECTION FOR REINFORCED CONCRETE CIRCULAR PIPE T F F F PLAN E FlOUR�E ACN M.XTO PLAN E �L B L_ EI J RI1 A ■ ° TT i2Q SECTION F-F END VIEW SECTION F-F END VIEW EWIVNFNT _a•e_ NY - e � 0 E w ae z4 9 I v le n w A x n w a EWIVALdT p.NN.0N) xwRxA ­1 Ox} ^ SE puwewa A e C 9Mx1E5j 0 E 24 a Ig >o w y n w f°z i's' en ue 27� pe Ap.a x a ZS 1 90 <0 x x 9e 90 w w T1 tl � u �1 w iP w � ix0 >4 ae u 7b I w w III END SECTION FOR REINFORCED END SECTION FOR REINFORCED CONCRETE ARCH PIPE CONCRETE ELLIPTICAL PIPE GENERAL NOTES: 1. REVISED CDOH M-603-10 2. CONCRETE END SECTIONS ARE TO BE FURNISHED WITH TOUGE OR GROOVE AS REQUIRED. 3. INSIDE CONFIGURATION AND JOINT OF CONCRETE END SECTION AND PIPE SHALL MATCH. 4. CONCRETE PIPE JOINT FASTENERS, WHERE SHOWN ON PLANS, SHALL BE INSTALLED SO THAT A MINIMUM OF 15 LINEAR FEET OF THE OUTLET END OF THE ARE MECHANICALLY LOCKED TOGETHER. END SECTION LENGHTS, WHEN USED, WILL BE INCLUDED IN THE 15 LF. REWIRED. CONCRETE END SECTIONS APPROVED: DETAIL CITY OF FORT COLLINS STORMWATER I UTILITIES CONSTRUCTION DETAILS DATE:01/31/01 D-15 S9elr"10NHae DRAWN BY: NBJ TOP VIEW FLARED END SECTIONS EADED ROD NUTS AND SPACERS TE RIGHT SIDE VIEW 6" SOIL COVER (FOR TYPE L) & TURF REINFORCEMENT MAT** 2.0D 50 1.5D 50 6" GRANULAR BEDDING D = d50 = STATE CLASSIFICATION FOR NOMINAL STONE SITE. IF RIP -RAP TO BE GROUTED: GROUT SHALL BE IN ACCORDANCE TO ASTM:C1107-LATEST REVISION. GROUT SHALL BE VIBRATED IN PLACE. TOPS OF EXPOSED RIP -RAP WILL BE WET BRUSHED AND CLEANED OF GROUT TO EXPOSE RIP -RAP COLOR. % SMALLER THAN INTERMEDIATE ROCK D50 RIPRAP GIVEN SIZE DIMENSION DESIGNATION BY WEIGHT INCHES INCHES TYPE VL 70-100 12 50-70 9 6- 35-50 6 2-10 2 TYPE L 70-100 15 50-70 12 9* 35-50 9 2-10 3 TYPE M 70-100 21 50-70 18 12 35-50 12 2-10 4 TYPE H 100 30 50-70 24 18 35-50 18 2-10 6 TYPE VH 100 42 50-70 33 24 35-50 12 2-10 9 *BURY TYPES VL AND L WITH NATIVE TOP SOIL AND REVEGETATE TO PROTECT FROM VANDALISM **TURF REINFORCEMENT MAT SHALL BE ROLLMAX SC150 OR APPROVED EQUAL STORMWATER CONSTRUCTION RIPRAP DRAWING DRAWINGS I -� �H 11 FRONT VIEW PART # PIPE SIZE A I B (MAX) H L W 12 in 6.50 in 10.00 in 6.50 in 25.00 in 29.00 in 121ONP 1065mm) (300 mm) (254 ram) (165 mm) (635 ram) (737 mi 15 in 6.,50 in 25.00 in 29.00 in 151ONP 16.50in110.00inl (375 mm) (165 mm) (254 mm) (165 mm) (635 ram) (737 mm) 18 in 7.50 in 15.00 in 6.50 in 32.00 in 35.00 in 181ONP 1 50 mm) (191 ram) (381 mm) (165 mm) (813 mm) (889 mm) 24 in 7.50 in 18.00 in 6.50 in 36.00 in 45.00 in 241ONP 1(191 (600 mm) n1m) (457 ram) (165 Tim) (914 Tim) (1143 nun) 30 in 7.50 in 12.00 in 8.60 in 58.00 in 63.00 in 3015NP 1(1600111111) (750 ram) (191 nu11) (305 ram) (218 mm) (1473 WAWA) 36 in 7.50 in 25.00 in 8.60 in 58.00 in 63.00 in 3615NP 191 mm) (635 mn1) (218 mm) 0473 mm) (1600 mm) NOTE: PE THREADED ROD W/WING NUTS PROVIDED FOR END SECTIONS 12"-24". 30" & 36" END SECTIONS REQUIRE TWO (2) THREADED RODS FOR ASSEMBLE. NOTE: ALL DIMENSIONS ARE NOMINAL 'A FOR LENGTH GREATER THEN 5 Fr. PROVIDE ACCESS AT BOTH ENDS. ■ ADDITIOHAL MANNOLE RING AND COVER A REQUIRED WHEN L�1 °' OR MORE I COT REINFORCEMENT BAR ACCORDINGLY. ENDS aFJB [ eEw 3' °� FAZE OF am MEET SHALE OF NORMBARBFA • EAACX END QUR. AND CUi1FR HERE B--J TYPICAL PLAN VIEW * We INLET PAY LENGTH is' TO START. � L>•5' L•10' `CUT OFF OR BEND BARS TO CLEAR MANHOLE 409 60�NPOLL 511 409 ■ 403 40.T b1 601 Ydr. 3'.1 !01 BOt EDT 6•ac. z B'o<. C x 105 406 405 406 SECTION A -A REGULAR IN 16'TO L=10' L•15'-I IT�ST-A-PF-.'tl 501 C 0 S 0 502 I }2' 413 109 403 CONSTANT I 5'-0' 3- CUR, MIN. 0.5% Slope 40J CDNSTIHT 9'o.c 407 401 r 413 403 1�- 8' H > 5' 411 412 403[_o 0 C J 471 112 VAR.`J D 4052• CUR. 1Y 406 SECTION A -A INLET WITH DROP BOX-H>5' Colorado Department of Transportation Computer File Information -.1 East Arkansm Avenue Path: ww.dotstote.co.us/DeWopPmjeck/OedgnSupport/MStundards/ Dal Denver, Oakrodo 80222 Phone: (303) 757-9083 FAX: (303) 757-9620 Drawing File Name: 6040120102.dwg Project Development Branch SO Acad V..*,.: R14 Seale: NA wit.: Enghh TABLE ONE H RAR LIST FOR PURR INLETS. TYPE ^R^ �!'E� �i�l®!1•I®!!•0!f•10l�Im�� Ira I®I�Islsll®Il�Imll�Isalall� m a�ll��Is�e�ll��Il�� m a©101�1®�0�10�Im Ira amlo�la�o�lv�la� � I�I�IS�Ia�aB�ll�I�Il�� m ®�IODiI�I©�'10�1©�'110� Ira I�il■ImllO�lOf�ol7�lO8�'IIO� I® I®I�Il�l�ll�l�l�l�lsl®lal� I� I®I�Il�l�ll�l�l�l�lsl�lal� ®laall�l�ll��l��ls�lal� Ira I®I�Isl�llml�l0l�lsl�lal� Im�I®Isls�la�sl�ls�lal I�I����Isl6'�lal»al»lal�'Ilal� • VNe■E• - TO - NO. I I -------------------- - INCLUDE 19' No. 4 BARS (SEE OWNEL IAYW1 MAL). REGULAR DROP BOx R SEE CURB FACE ASSEMLY ON SLEET 1 AND CWNO M1WT DENTS ON THIS SET T. INLETS INLETS TALI C TWIT - PAR AMn nl IAMTTrIGC VARIALN F WEHI -M• Imm�m���1�01��1 �I11���00��II®ImII®I�II�IO p-p 10'-9 9'-B' B'-11' 30 27 30 20 I54JI ..5..L779.J1 9.9 1 1022 SEE CHANNEL LAYOUT ON SHEET 2. e• I� I� r6ER.5 4• / N0.4 BAR / r1B' LONG BARRIER CURB FACE NLET 'N 5' TRANWI N 'N WHEN A TYPE R INLET IS USED WITH MOUNTABLE CURB AND GUTTER, 5 Fr. TRANSMON MOUNTABLE SHALL BE CONSTRUCTED. QURB FACE TRANSITION SH U BE PAID FOR AS CURB AND GUTTER. MOUNTABLE CURB AND GUIIFR TRANsmoN cuRB A- FOR A V-D' PAN SLOPE 2• PER FT. A e• �I � 513M't 2:1 -1%' PIPE SPACER 5 a AND 1 i' LOCK NUT LOB - 12' o.e. CURB FACE ASSEMBLY PLACE ENTIRE ASSEMBLY BEFORE POURING CONCRETE. - NOTE rOR L-T. L-10' REGULAR NUTS: T0D1 NEEOEo ME %rU OF THE DW MER UNE DROP BDN DIETS SIDE HI NOTED ARE INSIDE OF HFAW Blat LINE SRIl W019n6 Do HOT INCLUDE SpUCNM1 slm. -45- SECTIONS C-C & D-D (DOTTED BARS ARE IN SECTION D-D) I�R 8' TYPICAL WALL 9' a. 407 - c. A 2' DIAMETER TEMPORARY HOLE FOR DRAINAGE SHALL BE PLACED AT SUBGRADE ELEVATION OR A MINIMUM THREE INCHES BELDW ROAD RASE THE HOLE SHALL BE PLUGGED 'MIN CONCRETE BEFORE ACCEPTANCE OF THE %• SLOPE 29 TO GUTTER 409 ,B'a.c. fi01 20 IMET �� REO'D.FDR ALL 7.E H > 3•-6. 5 %'o.c. 16, MAX. 3' CLR. 3' CLR. W WING FL 402 fool 407 1' o.e. 1 _ 401 _ 1 11 .c 9' O.C. 406 L 125 3' CLR. 5• o.c. 6' C.C. SECTION B-B TYPICAL END VIEW NOTE: MWHOLE RING a COVER, STATION POINT ANO OUTFLOW PIPE SHALL BE LOCATED ALL AROUND ed CURB INLET STANDARD PLAN NO. TYPE R M-604-12 Issued By: Project Development Branch October 1, 2000 Sheet No. 1 of 2 ❑❑❑ T❑❑❑❑❑ LJirrr LJ,�, �7F_)� \\ J TYPICAL MANHOLE COVER 23 +/,, GFNFRAI_ NQTFC 1. ALL CONCRETE SHALL BE CUSS B. 2. ODNCRETE WALLS WALL BE FORMED ON BOTH SIDES MD SHALL BE B IN. THICK. 3. MET STEPS SHALL BE IN ACCORDANCE WITH AASH TO M 199. 4. CURB FACE ASSEMBLY SHALL BE GALVANIZED AFTER WELDING. 5. EXPOSED CONCRETE CORNERS SHALL BE CHAFFRED 3/4 IN. CpiI AND GUM CORNERS SHALL BE FINISHED TO HATCH THE DUSTING CURB AND CUTTER BEYOND THE TRANSITION BUFFER. 6. REINFORCING OARS SHALL BE DEFORMED AND SHALL HAVE A 2 IN. MINIMUM CLEARANCE. ML REINFORCING BARS SHALL BE E'DKY COATED. 7. DIMENSIONS AND WEIGHTS OF 7YPIOAL MANHOLE RING AND COVER ARE NOMINAL B. MATERIAL FOR MANHOLE RINGS AND COVERS SHALL BE GRAY OR DUCTILE GASP IRON CONFORMING TO 712.06. 9. SINCE PIPE DFRES INTO THE INLET ARE VARIABLE, THE DMENSENS SHOWN ARE TYPICAL ACTUAL DIMENSIONS AND OA47MES FOR CONCRETE AND REINFORCEMENT SHV.L BE AS REQUIRED IN THE WORN. OLLYIIMES INCLUDE VOLUMES OOCUPED BY PIPES. 10. STRUCTURAL STEEL SHALL BE GALVANIZED AND SHALL CONFORM TO THE REQUIREMENTS OF 712.06. Na aWNITRES 23' 24' 23' Twa M1 4 EARS 12 2' 12' .4 1 4 FOR s NIEr 9• -L- S -1 CAE1'/z NpfS 1'/1 5-11r � 1q' ANT - TYPICAL MANHOLE RING 'V• 24' 24' - 24' - 2B' Fp■ N0. 1 6116 - 3' FOR 15 IEET NOTE 6• y1/s 35' I ]C w M. TARE 1 3/4 HOLES e[eS 30'� II 15-10' TY TYPICAL N 215/Id �24'/e I y' 1Y 22' F 2 4 tY 1Y -ffi 1 2'Y L 7Y -lY OaIT N0. 4 EVS 4• • • • • Pe 15' M£f FINE 1'/2' HOLIES I• • 8' -I- 70' 30' -T- 30' -T- 3T -I- S• 15'-10' NaOnY COATI - to HIS. RNo - im I1E CHANNEL LAYOl1T DETAILS raD1 = 2<pA TYPE 1 TYPE II TYPE N TYPE V TYPE M TYPE MI TYPE Me � TYPE q Cb• p' 40.5 0 SD4 34' BQ 501 -r UP Y { 410 } I~42'�1 L IrYARES+I I~/4'� BAR BENDING DIAf•'RAMS "• (jjimansione are Out -to -Out of b9d Colorado Department of Transportation Computer File Information Standard Plan Revised CURB INLET STANDARD PLAN NO. 62 DOt<: uerr-Ak: _ Q7' -1East Aflmneas Avenue Path: wrw.dotsfate.w.u./DevekpPmjects/OesignSupport/NStandarde/ Pulver, Colorado 80222 TYPE R M-604-12 Phone: (307) 757-9083 FAY-(30}) 757-9820 Drawing Fk Name: 6040120202.dwg Project Development Branch SO Aced Version: R14 Scale: NA Un ; Engli.h Issued By: Project Development Branch October 1, 2000 Sheet No. 2 of 2 -46- 1218 W. Ash, Suite C Windsor, Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 INTERC O N S U L T I N G G R O U P BID SET PREPARED UNDER THE DIRECT SUPERVISION P�{ � ALAI/SrF `4 REVISIONS: DATE: City CITY OF FORT COLLINS, COLORADO F Collins DESIG ED BY: SIVIB (DRAW BY: SMB APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS SH 45 ort ENGINEERING DIVISION /1 � DETAIL SHEET OF 47 SCALE: DATE: I CHECKED BY: DATE: I N A 07 16 14 A N EX UTILITY ESMT- —I EX ROW 4 D R=14' OHE OH, OHE ON p .Og 4—OHE - F 4 - D z 4 PROPOSED rn o ' o0 n° D 4 SIGNAL POLE I p ' 000 4 4' h- 6 � �4 • D D 4 4. 1 4 c TOP BACK OF CURB ° N 000000 .D 4 0 -FLOWLNE SAW CUT FLOWLINE LIP OF PAN I- T I — -- -- L----J tU CUT — `(TYP) r L EX LIP OF PAN 3.00 .00 —EX TOP BACK OF CURB — L 6 EX FLOWLINE N 000000 6' EX SIGNAL POLE X Ou 4 to � m D `--- J 14 :I ROW D EX UTILITY ESMT .4 D RELOCATED © R=14' ° SIGNAL POLE OHE 0 E -OHE p 4 U.6 40R=6, `LIP OF PAN BACK OF CURB SAW CUT PEDESTRIAN RAMP LAYOUT DETAILS R=6' _ J EX ROW E ,y � 2• °° T 0 o Dd l ;vim o D jL 4 p �6. - 4 D D O I R_6 /lb A r �C FLOWLINE _ -- TOP BACK OF CURB — - LIP OF PAN PEDESTRIAN RAMP LAYOUT DETAILS EX TOP BAOF CURB SAW CUT T EX FLOWLINE (TYP) _------ --� 6 3 — — — — — — N. EX LIP OF PAN 000000 Di — __ _ \------I------ Q In ° \ / \ 4 / . PROPOSED ° / ° .4SIGNAL POLE 4 ------------ 4p \ i G I I I I I I I I Q I I \ ° 4 1 I I ►rJ 2 4. '. LN O D 07, o � d . n .r d D 3• Q Q r D d d LIP OF PAN 'q D FLOWLINE n D TOP BACK OF CURB d D T TC/FL: 40.01 MATCH EX FL: 40.05 TC/FL: 39.89 _----------� ° TC:40.25 ---- — FL•39.75 000000 MATCH EX FL: 39.48 4 _ FG: 40.48 FG: 40 3 \ QV\ \\ f L--------- G I I I I I p I I PEDESTRIAN RAMP'C' GRADING DETAIL J- TC/FL• 40.1 MATCH EX FL: 40.19E / 000000 Q / A. / FG:40.68 � 4 C/FL: 40.16 MATCH EX [4F1t40.15 -- +------- IM 0.68 — — — — — ___ MATCH EX MATCH EX — FG:40.53 FG:40.78 -J 4, --- ----->I------------ 14 O I PEDESTRIAN RAMP'D' GRADING DETAIL NOTE: SEE THE INTERSECTION GRADING PLAN ON SHT 27 AND 28 FOR GRADING DETAILS FOR RAMPS A,B,E, AND F. PREPARED UNDER THE DIRECT SUPERVISION BID SET 1218 so Ash, Suite C Windsor, Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 �v �fi /;p;P � c :per 9r� O 33441 r• INTERWEST CONSULTING GROUP �0;• •���� �SS70NAL-*; G' � REVISIONS: DATE: City CITY OF FORT COLLINS, COLORADO FSmB Ol t Collins ENGINEERING DIVISION �� DESIGNED BY: DRAWN Y: SMB APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS DETAIL SHEET HEET 46 OF 47 SCALE: N A DATE: I 07 16 14 CHECKED BY: DATE: 1 ISOMETRIC VIEW SECTION A -A 0 NOTES: I. EROSION LOGS USED AT TOE OF SLOPE SHALL BE PLACED 5 TO IC FEET BEYOND TOE IF SLOPE TO PROVIDE STORAGE CAPACITY. 2. EROSION LOGS SHALL BE PLACED ON THE CONTOUR, WITH EMS FLARED UP SLOPE, EROSION LOG TOE OF SLOPE PROTECTION B EROSION LOGS SHILL BE TIGHTLY ABUTTED WITH NO GAPS t7YP.) Flaw- I.- SECTION B-B EROSION LOG CULVERT INLET PROTECTION - FLOW B A EROSION LOG APPLICATIONS WA EROSION LOG CULVERT OUTLET PROTECTION Computer file information R-X Sheet Nevisions Colorado Department of Transportation 4201 East Arkansas Avenue Phev Colorado 00222 Fhona: (303) 757-9083 Fax: (303) 757-9820 Project Development Branch DD/LTA TEMPORARY EROSION CONTROL STANDARD PLAN NO. Creation Date: 06/0B/10 Initials: DID Oate: Comments Last Modification Date: OB/26/D Initiate: LTA D8/26lID Rster q to ..at new water quality Standartla. M-208-1 FUII Path: WWw.dot.sLate.co.us/DesignSupport/ Revieed sheets 1-7. Orawin Fila Mome: 2080103012A n Issued By: Project Development Branch on July 04, 200s Sheet No. 3 Of 12 Cµ Ver.: McmStatlon va Scale: net to Smle Units: EnrjrsA Added sheets 8-12 A \ MANHOLE A CURB 12" 12' AND I STORM DRAIN GUTTER 1 INLET PROTECTION PLAN VIEW INLET PROTECTION DEVICE CURB INLET nDw_ — DwoaT.Ow FILTERED FLOW SECTION A -A STORM DRAIN INLET PROTECTION (TYPE I) INLET PROTECTION SHALL EXTEND 12 RL PAST EACH END OF THE INLET IP-1 GUTTER — INLET CRATE B 3 PLAN VIEW CURB INLET INLET \ FLOW CRATE OVERFLOW ON DEVICE SE�DIMENNTTGAND DEBRIS CONTAINMENT AREA FILTERED FLOW SECTION B-B STORM DRAIN INLET PROTECTION (TYPE II) OPTION A STORM DRAIN INLET PROTECTION LIFTDW PROTECTION DEVICE INLET GRATE ISOMETRIC VIEW STORM DRAIN INLET PROTECTION (TYPE II) OPTION B L<um uLer 'Net ImOrmauvn Creation Dale: C7/O4/C6 Initials: DD � t� U� Date: aneOL rcevltflunu Comments Colorado Department of Transportation 4201 East Arkansas Avenue ___ oT Denv<r, 303) 5 80222 P— (303)7 757-9083 �NFax: (3ae t Branch Project Development Branch DD/LTA TEMPORARY EROSION CONTROL STANDARD PLAN NO. Last Modification Data: OB/26/D Impala: LTA OB/26/10 Revised to meal new watsr quality standards. M-208-1 Full Path: www.dotstate.co.us/DesignSupport/ DrawingFile Name: 2080107012.d n Revised sheets 1-7. Isauad By: Project Development Branch on July 04, 2006 Sheet No. 7 of 12 CAD Yer.: MiaoStation VB Scale: Not to Scde Units: En ish Addetl sheets s-12. 06;ICH SECURELY TO STEEL OR WOOD POST OMPACTED BACK FILL RUNOFF �\J III —III III —III III. APPROXIMATELY — III III —III III —III 4 IN. X 4 IN. TRENCH i l_I III —III III —III III III —III III= I - '=III= III=III=III=III=I' I —III I I —III —III —III —I �I-�IIII1111111—III Ili SECTION VIEW GENERAL NOTES: 1. THE MAXIMUM TRIBUTARY AREA IS LIMITED TO 0.25 ACRES PER 100 FEET OF FENCE. 2 INSPECT AND REPAIR FENCE AFTER EACH STORM EVENT. REMOVE SEDIMENT WHEN ONE HALF THE HEIGHT r OF THE FENCE HAS BEEN FILLED. REMOVED SEDIMENT SHALL r BE DEPOSITED IN AN AREA TRIBUTARY TO A SEDIMENT BASIN OR OTHER FILTERING MEASURE. SILT FENCE CITY OF FORT COLUNS WATER CONSTRUCTION APPROVED: DETAIL UTIIMES DRAWINGS DATE: 12/27/00 D — 2 8 City or Pon cmu°a DRAWN BY: NBJ LIMIT OF BERM �PF PF PF -'MIN. A IS'MIN[U�I.NMENT AVAT. TO I AEA I TRUCK ACCESS PLAN VIEW l EXISTING PA) FENCE (PLASTIC) B AGGREGATE EXISTINGGRUUND 12'uIN* A B a' 10' PLAN VIEW SHALL EXTEND FULL WIDTH OF INGRESS AND EGRESS OPERATION. EXISTING 70'MIN. GRDJNC I FMIN. 24" I E%ISTING GEOTE%TILE PAVEMENT TEMPORARY BERM EROSIGN CONTROL (DEPTH VARIES) SIGN CONCNETE Ifi" MIN./ 2:1 IT") (CLASS 2) WAs ou FENCE I ELEVATION SECTION 5'MIN. EXCAVATED AREA E%ISTING 1B"T GROUND MAXIMUM STORAGE IS 2/3 OF VOLUME AMA SECTION A -A NOTES: 1. EROSION BALES MAY BE USED AS AN ALTERNATIVE FOR THE BERM. 2. A FENCE (PLASTIC) CONFORMING TO SUBSECTION 607.02 SHALL BE INSTALLED MOUND THE CONCRETE WASHOUT AREA, EXCEPT AT THE OPENING. 3. THE CONCRETE WASHOUT SIGN SHALL HAVE LETTERS AT LEAST 3 INCHES HIGH AND CONFORM TO SUBSECTION 630.02. CONCRETE WASHOUT STRUCTURE W G r� 12'MM. ---I EXISTING GROUND 6" MIN, GEOTEXTILE EROSION CONTROL (CLASS 2) SECTION B-B NOTES: 1. AG(REGATE FOR THE CONSTRUCTION ENTRANCE SHALL CONFORM TO SUBSECTION 200.02 W. 2. THE CONTRACTOR SHALL PROTECT CURB AND GUTTER THAT GASSES THE ENTRANCE FROM DAMAGE. PROTECTION OF THE CURB AND GUTTER WILL NOT BE PAID FOR SEPARATELY, BUT SHALL BE INCLUDED IN THE WORK. CONSTRUCTION ENTRANCE CE L VFTI uLer me Lniurmaaun Creation Dale: 06/08/10 Initials: DD U� Date: anaut r isvtslorNs Comments Colorado Department of Transportation 4201 East Mksnsas Avenue rado Phone: 303) 757-9083 2 �r4.MpN: Fax: (3D3) 757-9820 Project Development Branch DD/LTA TEMPORARY EROSION CONTROL STANDARD PLAN NO. Lost LTA OB/26/10 sets, quality standards. M-208-1 Full Pa h: .�' .�w.dot..state.co.us/DesignSupport/ Drawing80 File Name: 20101012.d n Revised sheets 1-7. Issued By: Project Development Branch on July 04, 2006 Sheet No. 1 of 12 Adaea .1-1. a-12. CAD v<.: Maraste6an ve sam<: Nat to soda umta: Engian 1218 W. Ash, Suite C Windsor, Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 INTER WEST CONSULTI ING GROUP BID SET PREPARED UNDER THE DIRECT SUPERVISION P�{ � ALAI/SrF `4 33441 '' z SS70NAL•E�G REVISIONS: DATE: City of CITY OF FORT COLLINS, COLORADO FSMB Collins DESIG ED BY: DRAWN BY: APPROVED BY: E. LINCOLN AVE & S. LEMAY AVE IMPROVEMENTS SH47 art ENGINEERING DIVISION /1 � DETAIL SHEET OF 47 SCALE: DATE: I CHECKED BY: DATE: I N A 07 16 14 A LANDSCAPE PLAN tiJ1. �11� �► ����� HALEY, JANICE & SCOTT I T r = ,E,_- - wCrz __w w w w T T T LOT 1 BALDWIN MINOR SUBDIVISION HCC HOLDINGS, LLP PLANT NOTES 1. THE FOLLOWING SEPARATIONS SHALL BE PROVIDED BETWEEN TREES/SHRUBS AND UTILITIES: 1.1. 40 FEET BETWEEN CANOPY TREES AND STREET LIGHTS 1.2. 15 FEET BETWEEN ORNAMENTAL TREES AND STREETLIGHTS 1.3. 10 FEET BETWEEN TREES AND PUBLIC WATER AND SANITARY AND STORM SEWER LINES 1.4. 6 FEET BETWEEN TREES AND WATER AND SANITARY SERVICE LINES 1.5. 4 FEET BETWEEN TREES AND GAS LINES 1.6. 4 FEET BETWEEN SHRUBS AND PUBLIC WATERAND SANITARY AND STORM SEWER LINES 2. FIELD LOCATE UTILITIES PRIOR TO PLANTING. 3. TO THE MAXIMUM EXTENT FEASIBLE, TOPSOIL THAT IS REMOVED DURING CONSTRUCTION ACTIVITY SHALL BE CONSERVED FOR LATER USE ON AREAS REQUIRING REVEGETATION AND LANDSCAPING. w 3 I— J ODELL BREWING COMPANY ODELL BREWING COMPANY FIRST REPLAT III-/ ------------ — ------®1=III_------=—T 5r- - --- ST--S - --— — — — — — — — sT sr s sr r sr sr E / � — — G G G G G G G G wv F G G G G G W w w w w �-wwww� >1w w w� I W 10 3 W _ I W — EAST LINCOLN AVENUE r '. N \\ w w w w w w w S — — — _ S — — _ S _ — — —► I ST 5T , '�. U Z — .Y.• Q ... ��..' a_-- I PROPERTY LINE / R.O.W. SEED MIX A, TYP. I LOT 1 I WOODWARD LINCOLN CAMPUS TREE PROTECTION NOTES 1. WITHIN THE DRIP LINE OF ANY PROTECTED EXISTING TREE THERE SHALL BE NO CUT OR FILL OVER A FOUR -INCH DEPTH UNLESS A QUALIFIED ARBORIST OR FORESTER HAS EVALUATED AND APPROVED THE DISTURBANCE. 2. ALL PROTECTED EXISTING TREES SHALL BE PRUNED TO THE CITY OF FORT COLLINS TREE MANAGEMENT STANDARDS FOR THINNING AND CLEANING. 3. PRIOR AND DURING CONSTRUCTION, BARRIERS SHALL BE ERECTED AROUND ALL PROTECTED EXISTING TREES WITH SUCH BARRIERS TO BE OF ORANGE FENCING A MINIMUM OF FOUR (4) FEET IN HEIGHT, SECURED WITH METAL T-POSTS, NO CLOSER THAN SIX (6) FEET FROM THE TRUNK OR AT THE DRIP LINE, WHICH EVER IS GREATER, THERE SHALL BE NO STORAGE OR MOVEMENT OF EQUIPMENT, MATERIAL, DEBRIS OR FILL WITHIN THE FENCED TREE PROTECTION ZONE. MODIFICATION OF PROTECTIVE FENCE LOCATIONS TO ACCOMMODATE CONSTRUCTION SHALL BE APPROVED BY THE CITY FORESTER PRIOR TO MOVING OR ERECTING A PROTECTIVE FENCE. WHERE THE DRIP LINE OF TREES TOUCH OR OVERLAP, PLACE FENCE AROUND GROUPS OF TREES. 4. DURING CONSTRUCTION THERE SHALL BE NO CLEANING OF EQUIPMENT OR MATERIALS OR THE STORAGE AND DISPOSAL OF WASTE MATERIAL SUCH AS PAINTS, OILS, SOLVENTS, ASPHALT, CONCRETE, MOTOR OIL OR ANY OTHER MATERIAL HARMFUL TO THE LIFE OF A TREE WITHIN THE DRIP LINE OF ANY PROTECTED TREE OR GROUP OF TREES. 5. NO DAMAGING ATTACHMENTS, WIRES, SIGNS OR PERMITS MAY BE FASTENED TO ANY PROTECTED TREE. 6. THE INSTALLATION OF UTILITIES, IRRIGATION LINES OR ANY UNDERGROUND FIXTURE REQUIRING EXCAVATION DEEPER THAN SIX (6) INCHES SHALL BE ACCOMPLISHED BY BORING UNDER THE ROOT SYSTEM OF PROTECTED EXISTING TREES AT A MINIMUM DEPTH OF TWENTY-FOUR (24) INCHES. THE AUGER DISTANCE IS ESTABLISHED FROM THE FACE OF a�nlm.mme�ra�9ivfi� 1 A,�n�r .p daF.� 0-2 3-+ i9 10-14 10 1119 12 0-19 15 THE TREE (OUTER BARK) AND IS SCALED FROM THE TREE DIAMETER AT BREAST HEIGHT AS DESCRIBED IN THE TREE PROTECTION CHART OF THE FORT COLLINS LAND USE CODE SECTION 3.2.1. 7. CONSTRUCTION SHALL BE PERFORMED IN A MANNER TO NOT DAMAGE ANY EXISTING TREE. CLEARANCE PRUNING OF ANY TREE ON SITE SHALL ONLY BE BY A FORT COLLINS LICENSED ARBORIST FOLLOWING CITY OF FORT COLLINS TREE MANAGEMENT STANDARDS UNDER THE DIRECTION OF AN INTERNATIONAL SOCIETY OF ARBORICULTURE CERTIFIED ARBORIST. 8. EQUIPMENT ACCESS/DRIVES SHALL BE POSITIONED TO MINIMIZE TRAVEL OVER THE ROOT SYSTEM OF ANY EXISTING TREE. EQUIPMENT DRIVE LOCATIONS OVER THE ROOT SYSTEM OF ANY SIGNIFICANT TREE SHALL BE APPROVED BY THE CITY FORESTER WITH REQUIREMENTS TO PROTECT THE SOIL FROM BEING COMPACTED. 9. LARGE PROPERTY AREAS CONTAINING PROTECTED TREES AND SEPARATED FROM CONSTRUCTION OR LAND CLEARING AREAS, ROAD RIGHTS -OF -WAY AND UTILITY EASEMENTS MAY BE "RIBBONED OFF," RATHER THAN ERECTING PROTECTIVE FENCING AROUND EACH TREE AS REQUIRED IN SUBSECTION (G)(#) ABOVE. THIS MAY BE ACCOMPLISHED BY PLACING METAL T-POST STAKES A MAXIMUM OF FIFTY (50) FEET APART AND TYING RIBBON OR ROPE FROM STAKE -TO -STAKE ALONG THE OUTSIDE PERIMETERS OF SUCH AREAS BEING CLEARED. LEGEND (DaEXISTING TREES V DECIDUOUS ++ + ++ , TO REMAIN ANDSHRUBS ++++++++++ SOD BE PROTECTED + + + + + PERENNIALS DECIDUOUS SHADE TREE �+� ORNAMENTAL SEED MIX A • + GRASSES EVERGREEN O SHRUBS EVERGREEN TREE WOOD (ORGANIC) O � TYPE A MULCH (SEE PLAN) ORNAMENTAL 1/3 TON BOULDER TREE ® TYPE B 1/2 TON BOULDER OL TYPE C INORGANIC 1 TON BOULDER (COBBLE) MULCH 11141wiff"VINAIM =2 Skqw! hmmem-p-m— Li \ WOODWARD \ LINCOLN CAMPUS ®� LL Z LL / O > ® LL Qo ® O o o CgACHE LA POUDRE ;11Q %,- 1 O �o NORTH --- O EAST M Ll�- BERRY STAR EIT�(SF� 40- 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 Landscape Architecture Urban Design Graphic Design V) Z LU \W of 0/� LV W D LU J O U Z_ J V) Q W v 0 1i <KKKK BID SET rdh V7q NORTH 0 15, 30' 60' SCALE: 1 "=30' Designed by: AM Drawn by: AV Checked by: Drawing Name: LANDSCAPE PLAN Project Number: Sheet Date: 07.16.2014 Sheet Number: L1 LANDSCAPE PLAN E PATRICK SUBDIVISION FIRST FILING E E E I E VANWORKS MINOR SUBDIVISION S C E E X X LL X \ \ I \ I ) I NORTH LEMAY SUBDIVISION FIRST FILING ST ST 5T I — — 5T IT IT sT/ sT 5T TT fiT Tr fir tTfiT i --- iT -- fiT—fiT — T --- ----I J _ \ LT�\ {T wGGE/EEwwEw "U I W tic % W �W w w w �� _ w w w w w w w wE w w�� w w Cn w w� w w w w LUAST LINCOLN AVENUE — I LU G G G G G G C G G z c I J �T— T T U :. :I Q I I I PROPERTY LINE / R.O.W. — I oT II LOT 1 SEED MIX A, TYP. I WOODWARD LINCOLN CAMPUS I I I I I I LEGEND (DaEXISTING TREES O DECIDUOUS + + + + + ' TO REMAIN AND SHRUBS ++++++++++ SOD BE PROTECTED + + + + + PERENNIALS DECIDUOUS SHADE TREE �+� ORNAMENTAL SEED MIX A O A • + GRASSES EVERGREEN O SHRUBS EVERGREEN TREE WOOD (ORGANIC) O � TYPE A MULCH (SEE PLAN) ORNAMENTAL 1/3 TON BOULDER TREE ® TYPE B 1/2 TON BOULDER TYPE C INORGANIC 1 TON BOULDER (COBBLE) MULCH u_V1 1 NORTH 31\—--- o it��c --- EAST M Ll BERRY ST—R E1T'14) 40- 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 Z LU LU of 0/� LV Z w D LU J 0 U Z_ J V) Q W v 0 a Landscape Architecture Urban Design Graphic Design N z J 0 0 LL LL 0 H U v U <KKKK BID SET IN NORTH 0 15' 30' 60' SCALE: I "=30' Designed by: Drawn by: AM Checked by: AV Drawing Name: LANDSCAPE PLAN Project Number: Sheet Date: 07.16.2014 Sheet Number: L2 FORT COLLINS BREWERY LANDSCAPE PLAN \ 11 1 I 1 1 I II 11 1 1 \ \\ 1 1 1 tiF \ 1l, I 1 1 1 k • S\ 1 ST 1T\ W --- \ s \Brill N------- =---------- ----- ------ /��` --------------� --� —�— — -----------— _ --� T ST LU LU vI W W W WWW W W W 'W� W W W W W W W W W W W W W W %n �� EAST LINCOLN AVENUE W _ z 3 2 T T T °y U— c c c c r` i F r_ \ :.. c c -. I: I ..... ...... ......................................................... ..................... j ................. ................... ............ ..... < PROPERTY LINE / R.O.W. u BUS STOP SEED MIX A, TYP. I LOT 1 WOODWARD LINCOLN CAMPUS I I LEGEND I—-------- -------------------- O 'ST -------. ST ST ST �im� bl - ice 9T - ---- \ —-------___ J 0 c ti • F \ O E � I I /j � • � %/ ® l c , ( \ SACK PORC '_-,A r \ STAU RANT , + (DaEXISTING TREES O DECIDUOUS + + + + + ' TO REMAIN AND SHRUBS ++++++++++ SOD BE PROTECTED + + + + + PERENNIALS DECIDUOUS O SHADE TREE �+� ORNAMENTAL SEED MIX A • + GRASSES EVERGREEN O SHRUBS EVERGREEN TREE WOOD (ORGANIC) O � TYPE A MULCH (SEE PLAN) ORNAMENTAL 1/3 TON BOULDER TREE ® TYPE B 1/2 TON BOULDER OL TYPE C ^' INORGANIC 1 TON BOULDER (COBBLE) MULCH Nows"".1% 1 NORTH WOODWARD LINCOLN CAMPUS W 31\—---1@i o it ��c --- EAST M Ll� BERRY ST—R E1T'14) • 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 Z W z ILU of 0/� CL Z W D \W Q J O U z J V) Q W v 0 a Landscape Architecture Urban Design Graphic Design z J 0 �c 0 LL 0 R— U v U <KKKK BID SET 1 NORTH 0 15' 30' 014 SCALE: I "=30' Designed by: AM Drawn by: AV Checked by: Drawing Name: LANDSCAPE PLAN Project Number: Sheet Date: 07.16.2014 Sheet Number: L3 LANDSCAPE PLAN WOODWARD LINCOLN CAMPUS L _ LOT 3 65' POWER LINE ESMT O 3ACG1 — SEED MIX A —77 COBBLE MULCH _ _ _ z _ — — — — — — — — — — _ _ _ _ _ E — _ /i----------- _—E— �� / i -----T T —_ _ G— �I /-- LOT 2 MULBERRY/LEMAY CROSSING FILING 2 TIVE PLANT Deciduous Trees Symbol Botanical Name Common Name Size Root Quantity Quantity Base Bid Bid Alt 1 CA SP Catalpa speciosa Northern Catalpa 2" Cal. BB 10 QU BU Quercus buckleyii Texas Red Oak 2" Cal. BB 3 Ornamental Trees Symbol Botanical Name Common Name Size Root Quantity Phase 2 * AC GI Acer ginnala'Bailey Compact' Dwarf Amur Maple 1.5" Cal. BB 6 8 MA RA Malus'Radient' Radiant Crabapple 1.5" Cal. BB 2 * PR SU Prunus x salicina'Superior' Superior Plum 1.5" Cal. BB 10 * PY KS Pyrus fauriei Korean Sun Korean Wild Pear 1.5" Cal. BB 14 3 * nFNC)TFS TRFFS WITH 1 5' MAXIM[ IM HFIC�HT Deciduous Shrubs Symbol lBotanical Name lCommon Name ISize JR..t IQuantity phase 2 AM RE Amelanchier alnifolia'Regent' Regent Serviceberry 4' BB 12 AM CA Amorpha canescens Leadplant 5 Gal. Cont. 8 AR CA Artemisia cana Silver Sagebrush 5 Gal. Cont. 29 CA CL Caryopteris x clandonensis'Blue Mist' Blue Mist Spirea 5 Gal. Cont. 29 5 CH NA Chrysothamnus nauseosus nauseosus Dwarf Blue Robbitbrush 5 Gal. Cont. 34 EP EQ Ephedra equisetina Bluestem Joint Fir 5 Gal. Cont. 5 FA PA Fallugia paradoxa Apache Plume 5 Gal. Cont. 10 PH OP Physocarpus opulifolius'Little Devil' Little Devil Ninebark 5 Gal. Cont. 24 PO YG Potentilla fruticosa'Yellow Gem' Yellow Gem Potentilla 5 Gal. Cont. 19 PR BE Prunus besseyi Western Sandcherry 5 Gal. Cont. 21 PR PB Prunus besseyi 'Pawnee Buttes' Pawnee Buttes Sandcherry 5 Gal. Cont. 9 RH AR Rhus aromatica'Grow Low' Fragrant Dwarf Sumac 5 Gal. Cont. 12 RH GL Rhus glabra cismontana Rocky Mountain Sumac 5 Gal. Cont. 13 5 RH TR Rhus trilobata 'Autumn Amber' Creeping Threeleaf Sumac 5 Gal. Cont. 4 3 RI AU Ribes aureum Yellow Flowering Currant 5 Gal. Cont. 9 RO NW Rosa'Nearly Wild' Nearly Wild Rose 5 Gal. Cont. 10 14 SY AL Symphoricarpos albus White Snowberry 5 Gal. Cont. 23 SY OR Symphoricarpos oreoplilus Mountain Snowberry 5 Gal. Cont. 9 YU GL Yucca glauca Soapweed 5 Gal. Cont. 37 Evergreen Shrubs Symbol lBotanical Name lCommon Name ISize lRoot IQuantity lPh..e 2 JU EF Juniperus communis'Effusa' Effusa Common Juniper 5 Gal. Cont. 9 JU CC Juniperus sabina'Calgary Carpet' Calgary Carpet Juniper 5 Gal. Cont. 11 JU GG Juniperus scopulorum'Gray Gleam' Gray Gleam Juniper 7 Gal. Cont. 3 JU BS Juniperus squamata'Blue Star' Blue Star Juniper 5 Gal. Cont. 26 PI CO Picea gluaca 'Conics' Dwarf Alberta Spruce 5 Gal. Cont. 5 PI NS Picea glauca 'North Star' Compact White Spruce 10 Gal. Cont. 6 PI GL Picea pungens 'Globe' Dwarf Globe Green Spruce 5 Gal. Cont. 17 8 PI MV Picea pungens 'Mesa Verde' Mesa Verde Spruce 5 Gal. Cont. 19 PI SD Picea pungens'Sester Dwarf' Dwarf Blue Spuce 10 Gal. Cont. 8 PI MU Pinus mugo'Mcps' Miniature Mugo Pine 5 Gal. Cont. 10 5 PI TA Pinus mugo'Tannenbaum' Tannenbaum Mugo Pine 15 Gal. Cont. 3 Ornamental Grasses Symbol Botanical Name BO GR Boutela gracilis'Bonde Ambition' CA OV Calamagrostis acutiflora 'Overdo m' FIE GL Festuca glauca 'Boulder Blue' PA VI Panicum virgatum 'Shenandoah' PEAL Pennisetumalopecuroides'Hameln' SC SC Schizachyrium scoparium'Prairie Blues' SP HE Sporobolus heterolepis Perennials Symbol Botanical Name AC MO Achillea'Moonshine' AG CR Agastache'Coronado Red' AG SS Agastache cana Sonoran Sunset AR FIR Artemisia frigida CO ME Coreopsis verticillata 'Moonbeam' DI CC Diascia integerrima Coral Canyon GA CG Gazania linearis Colorado Gold GE HI Geranium himalayense'Plenum' GE VI Geranium viscosissimum LA HI Lavandula angustifolia'Hidcote' LI PE Linum perenne NE LT Nepeta'Little Trudy' OE CA Oenothera caespitosa marginata PE PI Penstemon pinifolius PE ST Penstemon strictus SE AJ Sedum 'Autumn Joy' VE CR Veronica reavis Crystal River LEGEND LOT 2 MULBERRY/LEMAY CROSSING FILING 2 Common Name Size Root Base Bid Bid Alt 1 Blonde Ambition Grama Grass 1 Gal. Cont. 100 22 Variegated Feather Reed Grass 1 Gal. Cont. 5 Boulder Blue Fescue 1 Gal. Cont. 63 17 Red Switch Grass 1 Gal. Cont. 29 Dwarf Fountain Grass 1 Gal. Cont. 108 15 Prairie Blues Little Bluestem 1 Gal. Cont. 32 Prairie Dropseed Grass 1 Gal. Cont. 5 11 5 PR SU — T � s TYPE — I CN J E -IW W 2 N I W W S _ N W —I Z _E IU Q Si— L A/P \— — --� — c y--- — - ------------- / — — — — — — — — — — — — — — — — — — — — — — — — — — — — — E _ — E T T _ _ T T G G G— TG ----I LOT 6 MULBERRY/LEMAY CROSSING I FILING 2 KEY MAP tolt _ . I F ST LINCOLN AVENUE IT1 JPUU1111-1 LtNV-\Y AVrNUt Common Name ISize JR..t IQuantity 111nase 2 Moonshine Yarrow 1 Gal. Cont. 38 Coronado Red Hyssop 1 Gal. Cont. 12 Sonoran sunset Hyssop 1 Gal. Cont. 41 WOODWARD CO Fringed Sage 1 Gal. Cont. 41\ J LINCOLN CAMPUS Moonbeam Coreopsis 1 Gal. Cont. 377 Coral Canyon twinspur 1 Gal. Cont. 59 1 Hardy Gazania 1 Gal. Cont. 47 Birch Double Cranesbill Sticky Geranium 1 Gal. 1 Gal. Cont. Cont. 19 10 / cp Deep Blue Lavender Blue Flax 1 Gal. 1 Gal. Cont. Cont. 39 20 / o Little Trudy Catmint 1 Gal. Cont. 23 White Evening Primrose 1 Gal. Cont. 14 % Pineleaf Penstemon 1 Gal. Cont. 42 Rocky Mountain Penstemon 1 Gal. Cont. 33 0d Stonecro 1 Gal. Cont. 19 _ Crystal River Veronica 1 Gal. Cont. 32 CACHE LA POUDRE EXISTING TREES DECIDUOUS * * ' SOD TO REMAIN AND SHRUBS BE PROTECTED *+* PERENNIALS DECIDUOUS aSHADE TREE ' ORNAMENTAL 0SEED MIX A GRASSES EVERGREEN SHRUBS EVERGREEN TREE 400 WOOD (ORGANIC) O TYPE A MULCH (SEE PLAN) O ORNAMENTAL 1/3 TON BOULDER TREE ® TYPE B 1/2 TON BOULDER TYPE C INORGANIC 1 TON BOULDER (COBBLE) MULCH 8n o I NORTH --- o ll EAST MULBERRY STREET-L(� _1���'Iv/ 4w- 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 Landscape Architecture Urban Design Graphic Design N I— Z W 37 \W O CL LU D W Q W J 2 O V) a- Z J O �c 0 LL O U U �aaaaa BID SET NORTH 0 15' 30' 60' SCALE: I "=30' Designed by: AM Drawn by: AV Checked by: Drawing Name: LANDSCAPE PLAN Project Number: Sheet Date: 07.16.2014 Sheet Number: L1 LANDSCAPE PLAN I WOODWARD LINCOLN CAMPUS I LOT 3 I SEED MIX A— — I 2 PY KS OHE _ 3 PY KS OHE OHE OHE 0 FO FO FO O BUS STOP J =� w — _ w s W 18DICCs 5CACL s W 10BOGR SCHNA 9DICC 3CHNA — — — 3PIMV 1JUCC LU h W 10UPE N 5ARFR 9 PEAL 7 PEAL 5 PR BE 7 PEAL LU —;— J ZsT I sT sT—@—sr sr IT sr sr— � 1 CE ---- E -- — — — !� E T— — — — — — _ — — — — — — — — — — — — G — G G� T I T ILOT 6 MULBERRY/LEMAY CROSSING I FILING 2 PLANT NOTES 1. THE FOLLOWING SEPARATIONS SHALL BE PROVIDED BETWEEN TREES/SHRUBS AND UTILITIES: 1.1. 40 FEET BETWEEN CANOPY TREES AND STREET LIGHTS 1.2. 15 FEET BETWEEN ORNAMENTAL TREES AND STREETLIGHTS 1.3. 10 FEET BETWEEN TREES AND PUBLIC WATER AND SANITARY AND STORM SEWER LINES 1.4. 6 FEET BETWEEN TREES AND WATER AND SANITARY SERVICE LINES 1.5. 4 FEET BETWEEN TREES AND GAS LINES 1.6. 4 FEET BETWEEN SHRUBS AND PUBLIC WATERAND SANITARY AND STORM SEWER LINES 2. FIELD LOCATE UTILITIES PRIOR TO PLANTING. 3. TO THE MAXIMUM EXTENT FEASIBLE, TOPSOIL THAT IS REMOVED DURING CONSTRUCTION ACTIVITY SHALL BE CONSERVED FOR LATER USE ON AREAS REQUIRING REVEGETATION AND LANDSCAPING. 4. THE WEST PARKWAY NORTH OF MAGNOLIA PLANTING WILL BE COMPLETED WITH A FUTURE PHASE. I WOODWARD LINCOLN CAMPUS I LOT 2 65POWER LINE ESMT I BID ALTERNATE 1 - PARKWAY PLANTING NORTH OF MAGNOLIA _ 3 AC GI STEEL EDGER 3 PY KS SOD, TYP. 5 RO NW — COBBLE MULCH — gnomon offE —OHE 11 SP HE 5 PR PB WOOD MULCH OHE o F OHE OHE OHE o AW —_ E OHE HE OHE J —oHE oHE 5 AC GI 5 RH GL 7FEGL_ 4CASP 5 FA PA FO — +++++++++++++++++++++++++++ + 5 PI MU WOOD MULCH 4 RO W — E + 5 FA PA STEEL EDGER I + + ++++ +++++ +++++ + + + + 5 PI GL COBBLE MULCH 10 FE GL w w w w w w TYPE B TYPE A + ++ ++ + + w w J 65' POWER LINE ESMT ,++ +++ + F + + o+ + I s s s s S —s — 5 �_— + + + + +FO+ W _ 1111111 w _ s t ++ ++++ +++ ++ LU COBBLE MULCH SOUTH LEMAY AVENUE COBBLE MULCH TY£€A—�2)E?= TYPE B TYPE A TYPE B+ TYPE A 7 DI CC STEEL EDGER w 7 OE CA STEEL EDGER 3 JU CC 3 RH TR w TYPE A 3 AR FR 9 BO GR 5 PE AL 3 JU EF 8 FE GL M M m W — — — — — — 5 PI MV g g0 GR 3 AM RE 5 JU BS 5 CH NA 3 PI GL — 3 AC MO 9 LA HI STEEL EDGER 13 PEA 3 CH NA TYPE g 3 GE HI 8 GA CG 12 PE AL 3 PI MV 3 PR BE W 8DICC3 AR CA 3 VE CR 5 CA C 9 FRFL T— T — — — — _ _---- -- _ LU — — — — �—�- 3 PI MV 5 CO MB + I Z __ _ 5ARCA - 3CHNA ----- — — 5ACM0 7SEAJ -- E 5PEST 8LAHI 9FEGL — sr sr sr sr sr sr s IT IT r 5 AR CA — — — TREE PROTECTION NOTES s IT s s sr E 14 BO GR J TYPE B 5 AR FR 5 P i OP 5 PI SD 3 SY 3 PR BE 6 PA VI [2)TYPE B E TYPE A 5 PE PI WOOD MULCH W TYPE B 4 CA CL 3 pE qR 9 PA VI �2jT1 PEA 3 PI NS _jo�r E 3 AR CA E E 5 GE HI TYPE C 3 CH NA H 5 JU BS — 8 DI CC WOOD U 5 AR CA TYPE A STEEL EDGER WOOD MULCH 3 YU GL TYPE A I MULCH 1 MA RA COBBLE MULCH Q E C E----- E--- ----- —i -- _ ------ -- ------ ---- — ------ _ _ _-- — i----- ---- — !_ --- ���'{ — — E — — — — — — — — — — — — — — — — _ _ ✓ — T-------- _ E _ \' E E — T — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — E — — — — E — — ` — — — — — — — — — — — — — — — T— — — — — — — — — — — — — — — — — — — — — — — — — — — I TT — — — — — — — — — — — — — \ — _ _ _ — — — — — — — T — — — — — — \ — � — 1 T — — — — T — T �) T T T T LOT 1 I MULBERRY/LEMAY CROSSING I FILING 1 1. WITHIN THE DRIP LINE OF ANY PROTECTED EXISTING TREE THERE SHALL BE NO CUT OR FILL OVER A FOUR -INCH DEPTH UNLESS A QUALIFIED ARBORIST OR FORESTER HAS EVALUATED AND APPROVED THE DISTURBANCE. 2. ALL PROTECTED EXISTING TREES SHALL BE PRUNED TO THE CITY OF FORT COLLINS TREE MANAGEMENT STANDARDS FOR THINNING AND CLEANING. 3. PRIOR AND DURING CONSTRUCTION, BARRIERS SHALL BE ERECTED AROUND ALL PROTECTED EXISTING TREES WITH SUCH BARRIERS TO BE OF ORANGE FENCING A MINIMUM OF FOUR (4) FEET IN HEIGHT, SECURED WITH METAL T-POSTS, NO CLOSER THAN SIX (6) FEET FROM THE TRUNK OR AT THE DRIP LINE, WHICH EVER IS GREATER, THERE SHALL BE NO STORAGE OR MOVEMENT OF EQUIPMENT, MATERIAL, DEBRIS OR FILL WITHIN THE FENCED TREE PROTECTION ZONE. MODIFICATION OF PROTECTIVE FENCE LOCATIONS TO ACCOMMODATE CONSTRUCTION SHALL BE APPROVED BY THE CITY FORESTER PRIOR TO MOVING OR ERECTING A PROTECTIVE FENCE. WHERE THE DRIP LINE OF TREES TOUCH OR OVERLAP, PLACE FENCE AROUND GROUPS OF TREES. 4. DURING CONSTRUCTION THERE SHALL BE NO CLEANING OF EQUIPMENT OR MATERIALS OR THE STORAGE AND DISPOSAL OF WASTE MATERIAL SUCH AS PAINTS, OILS, SOLVENTS, ASPHALT, CONCRETE, MOTOR OIL OR ANY OTHER MATERIAL HARMFUL TO THE LIFE OF A TREE WITHIN THE DRIP LINE OF ANY PROTECTED TREE OR GROUP OF TREES. 5. NO DAMAGING ATTACHMENTS, WIRES, SIGNS OR PERMITS MAY BE FASTENED TO ANY PROTECTED TREE. 6. THE INSTALLATION OF UTILITIES, IRRIGATIONnme LINES OR ANY UNDERGROUND FIXTURE REQUIRING EXCAVATION DEEPER THAN SIX (6) INCHES SHALL BE ACCOMPLISHED BY BORING UNDER THE ROOT SYSTEM OF PROTECTED EXISTING TREES AT A MINIMUM DEPTH OF TWENTY-FOUR (24) INCHES. THE AUGER DISTANCE IS ESTABLISHED FROM THE FACE OF 0-1 a+ - 10-14 10 1�19 12 0-19 1s THE TREE (OUTER BARK) AND IS SCALED FROM THE TREE DIAMETER AT BREAST HEIGHT AS DESCRIBED IN THE TREE PROTECTION CHART OF THE FORT COLLINS LAND USE CODE SECTION 3.2.1. 7. CONSTRUCTION SHALL BE PERFORMED IN A MANNER TO NOT DAMAGE ANY EXISTING TREE. CLEARANCE PRUNING OF ANY TREE ON SITE SHALL ONLY BE BY A FORT COLLINS LICENSED ARBORIST FOLLOWING CITY OF FORT COLLINS TREE MANAGEMENT STANDARDS UNDER THE DIRECTION OF AN INTERNATIONAL SOCIETY OF ARBORICULTURE CERTIFIED ARBORIST. 8. EQUIPMENT ACCESS/DRIVES SHALL BE POSITIONED TO MINIMIZE TRAVEL OVER THE ROOT SYSTEM OF ANY EXISTING TREE. EQUIPMENT DRIVE LOCATIONS OVER THE ROOT SYSTEM OF ANY SIGNIFICANT TREE SHALL BE APPROVED BY THE CITY FORESTER WITH REQUIREMENTS TO PROTECT THE SOIL FROM BEING COMPACTED. 9. LARGE PROPERTY AREAS CONTAINING PROTECTED TREES AND SEPARATED FROM CONSTRUCTION OR LAND CLEARING AREAS, ROAD RIGHTS -OF -WAY AND UTILITY EASEMENTS MAY BE "RIBBONED OFF," RATHER THAN ERECTING PROTECTIVE FENCING AROUND EACH TREE AS REQUIRED IN SUBSECTION (G)(#) ABOVE. THIS MAY BE ACCOMPLISHED BY PLACING METAL T-POST STAKES A MAXIMUM OF FIFTY (50) FEET APART AND TYING RIBBON OR ROPE FROM STAKE -TO -STAKE ALONG THE OUTSIDE PERIMETERS OF SUCH AREAS BEING CLEARED. LEGEND (D EXISTING TREES V DECIDUOUS ++ + ++ TO REMAINANDSHRUBS ++++++++++ SOD BE PROTECTED + + + + + PERENNIALS DECIDUOUS O SHADE TREE �+� ORNAMENTAL SEED MIX A • + GRASSES � EVERGREEN SHRUBS EVERGREEN TREE O WOOD (ORGANIC) O � TYPE A MULCH (SEE PLAN) ORNAMENTAL 1/3 TON BOULDER TREE ® TYPE B 1/2 TON BOULDER 01, TYPE C ^' INORGANIC 1 TON BOULDER (COBBLE) MULCH KEY MAP 1 NORTH j BAST LINCOLN AVENUE WOODWARD LINCOLN CAMPUS W EAST M LLB- BERRY STAR E1T�(S CO J 4w- 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 Landscape Architecture Urban Design Graphic Design V) Z LU LU O CL W D W Q w J 2 O V) v 0 CL <KKKK BID SET nk NORTH 0 15' 30' 60' SCALE: I "=30' Designed by: AM Drawn by: AV Checked by: Drawing Name: LANDSCAPE PLAN Project Number: Sheet Date: 07.16.2014 Sheet Number: L2 LANDSCAPE PLAN t BACK PORCH RESTAURANT WOODWARD LINCOLN CAMPUS— — �- � i LOT 1 / Y V.1ER UNE WOODWARD LINCOLN CAMPUS �°"E °HE� M LOT 2 i F _ o Ii — 0L _ , °"E / _O BID ALTERNATE 1 - � I HE i / / oHE �KWAY PLANTING NORTH OF MAGNOLIA / TYPE' 22 BO GR ioHE/ ITYPEB TYPE POwERt1N � WOOD MULCH 3 PI GL COBBLE MULCH * + M �N�� oHE / STEEL EDGER+* PJ / I .� 5 5j /G Cr' S PO YG � 5 CA SP '(Z/ (3)TYPE C 9 BO GR SO + + F I I WOOD MULCH sz / /:7 AC MO � 3 AC MO (2)TYPE B 5 PH OPLU 5NELT 2PIGIL W I / SOD, TYP. + F 3 YU GL 6 RH AR 5 FE GL S PI MU STEEL WOODEDGER H + + ++++ ' 3 AR FR 3 AR F 5 AG SS (n / 5 CA OV COBBLE MULCH o (2)TYPE C "3 YU GL TYPE A il __ + + + + 3TYPEC 4JUCC15 PE AL + + + ++7 AG SS iW CA SP 3 RH TR f + O (2)TYPE B 5 SY A W (2)TYPE B M7 OE C/ 5 RO NW STEEL EDGER COBBLE MULCHCOBBLE MULCH m PI TA i STEEL EDGER3 CH NM 15 FE GILLL I F+ ++ TYPE A 3 YU GL 3 JU CC ZI_+ s 3NS LT JUBS 3VECR WOOD MULCH 8 BO GR s TYPF� s F PEA (2)TYPE B TYPE C / M j 5 VE R —_ 5P0� 3CACL 5NE SVECR / " M M M 8PEAL SGEHI 5GACG st U 7PEPI M 3CACL 3VECR 9SCSC s� �� G Q I 17 PE AL 3 PI SD 6 COMB TYPE A 3 COMB L I 6 GE HI 7 SE AJ 2AGSS 5AGSS 7LAH1�� ---- TYPE _ 3POYG 6P --- _ . 3VECR BE 3 PH OP 5 PR TYPE A 3 SY AL BUFFALO RUN APARTMENTS 7 AG SS TYPE A _ —_ — — TYPE B3 YU TYPE A L TYPE B — _ _ _ _ _ — 3 YU L 3 JU EF (2)TYPE A G ___ ESTEEL EDGER E 11 BO 3 CH GR 3 PI GL b RH AR E NA I COBBLE MULCH 3 SY 3 PE ST AL 5 COMB WOOD MULCH 3 AR FR 3 CH NA STEEL EDGER E/ r SLAHI 5GACG ` 3 YU GL E \ - E E --------- ___ --- _ ---— — — — — — — — — — — LOT1 — r — T T MULBER T RY/LEMAY CROSSING I FILING 1 LEGEND +++++ EXISTING TREES O�. DECIDUOUS *+++`+ SOD TO REMAIN AND SHRUBS + + + + BE PROTECTED ++++++++++ PERENNIALS DECIDUOUS o SHADE TREE ORNAMENTAL ', SEED MIX A s GRASSES EVERGREEN SHRUBS EVERGREEN TREE (900 WOOD (ORGANIC) O Q TYPE A MULCH (SEE PLAN) ORNAMENTAL 1/3 TON BOULDER TREE ® TYPE B 1/2 TON BOULDER TYPE C INORGANIC 1 TON BOULDER (COBBLE) MULCH KEY MAP I I I II I II I II I II I I II I II I I� 3 Eo _ 0 M M / ST LINCOLN AVENUE 1'7 rt WOODWARD \ LINCOLN CAMPUS LU ®®� z I Z / o Q O r LU J DO O CN OCHE LA POUDRE NORTH --- O -- o II EAST M LJLB BERRY STREE�'(S 1 a Z O U Z J N w 4w- 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 cn Z W \W 0 CL LU D LU Q Q LU J 0 Landscape Architecture Urban Design Graphic Design N z J 0 OC 0 LL 0 U <KKKK BID SET NORTH 0 15' 30' 60' SCALE: I "=30' Designed by: AM Drawn by: AV Checked by: Drawing Name: LANDSCAPE PLAN Project Number: Sheet Date: 07.16.2014 Sheet Number: L3 TREE AND SHRUB PLANTING, RE: LANDSCAPE PLANS PLACE SANDSTONE BOULDERS ON COMPACTED SOIL (NONTOPSOIL) 'RIDGE' MEDIAN AREA VAWES, SEE LANDSCAPE PANS BSEQUENT WOOD MULCH OR RIVER COBBLE, RE: LANDSCAPE PLANS NDSTONE BOULDER, UIJB YOND oN I0116111114220L1111 IRRIGATION MAINLINE -SHE IRRIGATION PLANS RE: CIVIL PLANS FOR EXCAVATION DEPTH AND DETAILS MEDIAN LANDSCAPE BOULDERS SCALE: N.T.S NOTES: 1. BOULDERS SHALL BE SIZED AS PER PLANS AND SPECIFICATIONS. 2. SHARP EDGES ALONG TOP SURFACE/TOP EDGES OF BOULDER SHALL BE KNOCKED OFF WITH A HAMMER FOR SAFETY, TYP. 3. VERTICALJOINTS BETWEEN BOULDERS SHALL NOT EXCEED 1/2", TYP. SLOPE TO PARKWAY LANDSCAPE BOULDERS SCALE: N.T.S 6" RADIUS 6" RADIUS AROUND PERENNIALS AND ORNAMENTAL GRASSES TO BE MULCHED USING WOOD MULCH TO ALLOW FOR PLANT GROWTH MULCH PER PLAN _( 4 ORNAMENTAL GRASS & PERENNIAL PLANTING SCALE: N.T.S —SPLASH BLOCK, RE: CIVIL AMENDED NATIVE TOPSOIL COMPACTED TO MINIMIZE SETTLEMENT PLACED IN REMAINING AREAS NOT FILLED WITH COMPACTED'RIDGE' SOIL STRUCTURAL BACKFILL (CLASS 1)'RIDGE' TO ACCOMMODATE SANDSTONE BOULDER PLACEMENT, RE: LANDSCAPE PLAN NATIVE SUBGRADE BOULDER, SEE PLAN FOR TYPE. TOP OF BOULDER SHALL BE INSTALLED LEVEL ADJACENT BOULDER (BEHIND/BEYOND) PLANT MATERIALS, RE: LANDSCAPE PLAN WOOD (ORGANIC) MULCH EXISTING CONCRETE SIDEWALK PLANTING MIX COMPACT SUBGRADE TO 95%S.P.D. OR BETTER, TO HELP PREVENT BOULDER SETTLEMENT OVER TIME INORGANIC MULCH, RE: LANDSCAPE PLANS CONSTRUCT WATERING RING AROUND SHRUB AT EDGE OF PLANTING PIT TO CONTAIN WATER TO A DEPTH OF 2" SPECIFIED BACKFILL MATERIAL, WATER AND TAMP TO REMOVE AIR POCKETS SHRUB PLANTING SCALE: N.T.S U 2X ROOTBALL DIAMETER SCARIFY SIDES AND BOTTOM NOTES: 1. OBTAIN COBBLE MATERIALS FROM SAME SOURCE AND MAINTAIN HIGH DEGREE OF CONSISTENCY IN WORKMANSHIP THROUGHOUT THE PROJECT. 2. REFER TO LANDSCAPE PLANS FOR GENERAL MULCH TYPE LAYOUTS AND PATTERN. 3. SUBMIT SAMPLES OF EACH TYPE, COLOR AND SIZE OF MULCH INDICATED AND WEED BARRIER FOR REVIEW AND APPROVAL BY OWNER'S REPRESENTATIVE PRIOR TO INSTALLING ANY MATERIAL ONSITE. 4. MEANDER COBBLE EDGES THAT DEFINE TRANSITION BETWEEN COBBLE AND ORGANIC MULCH ALONG STEEL EDGER WITH BANDS OF LARGER COBBLE. MAINTAIN 8-12" COBBLE TOWARDS CENTER OF MEDIAN AND AWAY FROM CURB. 5. CONTRACTOR TO LAYOUT A 100 SQ.FT. SECTION OF COBBLE/ORGANIC MULCH BED AND TAKE/EMAIL PHOTOGRAPH FOR APPROVAL BY OWNER'S REPRESENTATIVE PRIOR TO PLACING REMAINING MULCHES. UPON APPROVAL, RETAIN SAMPLE/MOCK UP FOR COMPARISON WITH MATERIALS/LAYOUT USED IN REMAINING WORK. ACCEPTED FIELD SAMPLE MAY REMAIN AS PART OF WORK, HOWEVER, IT CAN BE REMOVED WHEN NO LONGER REQUIRED FOR COMPARISON WITH FINISHED WORK. 6. RIVER ROCK COBBLE TO BE TAN IN COLOR. CONTRACTOR TO SUBMIT SAMPLE(S) OF RIVER ROCK COBBLE IN EACH SIZE, PRIOR TO PLACING ROCK. 7. PLACE WEED BARRIER BENEATH COBBLE MULCH ONLY, 8. OVERALL MEDIAN COBBLE MIX SHALL CONSIST OF: (SEE SPECS) 50%- 1.511 to 4" COBBLE WITH GROUPINGS OF 30%- 3" to 6" COBBLE AND 20%- 8" to 12" OR LARGER COBBLE, HAND PLACED AS ACCENTS FOR VISUAL INTEREST AND TO SEPARATE ABUTTING ORGANIC AND SMALLER COBBLE MULCHES. 9. LARGER STONE SHALL BE PLACED FIRST, TO BE EMBEDDED, MINGLED AND SETTLED WITH THE SMALLER COBBLE, RATHER THAN LOOSELY DUMPED. 10. WOOD (ORGANIC) MULCH: WILL BE SUPPLIED BY THE CITY OF FORT COLLINS FORESTRY DIVISION. RE: SPECIAL PROVISIONS SECTION 213 FOR CITY NOTIFICATIONS, MATERIAL PICKUP, ETC, PLANT MATERIAL, TYP. 8" - 12" COBBLE 3" to 6" COBBLE 1 .5" - 4" COBBLE MEDIAN & PARKWAY MULCHING ENLARGEMENT SCALE: N.T.S INSTALL CEDAR WOOD MULCH RING TO EXTENTS OF AROUND BASE TO A DEPTH OF 4" PLANT ROOT BALL SLIGHTLY ABOVE GRADE ro PROVIDE FERTILIZER PACKETS O MULCH PER PLAN M 7777 X lL 2 TIMES ROOTBALL DIA. DECIDUOUS TREE PLANTING SCALE: N.T.S STEEL EDGING, RE: SPECS. ORGANIC MULCH, RE: SPECS. d e 3"d. MIN. ORGANIC MULCH, RE: SPECS. IN PERENNIAL AND SHRUB AREAS PLACED WITHIN STONE MULCHES MEDIAN CURB GENERAL TREE PLANTING NOTES 1. PRUNE ONLY CROSSOVER LIMBS, CO -DOMINANT LEADERS, AND BROKEN OR DEAD BRANCHES. SOME INTERIOR TWIGS AND LATERAL BRANCHES MAY BE PRUNED; HOWEVER, DO NOT REMOVE THE TERMINAL BUDS OF BRANCHES THAT EXTEND TO THE EDGE OF THE CROWN. 2. MARK NORTH SIDE OF THE TREE IN THE NURSERY AND ROTATE TREE TO FACE NORTH AT THE SITE WHENEVER POSSIBLE. TREES WHOSE NORTH ORIENTATION IS NOT CHANGED FROM THE NURSERY DO NOT NEED TO BE WRAPPED, EXCEPT TREES WITH VERY THIN BARK. 3. EACH TREE SHALL BE PLANTED SUCH THAT THE TRUNK FLARE IS VISIBLE AT THE TOP OF THE ROOT BALL. DO NOT COVER THE TOP OF THE ROOT BALL WITH SOIL. 4. SET TOP OF ROOT BALL FLUSH WITH GRADE OR 1 "-2" HIGHER IN SLOWLY DRAINING SOILS 5. DO NOT PLACE MULCH IN CONTACT WITH TREE TRUNK. 6. PLACE SPECIFIED MULCH IN TREE PLANTING RINGS TO THE DEPTH SPECIFIED, UNLESS OTHERWISE INICATED. 7. IN SEEDED AREAS, HOLD SEED BACK TO A MINIMUM 36" DIA. CIRCLE. FORM A 4" HIGH EARTH SAUCER BEYOND EDGE OF ROOT BALL. MULCH PLANTING PIT. 8. STAKE DECIDUOUS AND CONIFEROUS TREES. 9. TREE STAKES TO BE DRIVEN OUTSIDE OF ROOT BALL. 1" WIDE FABRIC WEBBING WITH GROMMETS & GALVANIZED WIRE OR CABLE, TWIST WIRE TO TIGHTEN. BREATHABLE PAPER OF FABRIC TREE WRAP APPLIED FROM TRUNK FLARE TO FIRST BRANCH. WRAP PAPER FROM BOTTOM UP WITH SUFFICIENT OVERLAP TO COVER BARK. USE MASKING TAPE TO SECURE. METAL'T' STAKE WITH PROTECTIVE CAP. ADJUST TREE STAKE SO THAT TOP IS LEVEL WITH, OR JUST BELOW, FIRST BRANCHES. INSTALL 3DIA. CEDAR WOOD MULCH RING AROUND BASE TO A DEPTH OF 4". TREES PLANTED IN SOD SHALL BE PLACED INSIDE A 36" DIA. ROLL TOP STEEL EDGING CIRCLE WITH WOOD MULCH, TREES PLANTED IN PLANTING AREAS SHALL HAVE A 36" DIA. CIRCLE WITH WOOD MULCH, NO EDGER BACKFILL MATERIAL REMOVE TWINE, ROPE, WIRE, AND BURLAP FROM ENTIRE ROOT BALL. TAMP SOIL AROUND ROOT BALL BASE FIRMLY WITH FOOT PRESSURE SO THAT ROOT BALL DOES NOT SHIFT UNEXCAVATED OR COMPACTED MOUND UNDER THE ROOT BALL TO PREVENT SETTLING. CONIFEROUS TREE PLANTING SCALE: N.T.S )TES ;CAVATE PLANTING PIT TO 2 TIMES THE R OF THE ROOT BALL. WEBBING SHALL NOT TOUCH OR RUB NET BRANCHES. 3 GUY WIRES PER TREE, SPACE EVENLY D TREE. STAKING AT AFTER FIRST GROWING JYLON WEBBING GUY WIRES. ATTACH AIN. OF 4' ABOVE FINISH GRADE LASTIC FLAGGING, OR OTHER VISUAL AARKER ON EACH WIRE LANT TREE 2"-3" HIGHER THAN URROUNDING SOIL AND TAPER MOUND ACK INTO EXISTING GRADE REES NOT WITHIN IRRIGATED TURF SHALL HAVE � SOIL SAUCER WITH TOP SOIL (6" MIN.) AETAL DRIVE ANCHORS, INSTALLED PER AANUFACTURERS DIRECTIONS ASTALL 3' DIA. CEDAR WOOD MULCH RING AROUND BASE TO A DEPTH OF 4" 4STALL SPECIFIED BACKFILL .EMOVE MIN. 2/3 OF WIRE BASKET. PILL BACK kLL BURLAP AND CUT ALL STRINGS. 4w- 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 V) Z W 37 W 0 0�/� CL z LU D Z LU Q W J 2 0 V) Landscape Architecture Urban Design Graphic Design v U N z_ J J 0 U H 0 LL LL 0 U <KKKK BID SET NORTH 0 SCALE: Designed by: AM Drawn by: AV Checked by: Drawing Name: LANDSCAPE DETAILS Project Number: Sheet Date: 07.16.2014 Sheet Number: L4 IRRIGATION LEGEND = SLEEVES: CLASS 200 PVC MAINLINE PIPE: CLASS 200 PVC 1-1/2 INCH SIZE UNLESS OTHERWISE INDICATED LATERAL PIPE TO SPRINKLERS: CLASS 200 PVC 1-INCH SIZE UNLESS OTHERWISE INDICATED UNCONNECTED PIPE CROSSING M POINT -OF -CONNECTION ASSEMBLY 0 WATER METER AND CURB STOP ASSEMBLY m BACKFLOW PREVENTION ASSEMBLY: FEBCO 825-YA MASTER VALVE ASSEMBLY: HUNTER ICV-FS 0 FLOW SENSOR ASSEMBLY: RAIN BIRD FS075P H ISOLATION GATE VALVE ASSEMBLY: NIBCO T-136 c QUICK COUPLING VALVE ASSEMBLY: RAINBIRD 5LRC REMOTE CONTROL VALVE ASSEMBLY FOR SPRINKLER LATERALS HUNTER ICV (SIZED PER PLAN) ® REMOTE CONTROL DRIP VALVE ASSEMBLY: RAINBIRD XCZ-PRB-100-COM <VLr FLUSH CAP ASSEMBLY —� INDICATES CONTROLLER AND STATION NUMBER Al INDICATES LATERAL DISCHARGE (GPM) 14 111 INDICATES VALVE SIZE (INCHES) INDICATES LANDSCAPE APPLICATION OR SPRINKLER RISER HEIGHT (6—INCH UNLESS OTHERWISE NOTED) AO IRRIGATION CONTROLLER UNIT WITH ET MANAGER CARTRIDGE: CONTROLLER A: RAIN BIRD ESP—LXD 2—WIRE, 14 STATIONS USED CONTROL WIRES IN CONDUIT OR WITH WARNING TAPE O e ■ POP—UP SPRAY SPRINKLER: HUNTER PROS—PRS30—CV W/8 SERIES NOZZLE PRESSURE: 30 PSI RADIUS: 8 FEET FLOW (GPM): Q-0.24 H-0.47 F-0.97 e • POP—UP SPRAY SPRINKLER: HUNTER PROS—PRS30—CV W/10 SERIES NOZZLE PRESSURE: 30 PSI RADIUS: 10 FEET FLOW (GPM): Q-0.42 H-0.88 F-1.59 e A ♦ POP-UP SPRAY SPRINKLER: HUNTER PROS-PRS30-CV W/12 SERIES NOZZLE PRESSURE: 30 PSI RADIUS: 12 FEET FLOW (GPM): Q-0.67 H-1.30 F-2.70 o e • POP-UP SPRAY SPRINKLER: HUNTER PROS-PRS30-CV W/15 SERIES NOZZLE PRESSURE: 30 PSI RADIUS: 15 FEET FLOW (GPM): Q-0.97 H-1.86 F-3.75 • POP-UP SPRAY SPRINKLER: HUNTER PROS-PRS30-CV W/15SS SERIES NOZZLE PRESSURE: 30 PSI PATTERN: 5 X 15 FEET FLOW GPM: ES515-0.65 SS530-1.30 INSTALLATION GENERAL NOTES 1. THE SYSTEM DESIGN ASSUMES A MINIMUM DYNAMIC PRESSURE FOR THE IRRIGATION SYSTEM OF 100 PSI (PER CITY ENGINEER), AT A MAXIMUM DISCHARGE OF 12 GPM AT THE 3/4—INCH IRRIGATION POINT —OF —CONNECTION (POC). TAP, METER, BACKFLOW, AND MASTER VALVE SHALL ALL BE THE SAME SIZE. ASSUME 90 GPM FLOWRATE FOR WEST RIGHT—OF—WAY IRRIGATION SYSTEM. VERIFY PRESSURE AND FLOW ON SITE PRIOR TO CONSTRUCTION. 2. READ THOROUGHLY AND BECOME FAMILIAR WITH THE SPECIFICATIONS AND INSTALLATION DETAILS FOR THIS AND RELATED WORK PRIOR TO CONSTRUCTION. 3. COORDINATE UTILITY LOCATES ("CALL BEFORE YOU DIG") OF UNDERGROUND UTILITIES PRIOR TO CONSTRUCTION. 4. DO NOT PROCEED WITH THE INSTALLATION OF THE IRRIGATION SYSTEM WHEN IT IS OBVIOUS IN THE FIELD THAT OBSTRUCTIONS OR GRADE DIFFERENCES EXIST THAT MIGHT NOT HAVE BEEN CONSIDERED IN THE ENGINEERING. IF DISCREPANCIES IN CONSTRUCTION DETAILS, LEGEND, NOTES, OR SPECIFICATIONS ARE DISCOVERED, BRING ALL SUCH OBSTRUCTIONS OR DISCREPANCIES TO THE ATTENTION OF THE OWNER'S REPRESENTATIVE. 5. THE DRAWINGS ARE DIAGRAMMATIC. THEREFORE, THE FOLLOWING SHOULD BE NOTED: A. ALTHOUGH IRRIGATION COMPONENTS MAY BE SHOWN OUTSIDE PLANTING AREAS FOR CLARITY, INSTALL IRRIGATION PIPE AND WIRING IN LANDSCAPED AREAS WHENEVER POSSIBLE. B. TREE AND SHRUB LOCATIONS AS SHOWN ON LANDSCAPE PLANS TAKE PRECEDENCE OVER IRRIGATION EQUIPMENT LOCATIONS. AVOID CONFLICTS BETWEEN THE IRRIGATION SYSTEM, PLANTING MATERIALS, AND ARCHITECTURAL FEATURES. C. USE ONLY STANDARD TEES AND ELBOW FITTINGS. USE OF CROSS TYPE FITTINGS IS NOT ALLOWED. 6. PROVIDE THE FOLLOWING COMPONENTS TO THE OWNER PRIOR TO THE COMPLETION OF THE PROJECT: A. TWO (2) OPERATING KEYS FOR EACH TYPE OF MANUALLY OPERATED VALVES. B. TWO (2) OF EACH SERVICING WRENCH OR TOOL NEEDED FOR COMPLETE ACCESS, ADJUSTMENT, AND REPAIR OF ALL ROTARY SPRINKLERS. CONSTRUCTION NOTES 0 THE IRRIGATION SYSTEM POINT —OF —CONNECTION (POC) SHALL BE DOWNSTREAM OF THE EXISTING IRRIGATION WATER TAP AND METER AT THE APPROXIMATE LOCATION SHOWN. BACKFLOW PREVENTION UNIT IS EXISTING. INSTALL NEW CONCRETE PAD AND ENCLOSURE EXISTING BACKFLOW PREVENTER. INSTALL MASTER VALVE ASSEMBLY AS INDICATED, SAME SIZE AS POC. VERIFY EXACT LOCATION OF POC WITH OWNER'S REPRESENTATIVE. 2O PEDESTAL MOUNT THE IRRIGATION CONTROLLER AT THE APPROXIMATE LOCATION SHOWN. COORDINATE ELECTRICAL POWER TO THE CONTROLLER WITH THE OWNER'S REPRESENTATIVE. CARE SHOULD BE TAKEN TO INSTALL THE IRRIGATION CONTROLLER IN A LOCATION THAT IS ACCESSIBLE FOR MAINTENANCE, AND SCREENED FROM VIEW EITHER BEHIND ENTRY WALLS, NEXT TO BUILDINGS, OR BEHIND PLANT MATERIAL. FINAL LOCATION TO BE APPROVED BY OWNER'S REPRESENTATIVE. O3 IRRIGATION SHOWN OUT OF LANDSCAPED AREA FOR CLARITY. INSTALL IRRIGATION COMPONENTS WITHIN LANDSCAPED AREA. 4O CONTRACTOR SHALL DECOMMISSION AND SALVAGE EXISTING CONTROLLER AT THIS APPROXIMATE LOCATION. TURN OVER CONTROLLER TO CITY OF FORT COLLINS. O CONTRACTOR SHALL INSTALL IRRIGATION ZONE AS SHOWN, CAPPING THE IRRIGATION LATERAL AT THIS LOCATION FOR FUTURE CONNECTION TO WOODWARD IRRIGATION SYSTEM CONTROL VALVE. LOCATE CAPPED LATERAL ON WEST SIDE OF PROPERTY LINE AS SHOWN AND MARK IT'S LOCATION ON THE SURFACE WITH A 4' STEEL POST. 7. SELECT NOZZLES FOR SPRAY AND ROTARY SPRINKLERS WITH ARCS WHICH PROVIDE COMPLETE AND ADEQUATE COVERAGE WITH MINIMUM OVERSPRAY FOR THE SITE CONDITIONS. CAREFULLY ADJUST THE RADIUS OF THROW AND ARC OF COVERAGE OF EACH ROTARY SPRINKLER TO PROVIDE THE BEST PERFORMANCE. 8. THE IRRIGATION CONTRACTOR IS RESPONSIBLE FOR THE INSTALLATION OF IRRIGATION SLEEVING. SLEEVES ARE REQUIRED FOR BOTH PIPING AND ELECTRICAL WIRING AT EACH HARDSCAPE CROSSING. COORDINATE INSTALLATION OF SLEEVING WITH OTHER TRADES. ANY PIPE OR WIRE WHICH PASSES BENEATH EXISTING HARDSCAPE WHERE SLEEVING WAS NOT INSTALLED WILL REQUIRE HORIZONTAL BORING BY THE IRRIGATION CONTRACTOR. 9. INSTALL ALL ELECTRICAL POWER TO THE IRRIGATION CONTROL SYSTEM IN ACCORDANCE WITH THE NATIONAL ELECTRIC CODE AND ALL APPLICABLE LOCAL ELECTRIC UTILITY CODES. 10. THE FOLLOWING SHOULD BE NOTED REGARDING PIPE SIZING: IF A SECTION OF UNSIZED PIPE IS LOCATED BETWEEN THE IDENTICALLY SIZED SECTIONS, THE UNSIZED PIPE IS THE SAME NOMINAL SIZE AS THE TWO SIZED SECTIONS. THE UNSIZED PIPE SHOULD NOT BE CONFUSED WITH THE DEFAULT PIPE SIZE NOTED IN THE LEGEND. 11. INSTALL TWO (2) #14 AWG CONTROL WIRES FROM CONTROLLER LOCATION TO EACH DEAD—END OF MAINLINE FOR USE AS SPARES INCASE OF CONTROL WIRE FAILURE. COIL 3 FEET OF WIRE IN VALVE BOX. 06 NINES INC I SITE WATER MANAGEMENT SERVICES 323 W. DRAKE RD, SURE 204 FORT COWNS, COLORADO 80526 Telephone: 970.282.1800 E Fax: 866.215.8974 Web: w .hinesinc.conn 4r- 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 v 0 a V) z W z W 0 W D z W Q Q W J -17 V) a Landscape Architecture Urban Design Graphic Design N Z J J 0 U H 0 LL LL 0 H U v v ■ NORTH 0 15, 30' 60' SCALE: I "=30' Designed by: EWP Drawn by: ARZ Checked by: EWP Drawing Name: BID SET IRRIGATION NOTES AND LEGEND Project Number: Sheet Date: 07.16.2014 Sheet Number: I RO RRIGATION PLAN CONSTRUCTION NOTES O THE IRRIGATION SYSTEM POINT -OF -CONNECTION (POC) SHALL BE DOWNSTREAM OF THE EXISTING IRRIGATION WATER TAP AND METER AT THE APPROXIMATE LOCATION SHOWN. BACKFLOW PREVENTION UNIT IS EXISTING. INSTALL NEW CONCRETE PAD AND ENCLOSURE EXISTING BACKFLOW PREVENTER. INSTALL MASTER VALVE ASSEMBLY AS INDICATED, SAME SIZE AS POC. VERIFY EXACT LOCATION OF POC WITH OWNER'S REPRESENTATIVE. 0 PEDESTAL MOUNT THE IRRIGATION CONTROLLER AT THE APPROXIMATE LOCATION SHOWN. COORDINATE ELECTRICAL POWER TO THE CONTROLLER WITH THE OWNER'S REPRESENTATIVE. CARE SHOULD BE TAKEN TO INSTALL THE IRRIGATION CONTROLLER IN A LOCATION THAT IS ACCESSIBLE FOR MAINTENANCE, AND SCREENED FROM VIEW EITHER BEHIND ENTRY WALLS, NEXT TO BUILDINGS, OR BEHIND PLANT MATERIAL. FINAL LOCATION TO BE APPROVED BY OWNER'S REPRESENTATIVE. (D IRRIGATION SHOWN OUT OF LANDSCAPED AREA FOR CLARITY. INSTALL IRRIGATION COMPONENTS WITHIN LANDSCAPED AREA. 0 CONTRACTOR SHALL DECOMMISSION AND SALVAGE EXISTING CONTROLLER AT THIS APPROXIMATE LOCATION. TURN OVER CONTROLLER TO CITY OF FORT COLLINS. O CONTRACTOR SHALL INSTALL IRRIGATION ZONE AS SHOWN, CAPPING THE IRRIGATION LATERAL AT THIS LOCATION FOR FUTURE CONNECTION TO WOODWARD IRRIGATION SYSTEM CONTROL VALVE. LOCATE CAPPED LATERAL ON WEST SIDE OF PROPERTY LINE AS SHOWN AND MARK IT'S LOCATION ON THE SURFACE WITH A 4' STEEL POST. KEY MAP HINES INC I SITE WATER MANAGEMENT SERVICES 323 W. DRAKE RD, SURE 204 FORT COWNS, COLORADO 80526 Telephone: 970.282.1800 E Fax: 866.215.8974 Web: w .hinesinc.conn N ry W W U) W W U) 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 v 0 a V) z W 37 W 0 W D z W > Q Q W J 0 V) a Landscape Architecture Urban Design Graphic Design V) z J J 0 U H 0 LL LL 0 H U v v ■ NORTH 0 15, 30' 60' SCALE: I "=30' Designed by: EWP Drawn by: ARZ Checked by: EWP Drawing Name: BID SET IRRIGATION PLAN Project Number: Sheet Date: 07.16.2014 Sheet Number: IR1 RRIGATION PLAN CONSTRUCTION NOTES 0 THE IRRIGATION SYSTEM POINT —OF —CONNECTION (POC) SHALL BE DOWNSTREAM OF THE EXISTING IRRIGATION WATER TAP AND METER AT THE APPROXIMATE LOCATION SHOWN. BACKFLOW PREVENTION UNIT IS EXISTING. INSTALL NEW CONCRETE PAD AND ENCLOSURE EXISTING BACKFLOW PREVENTER. INSTALL MASTER VALVE ASSEMBLY AS INDICATED, SAME SIZE AS POC. VERIFY EXACT LOCATION OF POC WITH OWNER'S REPRESENTATIVE. O2 PEDESTAL MOUNT THE IRRIGATION CONTROLLER AT THE APPROXIMATE LOCATION SHOWN. COORDINATE ELECTRICAL POWER TO THE CONTROLLER WITH THE OWNER'S REPRESENTATIVE. CARE SHOULD BE TAKEN TO INSTALL THE IRRIGATION CONTROLLER IN A LOCATION THAT IS ACCESSIBLE FOR MAINTENANCE, AND SCREENED FROM VIEW EITHER BEHIND ENTRY WALLS, NEXT TO BUILDINGS, OR BEHIND PLANT MATERIAL. FINAL LOCATION TO BE APPROVED BY OWNER'S REPRESENTATIVE. O3 IRRIGATION SHOWN OUT OF LANDSCAPED AREA FOR CLARITY. INSTALL IRRIGATION COMPONENTS WITHIN LANDSCAPED AREA. 4O CONTRACTOR SHALL DECOMMISSION AND SALVAGE EXISTING CONTROLLER AT THIS APPROXIMATE LOCATION. TURN OVER CONTROLLER TO CITY OF FORT COLLINS. O CONTRACTOR SHALL INSTALL IRRIGATION ZONE AS SHOWN, CAPPING THE IRRIGATION LATERAL AT THIS LOCATION FOR FUTURE CONNECTION TO WOODWARD IRRIGATION SYSTEM CONTROL VALVE. LOCATE CAPPED LATERAL ON WEST SIDE OF PROPERTY LINE AS SHOWN AND MARK IT'S LOCATION ON THE SURFACE WITH A 4' STEEL POST. KEY MAP NINES INC SITE WATER MANAGEMENT SERVICES 323 W. DRAKE RD, SURE 204 FORT COWNS, COLORADO 80526 Telephone: 970.282.1800 E Fax: 866.215.8974 Web: w .hinesinc.conn ry W W W W 4w- 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 () z LU 37 LU 0 LU D z LU Q Q LU J -17 V) a Landscape Architecture Urban Design Graphic Design V) z J J 0 U H 0 LL LL 0 H U v ■ NORTH 0 15, 30' 60' SCALE: I "=30' Designed by: EWP Drawn by: ARZ Checked by: EWP Drawing Name: BID SET IRRIGATION PLAN Project Number: Sheet Date: 07.16.2014 Sheet Number: IR2 N W W W U) W W U) RRIGATION PLAN CONSTRUCTION NOTES O THE IRRIGATION SYSTEM POINT -OF -CONNECTION (POC) SHALL BE DOWNSTREAM OF THE EXISTING IRRIGATION WATER TAP AND METER AT THE APPROXIMATE LOCATION SHOWN. BACKFLOW PREVENTION UNIT IS EXISTING. INSTALL NEW CONCRETE PAD AND ENCLOSURE EXISTING BACKFLOW PREVENTER. INSTALL MASTER VALVE ASSEMBLY AS INDICATED, SAME SIZE AS POC. VERIFY EXACT LOCATION OF POC WITH OWNER'S REPRESENTATIVE. O2 PEDESTAL MOUNT THE IRRIGATION CONTROLLER AT THE APPROXIMATE LOCATION SHOWN. COORDINATE ELECTRICAL POWER TO THE CONTROLLER WITH THE OWNER'S REPRESENTATIVE. CARE SHOULD BE TAKEN TO INSTALL THE IRRIGATION CONTROLLER IN A LOCATION THAT IS ACCESSIBLE FOR MAINTENANCE, AND SCREENED FROM VIEW EITHER BEHIND ENTRY WALLS, NEXT TO BUILDINGS, OR BEHIND PLANT MATERIAL. FINAL LOCATION TO BE APPROVED BY OWNER'S REPRESENTATIVE. 0 IRRIGATION SHOWN OUT OF LANDSCAPED AREA FOR CLARITY. INSTALL IRRIGATION COMPONENTS WITHIN LANDSCAPED AREA. 0 CONTRACTOR SHALL DECOMMISSION AND SALVAGE EXISTING CONTROLLER AT THIS APPROXIMATE LOCATION. TURN OVER CONTROLLER TO CITY OF FORT COLLINS. O CONTRACTOR SHALL INSTALL IRRIGATION ZONE AS SHOWN, CAPPING THE IRRIGATION LATERAL AT THIS LOCATION FOR FUTURE CONNECTION TO WOODWARD IRRIGATION SYSTEM CONTROL VALVE. LOCATE CAPPED LATERAL ON WEST SIDE OF PROPERTY LINE AS SHOWN AND MARK IT'S LOCATION ON THE SURFACE WITH A 4' STEEL POST. KEY MAP 0,06 HINES INC SITE WATER MANAGEMENT SERVICES 323 W. DRAKE RD, SURE 204 FORT COWNS, COLORADO 80526 Telephone: 970.282.1800 E Fax: 866.215.8974 Web: w .hinesinc.conn 4w- 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 v 0 a V) z W 37 W 0 W D z W Q Q W J -17 V) a Landscape Architecture Urban Design Graphic Design V) z J J 0 U H 0 LL LL 0 H U v ■ NORTH 0 15, 30' 60' SCALE: I "=30' Designed by: EWP Drawn by: ARZ Checked by: EWP Drawing Name: BID SET IRRIGATION PLAN Project Number: Sheet Date: 07.16.2014 Sheet Number: I R3 ALUMINUM ENCLOSURE: STRONGBOX SBBC-30AL OR GUARDSHACK GS-2 REDUCED PRESSURE BACKFLOW PREVENTER PER LEGEND LJ BRASS UNION (1 OF 2) 3/4-INCH MALE ADAPTER WITH PVC CAP TYPE L COPPER 6SIZED 0 MATCH BACKFLOW) 3-INCH SLEEVE OF 2, FINISH GRADE 0 bJ 6-INCH CONCRETE PAD, 6-INCHES LARGER THAN ENCLOSURE (EACH SIDE) CLASS 200 PVC MAINLINE TO MASTER VALVE SCH 40 PVC MALE ADAPTER (SIZED TO MATCH BACKFLOW) COPPER FEMALE ADAPTER TYPE K COPPER FROM METER (SIZED TO MATCH BACKFLOW) NOTES: 1. INSTALL BACKFLOW DEVICE IN ACCORDANCE WITH ALL STATE AND LOCAL CODE REQUIREMENTS. 2. SLOPE TOP SURFACE OF PAD AT 0.5 % WITH BROOM FINISH. MAKE PIPE SLEEVES WITH 1-1/2 INCH LARGER DIAMETER PIPE THAN PENETRATING PIPE SIZE. 3. ALL HINGED CONNECTION LOCATIONS AND HARDWARE TO BE TAMPER PROOF. 4. ALL WELD JOINTS SHALL BE CONTINUOUS AND GROUND SMOOTH. 1 BACKFLOW PREVENTION UNIT VALVE BOX WITH COVER: CARSON 910-4. BRAND LID WITH VALVE "QC" FINISH GRADE QUICK COUPLING VALVE PER LEGEND STAINLESS STEEL HOSE CLAMP (1 OF 2) 2%2"x24" REDWOOD STAKE 3-INCH DEPTH OF 3/4-INCH WASHED GRAVEL �o 00o�o BRICK (1 OF 2) SCH 80 PVC NIPPLE, TOE (LENGTH VARIES) PRE -FABRICATED SWING JOINT: SPEARS 5805-010-10 PVC MAINLINE PIPE SCH 40 PVC TEE OR EL WITH FPT OUTLET 5 QUICK COUPLING VALVE ASSEMBLY 30-INCH LINEAR LENGTH OF WIRE, COILED WATER PROOF CONNECTION (1 OF 2) CHRISTY ID TAG VALVE BOX WITH COVER: CARSON 1419-4. BRAND LID WITH VALVE NUMBER FINISH GRADE/TOP OF MULCH REMOTE CONTROL VALVE, SIZED AS SHOWN ON DRAWINGS SPEARS PVC TRUE UNION BALL VALVE PVC SCH 40 EL (1 OF 2) APPROVED GEOTECH FILTER FABRIC 00 (EXTEND 10" UP BOX WALL) BRICK (1 OF 4) PVC SCH 80 PIPE (LENGTH AS REQUIRED) PVC MAINLINE PVC SCH 40 TEE OR EL LOOP 1' OF 2 SPARE WIRES IN VALVE BOX 3.0-INCH MINIMUM DEPTH OF 3/4-INCH WASHED GRAVEL COMBINED PRESSURE REGULATOR AND Y-STRAINER NOTE: 1. USE BARBED INSERT FITTINGS ON DRIP LATERAL PIPE WITH HOSE CLAMPS. PLACE CLAMPS ON DRIP TUBING DIRECTLY OVER BARBED AREA OF FITTING. PINCH CLAMPS ARE NOT ACCEPTABLE. 2. UTILIZE RAIN BIRF XCZ-LF-100-PRF FOR FLOWS LESS THAN 5 GPM. 9 REMOTE CONTROL DRIP VALVE ASSEMBLY 2 FLOW SENSOR ASSEMBLY 3" MIN. VALVE BOX WITH LOCKING COVER: CARSON 1419-4B. BRAND "FM" ON LID W/ 3-INCH HIGH LTRS. FINISH GRADE/TOP OF MULCH TWO (2) CONDUCTOR TWISTED PAIR SHIELDED DIRECT BURIAL CABLE FOR CONNECTION TO TRANSMITTER WATER PROOF CONNECTION (1 OF 2) 3M SERIES 7000 EPDXY KIT FLOW METER PER LEGEND PVC MAINLINE BRICK (1 OF 4) 3.0-INCH MINIMUM DEPTH OF 3/4-INCH WASHED GRAVEL NON -WOVEN LANDSCAPE FABRIC 30-INCH LINEAR LENGTH OF WIRE, COILED WATER PROOF CONNECTION (1 OF 2) CHRISTY ID TAG VALVE BOX WITH COVER: CARSON 1419-4. BRAND LID WITH VALVE NUMBER REMOTE CONTROL VALVE, SIZED AS SHOWN ON DRAWINGS FINISH GRADE/TOP OF MULCH SPEARS PVC TRUE UNION BALL VALVE PVC SCH 40 EL BRICK (1 OF 4) PVC SCH 80 PIPE (LENGTH AS REQUIRED) PVC MAINLINE PVC SCH 40 TEE OR EL LOOP 1' OF 2 SPARE WIRES IN VALVE BOX PVC SCH 40 MALE ADAPTER (SPEARS SR-2-0801) 3.0-INCH MINIMUM DEPTH OF 3/4-INCH WASHED GRAVEL 6 REMOTE CONTROL TURF VALVE ASSEMBLY 10 SINGLE OUTLET EMITTER ASSEMBLY DIFFUSER BUG CAP: RAIN BIRD MODEL DBC-025 1/4-INCH TUBING STAKE: RAIN BIRD #TS-025 1/4-INCH DISTRIBUTION TUBING MULCH BED FINSH GRADE DRIP LATERAL PIPE DRIP EMITTER (REFER TO SPECIFICATIONS) VALVE BOX WITH LOCKING COVER: CARSON 1419-4B. BRAND LID WITH "MV" FINISH GRADE/TOP OF MULCH 30-INCH LINEAR LENGTH OF COILED WIRE WATER PROOF CONNECTION (1 OF 2) CHRISTY ID TAG MASTER VALVE, SIZE TO MATCH POC MODEL PER LEGEND 3.0-INCH MINIMUM DEPTH OF 3/4-INCH WASHED GRAVEL PVC MAINLINE TO SYSTEM BRICK (1 OF 4) PVC SCH 40 MALE ADAPTER (SPEARS SR-2-0801) NON -WOVEN LANDSCAPE FABRIC 3 MASTER VALVE ASSEMBLY SPRAY NOZZLE, PER PLAN: (1 �j� b i' SEE LEGEND FOR MODEL FINISH GRADE/TOP OF MULCH POP-UP SPRAY BODY: WITH CHECK VALVE AND PRESSURE REGULATING VALVE FEATURES SEE LEGEND FOR MODEL 1/2-INCH MALE NPT x .490 INCH BARB 7I ELBOW: RAIN BIRD MODEL SBE-050 PVC LATERAL PIPE PVC SCH. 40 TEE OR EL SWING PIPE, 12-INCH LENGTH: RAIN BIRD SP-100 7 4-INCH POP-UP SPRAY SPRINKLER ASSEMBLY RAIN BIRD MODEL # DBC-025 DIFFUSER BUG CAP FINISH GRADE RAIN BIRD MODEL # TS-025 1/4" TUBING STAKE (TYPICAL) 1/4-INCH DISTRIBUTION TUBING RAIN BIRD MODEL # XB-10-6 MULTI -OUTLET XERI-BUG EMITTER DRIP LATERAL TUBING DRIP EMITTER BOX 3/4" CRUSHED STONE 11 MULTIPLE OUTLET EMITTER ASSEMBLY FOR TREES IN BEDS FINISH GRADE VALVE BOX WITH COVER: CARSON 910-4. BRAND LID WITH VALVE "IGV" 4-INCH PVC CL 200 PIPE (LENGTH AS REQUIRED) 3-INCH MINIMUM DEPTH OF 3/4-INCH WASHED GRAVEL BRICK (1 OF 2) GATE VALVE WITH CROSS HANDLE, SIZED TO MATCH MAINLINE. MODEL PER LEGEND PVC MAINLINE PVC SCH. 40 MALE ADAPTER (SPEARS SR-2-0801) NOTES: 1. NOMINAL SIZE OF GATE VALVE TO MATCH NOMINAL MAINLINE SIZE. 4 ISOLATION GATE VALVE ASSEMBLY MP ROTATOR NOZZLE, PER PLAN FINISH GRADE/TOP OF MULCH POP-UP SPRAY BODY: WITH 'SAM' AND 'PRS' FEATURES HUNTER INSTITUTIONAL (INST-04-CV) OR HUNTER MPR40 (MPR40-04-CV) (SEE NOTE 2 BELOW) 1/2-INCH MALE NPT x .490 INCH BARB ELBOW: RAIN BIRD MODEL SBE-050 PVC LATERAL PIPE PVC SCH. 40 TEE OR EL SWING PIPE, 12-INCH LENGTH: RAIN BIRD SP-100 NOTES: 1. IF POLYETHYLENE PIPE IS USED FOR LATERAL PIPE, SUBSTITUTE INSERT TEE OR EL WITH STAINLESS STEEL CLAMPS FOR PVC SLIP TEE OR EL SHOWN ABOVE. 2. TO ACHIEVE MINIMUM RADIUS WITH ANY MP ROTATOR MODEL, USE HUNTER INSTITUTIONAL BODY 8 4-INCH POP-UP MPROTATOR SPRAY ASSEMBLY 0,1 HINES INC SITE WATER UNMOEMENT SERVICES 323 W. DRAKE RD, SURE 204 FORT COWNS, COLORADO 80526 Telephone: 970.282.1800 E Fax: 866.215.8974 Web: w .hinesinc.conn 40- 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 (n Z W 7- W O 113- w D Z W Q Q W J O V) a Landscape Architecture Urban Design Graphic Design N z J O U af O LL LL O U c al U ■ NORTH 0 Is, 30' 60' SCALE: I "=30' Designed by: EVVP Drawn by: ARZ Checked by: EVVP Drawing Name: BID SET IRRIGATION DETAILS Project Number: Sheet Date: 07.16.2014 Sheet Number: IR4 00 o o Oe-Oo 0 00 0 00 Oo 0000000 00 000 0 00 VALVE BOX WITH COVER: CARSON 708-4. BRAND LID WITH "FC" FINISH GRADE/TOP OF MULCH FLUSH CAP: AGRIFIM MODEL CETC-34 3/4-INCH COMPRESSION FIT CROSS - THREADED CAP DRIP TUBING LOOP 3-INCH DEPTH OF 3/4-INCH WASHED GRAVEL BRICK (1 OF 2) 3/4-INCH DRIP LATERAL PIPE 3/4-INCH COMPRESSION EL NOTE: 1. LOOP IRRIGATION DRIP TUBING INSIDE VALVE BOX FOR EXTENSION OUTSIDE OF BOX DURING BLOWOUT. 12 DRIP FLUSH CAP ASSEMBLY MAINLINE, LATERAL, & 24-V WIRE r FIN , GIRD . II LATERAL PIPE PIPE AND WIRE SLEEVING I-CONC. SLAB d. " d O d 24" min. ® EXCAVATED MATERIAL L1 PIPE WIRING BEDDING & COVER MATERIAL SLEEVE SLEEVE NOTES: 1. SLEEVE ALL PIPE AND WIRE SEPARATELY. 2. ALL PIPE TO BE INSTALLED PER MANUFACTURER'S SPECIFICATIONS. "SNAKE" UNSLEEVED PLASTIC PIPE IN TRENCH. PROVIDE A MINIMUM OF 2" CLEARANCE TO SIDE OF TRENCH AND BETWEEN PIPES. 3. ALL 120-V WIRING SHALL BE INSTALLED IN ACCORDANCE WITH LOCAL CODE REQUIREMENTS. TAPE AND BUNDLE 24-V WIRE EVERY 10' AND PROVIDE LOOSE 20" LOOP AT ALL CHANGES OF DIRECTION OVER 30 DEGREES. 13 TYPICAL TRENCHING DETAIL 12" min PAVED SURFACE CURB AND GUTTER IF T APPLICABLE 3/6" ROUGH GRADE ~ 2" PVC PIPE SLEEVE MARKER - INSTALL AT BOTH ENDS OF EACH SLEEVE LOCATION AND EXTEND AT LEAST 3' ABOVE GRADE. SPRAY EXPOSED PORTION OF MARKER WITH GREEN FLUORESCENT PAINT. 4"-6" MIN. a a� 4"-6" MIN. SEAL ENDS OF SLEEVES WITH CLOTH DUCT TAPE (TYPICAL) PVC SLEEVING (TYPICAL) NOTE: 1) ALL SLEEVING TO B E CLASS 200 BE PVC, SIZED AS NOTED. 2) INSATLL SLEEVES IN SIDE -BY -SIDE CONFIGURATION WHERE MULTIPPLE SLEEVES ARE TO BE INSTALLED. SPACE SLEEVES 4" TO 6" APART. DO NOT STACK SLEEVES VERTICALLY. STYPICAL SLEEVING DETAIL HIIVESIIVC I SITE WATER MANAGEMENT SERVICES 323 W. DRAKE RD, SURE 204 FORT COWNS, COLORADO 80526 Telephone: 970.282.1800 E Fax: 866.215.8974 Web: w .hinesinc.conn 4w- 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 Landscape Architecture Urban Design Graphic Design (n z LU z W > 0 w D z w Q Q W J -17 V) v 0 a a V) z J J 0 U H af 0 LL LL 0 H U v v ■ NORTH 0 15, 30' 60' SCALE: I "=30' Designed by: EVVP Drawn by: ARZ Checked by: EVVP Drawing Name: BID SET IRRIGATION DETAILS Project Number: Sheet Date: 07.16.2014 Sheet Number: I R5