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