Loading...
HomeMy WebLinkAboutWORK ORDER - RFP - 8106 UTILITY INFRASTRUCTURE CONSTRUCTION SERVICES FOR WATER, WW & STORMWATER FACILITIES CAPITAL IMPROVEMENTSUtilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 FORT COLLINS UTILITIES CONSTRUCTION WORK ORDER DRY CREEK BOX CULVERT WORK ORDER NO. 1-CONNELL-400904300-18 DATE: January 22, 2018 CONTRACTOR: Connell Resources, Inc. Page 1 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 TABLE OF CONTENTS AGREEMENT FORMS 00525 Work Order, Notice of Award & Bid Schedule 00530 Work Order Notice to Proceed 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) 00651 Lien Waiver Release (SUBCONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate 00800 Supplementary Conditions 00900 Addenda, Modifications and Payment 00950 Work Order Change Order Form 00960 Application for Payment ADDITIONAL DOCUMENTS Attachment A DRAWING INDEX Page 2 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00500 CONSTRUCTION WORK ORDER AGREEMENT FORMS 00525 Work Order, Notice of Award & Bid Schedule 00530 Work Order Notice to Proceed Page 3 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00525 WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE TO: Connell Resources, Inc WORK ORDER NUMBER: 1-Connell-400904300-18 PROJECT TITLE: Dry Creek Box Culvert ORIGINAL BID/RFP NUMBER & NAME: 8106, Utility Infrastructure Construction Services for Water, Wastewater and Stormwater Facilities Capital Improvements MASTER AGREEMENT EFFECTIVE DATE: August 17, 2015 ARCHITECT/ENGINEER: AECOM OWNER’S REPRESENTATIVE: Linsey Chalfant/Dan Woodward WORK ORDER COMPLETION DATE: September 1, 2018 MAXIMUM FEE: (time and reimbursable direct costs): $722,549.00 NOTICE OF AWARD DATE: January 19, 2017 OWNER: City of Fort Collins (hereinafter referred to as OWNER) 1. WORK. Pursuant to your MASTER AGREEMENT with OWNER dated August 17, 2015, and your Work Order Proposal dated January 19, 2018, you have been awarded a Work Order for Dry Creek Box Culvert. PROJECT DESCRIPTION & SITE LOCATION: The scope will include placing box culverts in Dry Creek and rerouting the streambed, placing embankment materials within the realigned Lemay roadway alignment, striping and prepping and replacement of topsoil. See attached supporting documentation. 2. CONTRACT PRICE, BONDS AND CERTIFICATES. The price of your Work Order is Seven Hundred Twenty-Two Thousand Five Hundred Forty-Nine and 0 Cents ($722,549.00). Pursuant to the AGREEMENT and the Work Order Documents, Performance and Payment Bonds and insurance are required. 3. CONTRACT TIMES. Pursuant to the MASTER AGREEMENT and the Work Order Documents, the date for Substantial Completion of this Work Order is September 1, 2018, and after Substantial Completion, the date for Final Completion is November 1, 2018. 4. LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the essence of this Work Order and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTACTOR shall pay OWNER the amounts set forth hereafter. Page 4 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 1) Substantial Completion: Five Hundred Dollars ($500.00) for each calendar day or fraction thereof after September 1, 2018, until the work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Two Hundred Dollars ($200.00) for each calendar day or fraction thereof after 60 calendar day period until the Work is ready for Final Payment and Acceptance. 5. EXECUTION. Work Order Documents must be executed in DocuSign within fifteen (15) calendar days of the date of this Notice of Award. Contractor shall attach Payment and Performance Bonds and Certificate of Insurance(COI) to the Work Order Documents in DocuSign. In addition, one original set of executed Bonds and COI shall be provided to the Buyer. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Work Order Proposal abandoned and to annul this Work Order & Notice of Award. CONTRACTOR’S NOTICE OF AWARD REPRESENTATION & EXECUTION: CONTRACTOR agrees to perform the services identified above, in accordance with the terms and conditions contained herein, the MASTER AGREEMENT, and the NOTICE OF AWARD between the parties. In the event of a conflict between or ambiguity in the terms of the MASTER AGREEMENT or specific Work Orders, the MASTER AGREEMENT shall control. CONTRACTOR: Connell Resources, Inc. By: Date: Name: John Warren Title: Page 5 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B January 25, 2018 Vice President Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 OWNER’S ACCEPTANCE & EXECUTION: This Work Order and the attached Documents are hereby accepted and incorporated herein by this reference. ACCEPTANCE: Date: Dan Woodward, Civil Engineer II, Engineering ACCEPTANCE: Date: Linsey Chalfant, Special Project Manager REVIEWED: Date: Pat Johnson, Senior Buyer APPROVED AS TO FORM: Date: Cyril Vidergar, Assistant City Attorney (if greater than $1,000,000) ACCEPTANCE: Date: Owen Randall, Water Systems Engineering Division Manager ACCEPTANCE: Date: Matt Fater, Water Engineering & Field Services Operations Interim Manager ACCEPTANCE: Date: Kevin Gertig, Utilities Executive Director (if greater than $1,000,000) ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) ACCEPTANCE: Date: Darin Atteberry, City Manager (if greater than $1,000,000) ATTEST: Date: City Clerk (if greater than $1,000,000) Page 6 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B January 24, 2018 January 24, 2018 January 24, 2018 January 30, 2018 January 30, 2018 January 30, 2018 To: City Of Fort Collins - Utilities Contact: Linsey Chalfant Project Name: N. Lemay - Dry Creek CBC - 1.18.18 Bid Number: Fort Collins, CO 80522 Fax: (970) 221-6619 Address: 700 Wood St. Phone: (970) 221-6700 Project Location: N. Lemay @ Suniga, Fort Collins, CO Bid Date: Line # Item Description Estimated Quantity Unit Unit Price Total Price 10 Mobilization 1.00 EACH $3,720.00 $3,720.00 20 Dewatering - Well Casing Install, Pump Rental, Discharge Pipe 3.00 WK $17,300.00 $51,900.00 And Gen-Set 30 Site Management 3.00 WK $3,650.00 $10,950.00 40 Construction Surveying 1.00 LS $2,600.00 $2,600.00 50 24" HDPE Storm Drain - Temp Diversion Of Dry Creek @ CBC 80.00 LF $45.00 $3,600.00 Ends 60 Sloped End Sections East End W/ Toe Wall At End(precast Sloped 1.00 EACH $44,200.00 $44,200.00 End Section & Headwall. Toe Wall Under Sloped Section To Be - 14' Wide X 4' Deep X 12" Thick. Drill And Epoxy Rebar Pins Through End Section Into Toe Wall, 7 Per Side) 70 Headwall / Wingwall West End (Exc, Form, Pour, Backfill CL2) 1.00 EACH $37,600.00 $37,600.00 80 14 X 6 Box Culvert (Staging, Install, Bedding-1" Under And 264.00 LF $2,064.00 $544,896.00 Native On Sides, Backfill) 90 Rip Rap D50=12", Type M (40' L X 5'H X 2' Thick - Along Both 110.00 CY $134.00 $14,740.00 Sides At Both Ends Of Box Culvert) 100 Rip Rap D50=18", Type H (14' W X 20' L X 3' Thick - At Both 0.00 CY $119.00 $0.00 Ends Of Culvert On Floor Of Creek) 110 Clear And Grub (Trees Along Dry Creek) 1.00 ACRE $6,420.00 $6,420.00 120 Straw Bale Dike 6.00 EACH $148.00 $888.00 130 Maintain Erosion Control 0.50 WK $2,070.00 $1,035.00 Total Bid Price: $722,549.00 Notes: • Pricing is based upon plans entitled "North Lemay Ave. Realignment CBC Layout" dated 1.8.18, Sheets 1 through 3, as prepared by AECOM and no Geotechnical Engineering report • Work is anticipated March / April 2018. ACCEPTED: The above prices, specifications and conditions are satisfactory and hereby accepted. Buyer: Signature: Date of Acceptance: CONFIRMED: Connell Resources, Inc. Authorized Signature: Estimator: Dan Giesler 970-223-3151 dgiesler@connellresources.com 1/19/2018 10:13:59 AM Page 1 of 1 Page 7 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 2 1 8 5 7 6 11 36 12 13 35 17 32 14 18 31 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM HIGHWAY CONSTRUCTION BID PLANS OF PROPOSED PROJECT LOCATION MAP CITY OF FORT COLLINS FORT COLLINS, COLORADO LEMAY AVENUE AT VINE DRIVE 0 1 ( IN MILES ) T 7 N . R 6 9 W T 7 N . R 6 8 W T7N.R68W T8N.R68W FORT COLLINS M-100-1 M-208-1 M-203-1 M-203-2 M-203-11 STANDARD SYMBOLS (3 SHEETS) APPROACH ROADS DITCH TYPES SUPERELEVATION CROWNED AND M-203-12 M-206-1 M-206-2 M-214-1 M-412-1 M-510-1 M-601-1 M-601-2 M-601-3 M-601-10 M-601-11 M-601-12 M-601-20 M-603-1 M-603-2 M-603-3 M-603-10 M-604-10 M-604-11 M-604-12 M-604-13 M-604-20 M-605-1 M-606-1 SUPERELEVATION STREETS (2 SHEETS) EXCAVATION AND BACKFILL FOR BRIDGES (2 SHEETS) PLANTING DETAILS CONCRETE PAVEMENT JOINTS (5 SHEETS) STRUCTURAL PLATE PIPE H-20 LOADING SINGLE CONCRETE BOX CULVERT (2 SHEETS) DOUBLE CONCRETE BOX CULVERT (2 SHEETS) TRIPLE CONCRETE BOX CULVERT (2 SHEETS) HEADWALL FOR PIPES TYPE "S" SADDLE HEADWALLS FOR PIPE HEADWALLS AND PIPE OUTLET PAVING WINGWALLS FOR PIPE OR BOX CULVERTS REINFORCED CONCRETE PIPE PRECAST CONCRETE BOX CULVERT CONCRETE AND METAL END SECTIONS (2 SHEETS) INLET, TYPE C INLET, TYPE D CURB INLET TYPE R (2 SHEETS) CONCRETE INLET TYPE 13 MANHOLES (3 SHEETS) SUBSURFACE DRAINS 1-3 M-607-1 M-607-2 M-607-3 M-607-4 M-607-10 M-608-1 GENERAL NOTES: GENERAL NOTES (Continued): 2. 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 LOCAL ENTITY. 3. ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY STATED OTHERWISE. 4. ALL MATERIALS AND WORKMANSHIP SHALL BE SUBJECT TO INSPECTION AND ACCEPTANCE BY THE ENGINEER OR APPLICABLE ENTITY. 5. ALL WORK SHALL BE DONE TO THE LINES, GRADES, SECTIONS, AND ELEVATIONS SHOWN ON THE PLANS UNLESS OTHERWISE NOTED OR APPROVED BY THE ENGINEER. 6. 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. 7. THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) AT 1-800-922-1987, AT LEAST 2 WORKING DAYS PRIOR TO BEGINNING EXCAVATION OR GRADING, TO HAVE ALL REGISTERED UTILITY LOCATION 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. 8. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES DURING CONSTRUCTION AND FOR COORDINATING WITH THE APPROPRIATE UTILITY COMPANY FOR ANY UTILITY CROSSING REQUIRED.THE CONTRACTOR SHALL PROTECT AND MAINTAIN ALL UTILITIES AND STRUCTURES AFFECTED BY THE WORK AND ANY DAMAGE SHALL BE REPAIRED AND RESTORED TO THE SATISFACTION OF THE ENGINEER AT NO COST TO THE PROJECT. 9. 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. 10. THE CONTRACTOR SHALL COORDINATE AND COOPERATE WITH THE CITY OF FORT COLLINS, AND 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. 11. NO WORK MAY COMMENCE WITHIN ANY PUBLIC STORM WATER, SANITARY SEWER OR PORTABLE 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 UTILITY PROVIDER, A PRE-CONSTRUCTION MEETING MAY BE REQUIRED PRIOR TO COMMENCEMENT OF ANY WORK. 12. A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE OF THE COLORADO 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. TEMPORARY EROSION CONTROL DURING CONSTRUCTION SHALL BE PROVIDED AS SHOWN ON THE EROSION CONTROL PLAN. ALL EROSION CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE CONTRACTOR AND ENSURE THEIR COMPLETE REMOVAL AT THE COMPLETION OF THE PROJECT. 14. THE CONTRACTOR SHALL BE RESPONSIBLE FOR INSURING THAT NO MUD OR DEBRIS SHALL BE TRACKED ONTO THE EXISTING PUBLIC STREET SYSTEM. MUD AND DEBRIS MUST BE REMOVED WITHIN 24 HOURS BY AN APPROPRIATE MECHANICAL METHOD (I.E. MACHINE BROOM SWEEP, LIGHT DUTY FRONT-END LOADER, ETC.) OR AS APPROVED BY THE CITY OF FORT COLLINS ENGINEERING INSPECTOR. 15. 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. 16. DIMENSION 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-BUILD RECORD DRAWINGS. 17. 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 17 FINAL-FOR CONSTRUCTION-01/15/2018 4 Page 11 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 4940 4960 -160 -120 -80 -40 0 40 80 120 160 STA.67+00 4940 4960 4940 4960 4980 -160 -120 -80 -40 0 40 80 120 160 STA.67+50 4940 4960 4980 EXIST ROW PHASE 1 DRY CREEK CBC 01/15/2018 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 5 Page 12 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 4940 4960 4980 5000 -160 -120 -80 -40 0 40 80 120 160 STA.68+00 4940 4960 4980 5000 4940 4960 4980 5000 -160 -120 -80 -40 0 40 80 120 160 STA.68+50 4940 4960 4980 5000 EXIST ROW EXIST ROW PHASE 1 DRY CREEK CBC 01/15/2018 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 6 Page 13 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 4920 4940 4960 4980 5000 -160 -120 -80 -40 0 40 80 120 160 STA.69+00 4920 4940 4960 4980 5000 EXIST ROW PHASE 1 DRY CREEK CBC 01/15/2018 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 7 Page 14 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 4920 4940 4960 4980 -160 -120 -80 -40 0 40 80 120 160 STA.69+50 4920 4940 4960 4980 4940 4960 4980 -160 -120 -80 -40 0 40 80 120 160 STA.70+00 4940 4960 4980 EXIST ROW EXIST ROW PHASE 1 DRY CREEK CBC 01/15/2018 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 8 Page 15 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 4920 4940 4960 4980 -160 -120 -80 -40 0 40 80 120 160 STA.70+50 4920 4940 4960 4980 4920 4940 4960 4980 -160 -120 -80 -40 0 40 80 120 160 STA.71+00 4920 4940 4960 4980 EXIST ROW EXIST ROW PHASE 1 DRY CREEK CBC 01/15/2018 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 9 Page 16 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 4940 4960 4980 -160 -120 -80 -40 0 40 80 120 160 STA.71+50 4940 4960 4980 4940 4960 4980 -160 -120 -80 -40 0 40 80 120 160 STA.72+00 4940 4960 4980 EXIST ROW EXIST ROW EXIST ROW PHASE 1 DRY CREEK CBC 01/15/2018 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 10 Page 17 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 4940 4960 4980 -160 -120 -80 -40 0 40 80 120 160 STA.72+50 4940 4960 4980 4940 4960 4980 -160 -120 -80 -40 0 40 80 120 160 STA.73+00 4940 4960 4980 EXIST ROW EXIST ROW EXIST ROW EXIST ROW PHASE 1 DRY CREEK CBC 01/15/2018 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 11 Page 18 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 4940 4960 4980 -160 -120 -80 -40 0 40 80 120 160 STA.73+50 4940 4960 4980 4940 4960 -160 -120 -80 -40 0 40 80 120 160 STA.74+00 4940 4960 4940 4960 -160 -120 -80 -40 0 40 80 120 160 STA.74+50 4940 4960 EXIST ROW EXIST ROW EXIST ROW EXIST ROW EXIST ROW EXIST ROW PHASE 1 DRY CREEK CBC 01/15/2018 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 12 Page 19 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 4940 4960 -160 -120 -80 -40 0 40 80 120 160 STA.75+00 4940 4960 4940 4960 -160 -120 -80 -40 0 40 80 120 160 STA.75+50 4940 4960 4940 4960 -160 -120 -80 -40 0 40 80 120 160 STA.76+00 4940 4960 4940 4960 -160 -120 -80 -40 0 40 80 120 160 STA.76+50 4940 4960 EXIST ROW EXIST ROW EXIST ROW EXIST ROW EXIST ROW EXIST ROW EXIST ROW PHASE 1 DRY CREEK CBC 01/15/2018 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 13 Page 20 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 4940 4960 -160 -120 -80 -40 0 40 80 120 160 STA.77+00 4940 4960 4940 4960 -160 -120 -80 -40 0 40 80 120 160 STA.77+50 4940 4960 4940 4960 -160 -120 -80 -40 0 40 80 120 160 STA.78+00 4940 4960 EXIST ROW PHASE 1 DRY CREEK CBC 01/15/2018 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 14 Page 21 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Ò Box Culvert Symmetrical About 1'-0"x1'-0" Haunch Jt. (Typ.) Optional Const. 14'-0" 1'-0" TYP. TOP SURFACE OF CBC. PROVIDE WATER PROOFING MEMBRANE ACROSS ENTIRE Finished Grade 6'-0" GENERAL NOTES BAR SIZE SPLICE LENGTH #4 #5 1'-7" #6 #7 2'-5" 2'-10" #8 #9 3'-8" 4'-8" #11 7'-3" #10 5'-11" DESIGN DATA CONCRETE BOX CULVERT DESCRIPTION 206 CY ITEM DESCRIPTION UNIT LOADING NOTES SPLICE LENGTH BAR SIZE #5 1'-4" #4 1'-7" #6 3'-11" #10 2'-6" #7 1'-11" #8 #9 3'-1" 4'-10" #11 SUMMARY OF QUANTITIES INCREASED BY 25% FOR BARS SPACED AT LESS THEN 6" ON CENTER. BARS PLACED IN ACCORDANCE WITH SUBSECTION 602.06. THESE SPLICE LENGTHS SHALL BE THE FOLLOWING TABLE GIVES THE MINIMUM LAP SPLICE LENGTH FOR BLACK REINFORCING CY INDEX OF DRAWINGS STRUCTURE EXCAVATION 206 STRUCTURE BACKFILL (CLASS 1) SY 506 RIPRAP (12 INCH) CY 601 CY 1'-4" 1'-4" HORIZONTAL EARH LOAD = 60 LBS/CU FT. DEAD LOAD CASE 2: VERTICAL EARTH LOAD = 120 LBS/CU. FT. HORIZONTAL EARH LOAD = 30 LBS/CU. FT. DEAD LOAD CASE 1: VERTICAL EARTH LOAD = 120 LBS/CU. FT. 261'-0" 112'-7•" 148'-4•" 24 ' - 0 " 16 ' - 0 " 5 ' - 0 " 5 ' - 0 " 9 0 ° T Y P . 4930 4940 4950 4960 4970 4980 4930 4940 4950 4960 4970 4980 0+50 1+00 1+50 2+00 2+50 3+00 3+50 4+00 497 5 4975 4975 4 9 7 0 4970 4970 4970 4970 4970 4965 4965 4965 4965 4965 17 FINAL-FOR CONSTRUCTION-01/15/2018 17 Page 24 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B ID Task Name Duration Start Finish 1 Notice to Proceed 0 days Tue 1/2/18 Tue 1/2/18 2 Design 49 days Mon 2/5/18 Fri 4/13/18 3 Procurement Of Dry creek Box 30 days Mon 2/5/18 Mon 3/19/18 4 Procurement Of Flare End Sections (Redwood Pond) 30 days Wed 2/28/18 Wed 4/11/18 5 Flood Season (4/15 - Oct) 0 days Fri 4/13/18 Fri 4/13/18 6 Permits 199 days Mon 6/4/18 Fri 3/8/19 7 Submit CLOMR to FEMA 0 days Wed 3/6/19 Wed 3/6/19 8 No-Rise for Overflow (box culverts) and temporary diversion 0 days Fri 3/8/19 Fri 3/8/19 9 Initial Estimated FEMA comments 0 days Mon 6/4/18 Mon 6/4/18 10 FEMA Estimated Approval 0 days Wed 8/8/18 Wed 8/8/18 11 Mobilization 54 days Tue 1/2/18 Mon 3/19/18 12 Mobilization for Dewatering (Pipe Crew) 0 days Tue 1/2/18 Tue 1/2/18 13 Mobilization of Dirt Crew 0 days Mon 1/8/18 Mon 1/8/18 14 Mobilization of Pipe Crew (Dry Creek Box) 0 days Mon 3/19/18 Mon 3/19/18 15 Concrete Crew Mobilization for Weir Wall 0 days Wed 3/14/18 Wed 3/14/18 16 Construction Surveying 46 days Fri 1/5/18 Fri 3/9/18 17 GPS Benchmarks (Redwood Pond) 1 day Fri 1/5/18 Mon 1/8/18 18 Dry Creek Box Surveying (Construction Limits and Site Control) 1 day Tue 3/6/18 Wed 3/7/18 19 Concrete Weir (Redwood) 1 day Fri 3/9/18 Fri 3/9/18 20 Dewatering Redwood Pond 4 days Tue 1/2/18 Fri 1/5/18 21 Erosion Control / Tracking Pads / Laydown 1 day Tue 1/2/18 Tue 1/2/18 22 Install Temp. Fencing (American Fence) 2 days Tue 1/2/18 Wed 1/3/18 23 Move Job Trailer (Pac Van) 1 day Wed 1/3/18 Wed 1/3/18 24 Dig Low Flow Channel (8,000 CY) 3 days Wed 1/3/18 Fri 1/5/18 25 Engineering Embankment Prep 4.5 days Mon 1/8/18 Fri 1/12/18 26 Potholing along Vine 0.5 days Mon 1/8/18 Mon 1/8/18 27 Erosion Control / Tracking Pad / Earth berms 0.5 days Mon 1/8/18 Mon 1/8/18 28 Strip and Stockpile Topsoil (15,300 SY)(10,500CY @ 1.5' depth) 3 days Tue 1/9/18 Thu 1/11/18 29 Install Temp Crossing (Dry Creek) 0.5 days Fri 1/12/18 Fri 1/12/18 30 Reconstruct Vine Swale (22,800 CY) 12 days Fri 1/12/18 Tue 1/30/18 31 Cut/Fill (New)(10,224 CY) 8 days Fri 1/12/18 Wed 1/24/18 32 Fill (Existing)(1,500 CY) 2 days Wed 1/24/18Fri 1/26/18 33 Misc. Dirt and Remove Crossing (4,000 CY) 2 days Fri 1/26/18 Tue 1/30/18 34 Earthwork - Phase 2 Redwood Pond (87,684 CY) ID Task Name Duration Start Finish 37 Replace Topsoil Import (7,100 CY) 5 days Fri 3/23/18 Thu 3/29/18 38 Finish Grading (59,600 SY) 7 days Fri 3/30/18 Mon 4/9/18 39 Engineering Embankment (77,108 CY) 88 days Wed 1/24/18Fri 5/25/18 40 Import and Place Embankment (74,708 CY) 42 days Wed 1/24/18 Thu 3/22/18 41 Replace Topsoil @ 4" (2,400 CY) 3 days Fri 3/23/18 Tue 3/27/18 42 Finish Grading (21,000 SY) 5 days Wed 3/28/18Tue 4/3/18 43 Grub Dry Creek (Morgan Tree Products) 2 days Wed 4/4/18 Thu 4/5/18 44 Strip Topsoil 1 day Fri 4/6/18 Fri 4/6/18 45 Fill in Creek with Pipe Spoils 5 days Mon 4/9/18 Fri 4/13/18 46 Finish Grading 5 days Mon 5/14/18Fri 5/18/18 47 Seeding 5 days Mon 5/21/18Fri 5/25/18 48 Concrete Spillway (Floating Task) 14 days Mon 3/12/18Thu 3/29/18 49 Excavation for Weir 2 days Mon 3/12/18Tue 3/13/18 50 Form Top 6" and Pour (390 LF)(Marshall's Crew) 10 days Wed 3/14/18 Tue 3/27/18 51 Backfill 2 days Wed 3/28/18Thu 3/29/18 52 Flared End Sections (Redwood Pond) 12.5 days Tue 4/10/18 Thu 4/26/18 53 Excavate and Expose Existing Pipes 1 day Tue 4/10/18 Tue 4/10/18 54 Remove Existing Pipe (152 LF) 0.5 days Wed 4/11/18Wed 4/11/18 55 Set FES and Backfill 4 days Wed 4/11/18Tue 4/17/18 56 Rip Rap Stilling Basins 7 days Tue 4/17/18 Thu 4/26/18 57 Mats and Rock Check Dams 14 days Thu 4/26/18 Wed 5/16/18 58 Install Landlok 450 10 days Thu 4/26/18 Thu 5/10/18 59 Install Rock Check Dams 4 days Thu 5/10/18 Wed 5/16/18 60 Install Box Culvert 250 LF (14'x6' Box)(Dry creek) 48 days Wed 3/7/18 Fri 5/11/18 61 Dewatering System Installation (Kelley Dewatering)(7 wells) 3 days Wed 3/7/18 Mon 3/12/18 62 Dewatering Lead Time before Work 10 days Mon 3/12/18Mon 3/26/18 63 Precast Box Delivery and Stage (Pieces 84)(Unload 2 Loads per hour) 5 days Mon 3/19/18 Mon 3/26/18 64 Install Box Culvert (84 Pieces)(Dry creek) 14 days Mon 3/26/18 Fri 4/13/18 65 Excavate for Wingwalls 1 day Fri 4/13/18 Fri 4/13/18 66 Form and Pour Wingwalls (CSI) 15 days Mon 4/16/18Fri 5/4/18 67 Cure Time on Walls 3 days Mon 5/7/18 Wed 5/9/18 68 Backfill Walls 2 days Thu 5/10/18 Fri 5/11/18 69 Landscaping 55 days Thu 4/26/18 Thu 7/12/18 70 Landscaping (Zak George) 55 days Thu 4/26/18 Thu 7/12/18 71 Final Cleanup and Punch list 10 days Thu 7/12/18 Thu 7/26/18 72 Final Cleanup 5 days Thu 7/12/18 Thu 7/19/18 73 Punch List 5 days Thu 7/19/18 Thu 7/26/18 74 Pond Complete and Landscaped 0 days Thu 7/26/18 Thu 7/26/18 Replace Topsoil Import (7,100 CY) Finish Grading (59,600 SY) Import and Place Embankment (74,708 CY) SECTION 00530 WORK ORDER NOTICE TO PROCEED NOTICE TO PROCEED DATE: WORK ORDER TITLE: Dry Creek Box Culvert WORK ORDER NUMBER: 1-Connell-400904300-18 TO: Connell Resources, Inc. 7785 Highlands Meadows Parkway, Suite 100 Windsor, CO 80528 This notice is to advise you: That the Work Order and all amendments and supplements to the Work Order Documents covering the above described Work have been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance and Payment Bonds and insurance have been received by the OWNER. That the OWNER has approved the said Work Order and Work Order 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 Work Order and the AGREEMENT. The dates for Substantial Completion and Final Acceptance shall be , and , respectively. Dated this _____________ day of ___________, _____. CITY OF FORT COLLINS (OWNER) By: Name, Title ACKNOWLEDGMENT OF NOTICE Receipt of the above Work Order Notice to Proceed is hereby acknowledged this Day day of Month, Year. (CONTRACTOR) By: ___________________________________________ Name, Title Page 27 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 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) 00651 Lien Waiver Release (SUBCONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate Page 28 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00610 PERFORMANCE BOND Bond No __ KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Windsor, CO 80528 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 LaPorte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Master Agreement with the OWNER, dated the Day day of Month, Year, a copy of which is hereto attached and made a part hereof, for the performance of The City of Fort Collins Work Order, titled Work Order Project Title, Work Order Number PM's Tracking #, dated Work Order Date, a copy of which is hereto attached and made a part hereof. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Work Order and Master 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 Work Order and Master 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 Work Order and Master 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 Work Order and Master 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. Page 29 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 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: Principal (Title) (Title) (Corporate Seal) (Address) IN PRESENCE OF: Other Partners _____________________________ By: _____________________________ By: IN PRESENCE OF: Surety _____________________________ By: _____________________________ (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Work Order. If CONTRACTOR is Partnership, all partners should execute Bond. Page 30 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00615 PAYMENT BOND Bond No __ KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Windsor, CO 80528 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 LaPorte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Master Agreement with the OWNER, dated the Day day of Month, Year, a copy of which is hereto attached and made a part hereof, for the performance of The City of Fort Collins Work Order, titled Work Order Project Title, Work Order Number PM's Tracking #, dated Work Order Date, a copy of which is hereto attached and made a part hereof. 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 Work Order and Master 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 Work Order and Master 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 Work Order and Master 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. Page 31 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 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: Principal (Title) (Title) (Corporate Seal) (Address) IN PRESENCE OF: Other Partners _____________________________ By: _____________________________ By: IN PRESENCE OF: Surety _____________________________ By: _____________________________ (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Work Order. If CONTRACTOR is Partnership, all partners should execute Bond. Page 32 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall submit Certificate of Insurance in compliance with the Work Order Documents. Page 33 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) PROJECT TITLE: Dry Creek Box Culvert DATE OF SUBSTANTIAL COMPLETION: LOCATION: Fort Collins, Colorado OWNER: City of Fort Collins PROJECT OR SPECIFIED PART SHALL CONTRACTOR: Connell Resources INCLUDE: WORK ORDER DATE: The Work performed under this Work Order, pursuant to the Work Order Documents, 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 Work Order Documents. _____________________________ By: __________________________ ________ PROJECT MANAGER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. _____________________________ By: __________________________ ________ CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on . The responsibility for heat, utilities, security, and insurance under the Work Order Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS ________ By: __________________________ ________ OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: _________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ Page 34 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE DATE: TO: Connell Resources, Inc. You are hereby notified that on the Day day of Month, Year, the City of Fort Collins, Colorado, has accepted the Work completed by Contractor Company Name, for the City of Fort Collins Work Order, titled Project Title, Work Order Number PM's Tracking #. Your continuing obligations and guarantees for the Project will be as provided in the Work Order and Work Order Documents. Sincerely, City of Fort Collins OWNER By: ___________________________________________ ___________________________________________ Name, Title Page 35 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Connell Resources, Inc. (CONTRACTOR) WORK ORDER TITLE: Dry Creek Box Culvert WORK ORDER NUMBER: 1-Connell-400904300-18 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR's Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes an 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. Page 36 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 Signed this ______ day of __________, ___. CONTRACTOR: Company Name By: ___________________________________________ ___________________________________________ Name, Title ATTEST: _____________________________ Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this _________ day of __________, _____, by ________________________________________________________________. Witness my hand and official seal. My Commission Expires: ___________________________. _________________________ Notary Public Page 37 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00650 LIEN WAIVER RELEASE (SUBCONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Connell Resources, Inc. (CONTRACTOR) WORK ORDER TITLE: Dry Creek Box Culvert WORK ORDER NUMBER: 1-Connell-400904300-18 1. The Subcontractor acknowledges having received payment from the CONTRACTOR for all work, labor, skill and material furnished, delivered and performed by the Subcontractor for the CONTRACTOR 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 Subcontractor 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 Subcontractor 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 CONTRACTOR or its officers, agents, employees or assigns, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The Subcontractor 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 Subcontractor or its agents, employees, and servants, or by and through the Subcontractor by various sub- 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 against the CONTRACTOR or its officers, agents, employees or assigns arising out of the project. 4. The Subcontractor agrees to defend and hold harmless the CONTRACTOR, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the Subcontractor's sub-subcontractors, materialmen, employees, servants, agents or assigns against the project or against the CONTRACTOR or OWNER, lender or Surety or their 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 an 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 CONTRACTOR, OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Page 38 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 Signed this ______ day of _________, ___. SUBCONTRACTOR: By: ___________________________________________ ___________________________________________ Name, Title ATTEST: _____________________________ Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this _________ day of __________, _____, by __________________________________________________________________. Witness my hand and official seal. My Commission Expires: ___________________________. __________________________________ Notary Public Page 39 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Connell Resources, Inc. TITLE: Dry Creek Box Culvert WORK ORDER NUMBER: 1-Connell-400904300-18 WORK ORDER DATE: In accordance with the provisions of the Work Order and Master Agreement between the OWNER and the CONTRACTOR as indicated above, for the Work Order titled Work Order Project Title on bond of , (Surety) _______________________________________ hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this _________ day of _________ _, _____. ____________________________________________ (Surety Company) By: ________________________________________ (Name) Attorney-in-Fact ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. Page 40 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 Page 41 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 Page 42 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00800 SUPPLEMENTARY CONDITIONS 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, Rev. 9/94) and other provisions of the Work Order Documents as indicated below. SC-1 DEFINITIONS SC-1.38. Add the following language to the conclusion of paragraph 1.38 of the General Conditions: 1.38. Substantial Completion. .... Substantial Completion is further defined as that degree of completion of the operating facilities or systems of the Project defined in the Work Order sufficient to provide the OWNER the full time, uninterrupted, continuous, beneficial operation of the modifications, and all inspections required have been completed and identified conditions corrected. SC-1.43.A. Add the following new paragraph immediately after paragraph 1.43 of the General Conditions: 1.43.A. Work Order--A written document executed by OWNER and CONTRACTOR that provides for the construction of the Work, or a portion of the Work pursuant to the Master Agreement and all as required by the Work Order Documents, and that becomes a Work Order Document when executed. SC-2 PRELIMINARY MATTERS SC-2.8. Delete paragraph 2.8 of the General Conditions entirely and replace it with the following paragraph: 2.8. Preconstruction Conference. Within ten days after the Work Order Times for a Work Order start to run, but before any Work at the site is started, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to establish a working relationship among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. SC-2.10. Add the following new paragraph immediately after paragraph 2.9 of the General Conditions: 2.10. Work Order Required for All Work. References to the Master Agreement in this Article 2 and in the General and Supplementary Conditions and Work Order Documents notwithstanding, no Work shall be initiated or performed until CONTRACTOR has received a signed and executed Work Order, and the Notice to Proceed, from OWNER; and no provision of this Article 2 or of the General and Supplementary Conditions and Work Order Documents shall permit or require any action of CONTRACTOR in the absence of a signed and executed Work Order. All provisions of this Article 2 and of the General and Supplementary Conditions and Work Page 43 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 Order Documents referencing the Master Agreement or other parts of the Work Order Documents, or permitting or requiring any action of CONTRACTOR, shall be read as referencing and, as appropriate, requiring a signed and executed Work Order. SC-4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS SC-4.2.1.2. Add the following new paragraph immediately following paragraph 4.2.1.2 of the General Conditions: 4.2.1.2.1. No drawing of physical conditions in or relating to existing surface or subsurface structures (except Underground Facilities referred to in paragraph 4.3) which are at or contiguous to the site have been utilized by the Engineer in preparation of the Work Order Documents, except the following: None SC-5 BONDS AND INSURANCE SC-5.4.7. Include the following parties or entities as additional insureds, as provided in paragraph 5.4.7 of the General Conditions: 5.4.7.1. City of Fort Collins, Colorado, PO Box 580, Fort Collins, CO 80522. 5.4.7.2. list all entities to be included as named additional insureds SC-5.4.8.1. Add the following new paragraph immediately following paragraph 5.4.8 of the General Conditions: 5.4.8.1. Limits of Liability. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: For Paragraphs 5.02.A.1 and 5.02.A.2: Coverage A - Statutory Limits; Coverage B - $100,000 / $100,000 / $500,000. For Paragraphs 5.02.A.3 and 5.02.A.5: The 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. For Paragraph 5.02.A.6: The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). For Paragraph 5.02.B.3: This policy will include completed operations coverage / product liability coverage with limits of $1,000,000 combined single limits (CSL). This policy shall also include an Umbrella Excess Liability as follows: General liability and automobile liability insurance in an amount not less than $1,000,000 per occurrence in excess of the above stated primary limits. Page 44 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SC-6 CONTRACTOR’S RESPONSIBILITIES SC-6.14.3. Add the following new paragraph immediately after paragraph 6.14.2 of the General Conditions: 6.14.3. The following Laws or Regulations are included in the Work Order Documents as mandated by statute or for the convenience of the CONTRACTOR. Other Laws and Regulations apply which are not included herein, and are within the CONTRACTOR's duty and responsibility for compliance thereto: 6.14.3.1. Notice to owners of Underground Facilities is required prior to excavations in the vicinity of such facilities. 6.14.3.2. Unless otherwise decided by reason of the amount of the Work Order Price involved, or other good reason, before or at the time that the contract is awarded to a corporation outside the State of Colorado, such corporation must carry out the proper procedure to become authorized to do business in the State of Colorado, designate a place of business therein, and appoint an agent for service of process. Such corporation must furnish the OWNER with a certificate from the Secretary of State of Colorado has been issued by its office and there shall also be procured from the Colorado Secretary of State or certified copy of the designated of place of business and appointment of agent for service of process, or a letter from the Colorado Secretary of State that such designation of place of business and agent for service of process have been made. 6.14.3.3. The CONTRACTOR must conform to the rules and regulations of the Industrial Commission of Colorado. Particular reference is made to rules and regulations governing excavation Work adopted by the Industrial Commission of Colorado. SC-11 CHANGE OF CONTRACT PRICE SC-11.6.2.7. Add the following new paragraph to paragraph 11.6.2 of the General Conditions: 11.6.2.7. Cost of the Work. Allowances for profit, overhead and mark-up prescribed by the Master Agreement shall be used in lieu of any CONTRACTOR'S fee, overhead, profit or mark-up allowances as prescribed in paragraphs 11.6.2.1, 11.6.2.2, and 11.6.2.3. SC-12 CHANGE OF CONTRACT TIMES SC-12.3. Add the following language to the end of paragraph 12.3 of the General Conditions: 12.3. .... Lost days due to abnormal weather conditions will be allocated as required. SC-14 PAYMENTS TO CONTRACTOR AND COMPLETION SC-14.1. Add the following language to the end of paragraph 14.1 of the General Conditions: Page 45 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 14.1. Schedule of Values. .... Progress payments on the fixed fee shall be in proportion to the cumulative actual Cost of the Work as a percentage of the Allowable Cost of the Work. An amount not to exceed fifteen (15%) percent of the fixed fee shall be advanced to the Contractor for mobilization in the first progress payment. Page 46 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Change Order 00960 Application for Payment Page 47 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONTRACTOR: [Contractor] WORK ORDER NUMBER: PO NUMBER: DESCRIPTION: 1. Reason for Change: Why is the change required? 2. Description of Change: Provide description of the changes to the Work 3. Change in Work Order Price: 4. Change in Work Order Time: ORIGINAL WORK ORDER PRICE $ .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 ORIGINAL WORK ORDER % ADJUSTED WORK ORDER COST $ .00 CONTRACTOR: Company Name By: Date: Name: Title: ACCEPTED: Date: City PM Name, Title REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTED: Date: Name, Title ACCEPTED: Date: Gerry Paul, Purchasing Director (if greater than $60,000) Page 48 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 SECTION 00960 APPLICATION FOR PAYMENT PROJECT Page 1 of 1 OWNER: ENGINEERS: ADDRESS: NUMBER DATE AMOUNT $ - $ - $ - NUMBER DATE AMOUNT FUND OBJECT Amount Due this Pay Application (before retainage): $ - $ - 0.00% Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager BY: DATE: DATE: NAME & TITLE: BY: DATE: NAME & TITLE: Official Purchasing Form Last updated 10/2017 Net Change by Change Order: Change order %: Original Contract Amount Net Change by Change Order Revised Current Contract Amount Total Work Completed to Date: Total Stored to Date: CHANGE ORDERS PAY APPLICATION Application is made for Payment as shown below in connection with the Contract. The present status of the account for this Contract is as follows: CONTRACTOR: $ - $ - RETAINAGE $ -NumbersCharge $ - $ - Less Previous Payments: Total Completed and Stored Materials to Date: Less Retainage $ - $ - $ - AMOUNT DUE THIS APPLICATION: $ - The above Amount Due this Application is requested by the CONTRACTOR's Project Manager. BY: PO NUMBER ADDRESS: ADDRESS: APPLICATION NUMBER APPLICATION DATE PERIOD BEGINNING PERIOD ENDING PROJECT NUMBER Retainage to Date: NAME & TITLE: Total (after retainage): Payment of the above Amount Due This Application is approved by the OWNER. Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 Unit Price Total Quanitity Total Quantity Total Quantity Total 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 $ - $ - $ - $ - $ - 0.00% $ - $ - $ - $ - $ - 0.00% Official Purchasing Form Last Updated 10/2017 Total to Date Less Retention Change Orders to Date (see attached) $ - $ - CONTRACT SUMMARY Total Due Adjusted Contract Amount $ - Total Change Order Work to Date (see attached) Value of Work in Place Percent Complete Including Stored Materials Less Retention @ 10% up to 50% complete, 5% beyond 50% of Adjusted Contract Crosscheck Total Completed to Date Total Materials Remaining @ Site $ - $ - $ - Original Contract Amount Less Previous Billings $ - $ - $ - $ - Utilities Work Order – Construction Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A DRAWING INDEX WORK ORDER # 1-Connell-400904300-18 WORK ORDER TITLE Dry Creek Box Culvert BY: AECOM Sheet Title Drawing Revision Date 1 of 17 Title Sheet 1/15/2018 2 of 17 Standard Plans List 1/15/2018 3 of 17 General Notes 1/15/2018 4 of 17 Dry Creek Grading Plan 1/15/2018 5-14 of 17 Dry Creek Grading Cross Sections 1/15/2018 15 of 17 CBC General Notes & Typical Section 1/15/2018 16 of 17 CBC Plan Layout 1/15/2018 17 of 17 Precast Concrete Box Culvert 1/15/2018 Page 51 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) JECT LOC POLICY PRO- GEN'L AGGREGATE LIMIT APPLIES PER: CLAIMS-MADE OCCUR COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ DED RETENTION $ CLAIMS-MADE OCCUR $ AGGREGATE $ UMBRELLA LIAB EACH OCCURRENCE $ EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS PER STATUTE OTH- ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) 1/22/2018 Flood and Peterson PO Box 578 Greeley CO 80632 Dana Stewart, CIC, CISR (970)266-7149 (970)506-6845 DStewart@floodpeterson.com Connell Resources, Inc. 7785 Highland Meadows Parkway Suite 100 Fort Collins CO 80528 Charter Oak Fire Insurance Company 25615 Travelers Indemnity Company 25658 Travelers Property Casualty Company 25674 Pinnacol Assurance 41190 2017 GL/AU/XS/WC A X X X DTCO4794N532COF17 6/1/2017 6/1/2018 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 B X X X DT8104794N532IND17 6/1/2017 6/1/2018 1,000,000 C X X X 10,000 CUP4J906749-17-26 6/1/2017 6/1/2018 10,000,000 10,000,000 D N 4029651 6/1/2017 6/1/2018 X 500,000 500,000 500,000 CRI Job # 2181009 - Dry Creek Box Culvert Certificate holder is included as Additional Insured on General liability and Automobile liability as required by written contract with respects to liability arising out of work performed by the named insured. D Stewart, CIC, CISR/ City of Fort Collins 700 Wood Street Fort Collins, CO 80522 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B $ - $ - Combined Total Completed to Date Total Contract Amount Total This Period Previous Billings Balance Remaining Percent Complete PAY REQUEST Item # Description Quantity Cost Remaining Percent UOMComplete Contract Summary This Period Previous Total to Date Period Ending: Page 50 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 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. CERTIFICATION BU SCOPE OF WORK CHANGE ORDERS RECONCILIATION CHANGE ORDERS INVOICE NUMBER Total Change Order Work to Date: $ - $ - Retainage Previous: Change in Retainage: Page 49 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B Replace Topsoil @ 4" (2,400 CY) Finish Grading (21,000 SY) Grub Dry Creek (Morgan Tree Products) Strip Topsoil Fill in Creek with Pipe Spoils Finish Grading Seeding Excavation for Weir Form Top 6" and Pour (390 LF)(Marshall's Crew) Backfill Excavate and Expose Existing Pipes Remove Existing Pipe (152 LF) Set FES and Backfill Rip Rap Stilling Basins Install Landlok 450 Install Rock Check Dams Dewatering System Installation (Kelley Dewatering)(7 wells) Dewatering Lead Time before Work Precast Box Delivery and Stage (Pieces 84)(Unload 2 Loads per hour) Install Box Culvert (84 Pieces)(Dry creek) Excavate for Wingwalls Form and Pour Wingwalls (CSI) Cure Time on Walls Backfill Walls Landscaping (Zak George) Final Cleanup Punch List Pond Complete and Landscaped M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W Dec 31, '17 Jan 7, '18 Jan 14, '18 Jan 21, '18 Jan 28, '18 Feb 4, '18 Feb 11, '18 Feb 18, '18 Feb 25, '18 Mar 4, '18 Mar 11, '18 Mar 18, '18 Mar 25, '18 Apr 1, '18 Apr 8, '18 Apr 15, '18 Apr 22, '18 Apr 29, '18 May 6, '18 May 13, '18 May 20, '18 May 27, '18 Jun 3, '18 Jun 10, '18 Jun 17, '18 Jun 24, '18 Jul 1, '18 Jul 8, '18 Jul 15, '18 Jul 22, '18 Jul 29, '18 Aug 5, '18 Thu 1/18/18 NECCO Phase 2 Construction Schedule Page 26 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 110 days Mon 11/6/17 Mon 4/9/18 35 Export Dirt Haul (74,708 CY) 42 days Wed 1/24/18Thu 3/22/18 36 Embankment (1,100 CY) 1 day Mon 11/6/17Mon 11/6/17 Notice to Proceed Procurement Of Dry creek Box Procurement Of Flare End Sections (Redwood Pond) Flood Season (4/15 - Oct) Initial Estimated FEMA comments Mobilization for Dewatering (Pipe Crew) Mobilization of Dirt Crew Mobilization of Pipe Crew (Dry Creek Box) Concrete Crew Mobilization for Weir Wall GPS Benchmarks (Redwood Pond) Dry Creek Box Surveying (Construction Limits and Site Control) Concrete Weir (Redwood) Erosion Control / Tracking Pads / Laydown Install Temp. Fencing (American Fence) Move Job Trailer (Pac Van) Dig Low Flow Channel (8,000 CY) Potholing along Vine Erosion Control / Tracking Pad / Earth berms Strip and Stockpile Topsoil (15,300 SY)(10,500CY @ 1.5' depth) Install Temp Crossing (Dry Creek) Cut/Fill (New)(10,224 CY) Fill (Existing)(1,500 CY) Misc. Dirt and Remove Crossing (4,000 CY) Export Dirt Haul (74,708 CY) M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W Dec 31, '17 Jan 7, '18 Jan 14, '18 Jan 21, '18 Jan 28, '18 Feb 4, '18 Feb 11, '18 Feb 18, '18 Feb 25, '18 Mar 4, '18 Mar 11, '18 Mar 18, '18 Mar 25, '18 Apr 1, '18 Apr 8, '18 Apr 15, '18 Apr 22, '18 Apr 29, '18 May 6, '18 May 13, '18 May 20, '18 May 27, '18 Jun 3, '18 Jun 10, '18 Jun 17, '18 Jun 24, '18 Jul 1, '18 Jul 8, '18 Jul 15, '18 Jul 22, '18 Jul 29, '18 Aug 5, '18 Thu 1/18/18 NECCO Phase 2 Construction Schedule Page 25 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B 4950 4950 4950 4950 4955 4955 4955 4955 4960 4960 4960 4 960 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 71 + 00 7 0 + 0 0 1 + 00 2 + 00 3 + 00 4 + 00 P O B 0 + 00 . 0 0 P I 0 + 64 . 50 P I 4 + 03 . 3 7 0' 15' 30' 60' CBC LAYOUT D r y C r ee k 2 L a n e s 2 L a n e s @ 11 ' = 22 ' @ 11 ' = 22 ' 12 ' 12 ' P a t h B i k e P a t h B i k e 14 ' - 0 " 1 ' - 0 " 1 ' - 0 " Begin CBC End CBC N . L e m a y A v e nu e k = 2'-0" m = 11'-0" L = 32'-0" 1 2 k = 2'-0" m = 11'-0" L = 19'-0" k = 1'-0" m = 7'-6" L = 20'-0" k = 1'-0" m = 7'-6" L = 20'-0" 3 4 1 2 WINGWALL DIMENSIONS PLAN LONGITUDINAL SECTION Þ Þ Elevations are at Top of Bottom Slab Section taken at Ò of CBC NOTES GMM DAZ 1:30 Lemay Ave., 107.80' LT Sta. 70+81.42 Realigned Sta. 00+87.37 = Lemay Ave., 122.06' RT Sta. 69+31.13 Realigned Sta. 03+48.37 = Lemay Ave., 0.00' LT Sta. 70+13.73 Realigned Sta. 1+99.96 = -0.39% Þ 4 3 Þ and information not shown. 1. Refer to CDOT Standards M-601-20 for Wingwall details Ò CBC Structure No. XXXXX Proposed 14'x6' CBC Toe of Fill Proposed Wire Fence Existing Barbed Wetland Existing Finished Grade Proposed Ground Existing HCL & PGL Lemay Ave. (Typ.) Wingwall El. 4943.87' El. 4942.84' Begin CBC Sta. 00+87.37 End CBC Sta. 03+48.37 2'-0" thick Riprap (12") ROW ROW End Section 23' Precast Proposed Box Invert Floodplain Proposed 2'-0" thick Riprap (12") Floodplain Proposed 17 FINAL-FOR CONSTRUCTION-01/15/2018 16 Page 23 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B COLORADO PERMIT TRUCK LIVE LOAD: AASHTO LRFD, HL-93 TRUCK, HL-93 TANDEM, AND STRUCTURE NO. MAX. FILL HEIGHT = 26'-0" MIN. FILL HEIGHT = 2'-0" CONSTRUCT UNDER PROPOSED LEMAY AVE, SPAN = 14', RISE = 6' 1-SINGLE CELL 14' x 6' CONCRETE BOX CULVERT LEMAY CBC @ STA. 70+13.73 N/A CBC GENERAL NOTES SINGLE CELL CBC SECTION GMM DAZ f'c = 4,500 psi UNIT STRESSES: fy = 60,000 psi AND WINGWALLS. DESIGN METHOD: LOAD AND RESISTANCE FACTOR DESIGN FOR CBC, HEADWALLS, AASHTO, 7TH EDITION, LRFD WITH CURRENT REVISIONS. 13. ALL EXPOSED CONCRETE CORNERS SHALL BE CHAMFERED ƒ". 12. ALL TRANSVERSE REINFORCING SHALL BE NORMAL TO THE CENTERLINE OF THE BOX. 11. ALL DIMENSIONS ARE PERPENDICULAR TO THE CENTER OF THE BOX. GENERAL NOTES CONTINUED OF THE WORK. IMPROVING THE SOIL FOUNDATION WILL NOT BE PAID FOR SEPARATELY BUT INCLUDED IN THE COST BACKFILL CLASS 1 AT A DEPTH TO BE APPROVED BY THE GEOTECHNICAL ENGINEER. THE COST OF DURING EXCAVATION, THEY SHALL BE REMOVED AND REPLACED WITH COMPACTED STRUCTURE 21. IF UNSUITABLE MATERIALS SUCH AS SOFT CLAY, MUCK, OR ORGANIC MATERIALS ARE ENCOUNTERED RESPECTIVELY. 4'-6" AND 1'-0" FOR UPSTREAM AND DOWNSTREAM ENDS, 20. HEADWALL HEIGHT (MEASURED FROM TOP OF SLAB) IS CORRESPONDING TO SULFATE CLASS X. 19. STRUCTURE CONCRETE EXPOSED TO SOIL SHALL CONFORM TO CEMENTITIOUS MATERIAL CLASS X, WINGWALLS. REFER TO CBC GENERAL LAYOUTS FOR SPAN, RISE, AND FILL HEIGHT. 18. REFER TO STANDARD M-601-3 FOR DETAILS OF CONCRETE BOX CULVERT AND M-601-20 FOR 17. ALL REINFORCING STEEL SHALL BE EPOXY COATED UNLESS OTHERWISE NOTED. DIMENSIONS IN THE FIELD BEFORE ORDERING OR FABRICATING ANY MATERIAL. FIELD SURVEY AND EXISTING CONSTRUCTION PLANS. THE CONTRACTOR SHALL VERIFY ALL DEPENDENT 16. STATION, ELEVATIONS, AND DIMENSIONS CONTAINED IN THESE PLANS ARE CALCULATED FROM RECENT NOTIFICATION) PRIOR TO ANY EXCAVATION OR OTHER EARTHWORK (303-534-6700 IN METRO DENVER) AT LEAST 2 (TWO) DAYS (NOT INCLUDING THE DAY OF SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO AT 1-800-822-1987 UNDERGROUND UTILITIES AS MAY BE NECESSARY TO AVOID DAMAGE THERETO. THE CONTRACTOR RESPONSIBLE FOR MAKING HIS OWN DETERMINATION AS TO THE TYPE AND LOCATION OF UTILITIES IS NOT GUARANTEED TO BE ACCURATE OR ALL INCLUSIVE. THE CONTRACTOR IS 15. THE INFORMATION SHOWN ON THESE PLANS CONCERNING THE TYPE AND LOCATION OF UNDERGROUND OTHERWISE NOTED 14. ELEVATIONS AND STATIONS ARE IN FEET (ft) AND DIMENSIONS ARE FEET-INCH (ft-in), UNLESS 791 426 515 WATER PROOFING (MEMBRANE) 522 602 LB CONCRETE CLASS D (WINGWALLS) 28 603 14X6 FOOT CONCRETE BOX CULVERT (PRECAST) REINFORCING STEEL 2070 LF 261 FOR INFORMATION ONLY PHASE 1 DRY CREEK CBC 01/15/2018 SHALL BE INCREASED BY 25% FOR BARS SPACED AT LESS THEN 6" ON CENTER. REINFORCING BARS PLACED IN ACCORDANCE WITH SUBSECTION 602.06. THESE SPLICE LENGTHS 10. THE FOLLOWING TABLE GIVES THE MINIMUM LAP SPLICE LENGTH FOR THE EPOXY COATED 9. GRADE 60 KSI REINFORCING STEEL IS REQUIRED. 8. SPLICE QUANTITIES FOR LONGITUDINAL AND TRANSVERSE BARS ARE NOT INCLUDED. 7. DO NOT BACKFILL UNTIL TOP SLAB OF CBC AND WALLS HAVE REACHED DESIGN STRENGTH f'c. EXCEPT AS NOTED. 6. STRUCTURE EXCAVATION AND BACKFILL SHALL BE IN ACCORDANCE WITH STANDARD M-206-1, 5. THE CONTRACTOR IS RESPONSIBLE FOR THE STABILITY OF THE STRUCTURE DURING CONSTRUCTION. 4. ALL CONSTRUCTION JOINTS NOT SHOWN ON THE PLANS SHALL BE APPROVED BY THE ENGINEER. 3. ALL CONSTRUCTION JOINTS SHALL BE THOROUGHLY CLEANED BEFORE FRESH CONCRETE IS POURED. 2. ALL CONCRETE SHALL BE CLASS D (BOX CULVERT). REGISTERED COLORADO PROFESSIONAL ENGINEER. LATEST CDOT BRIDGE RATING MANUAL. ALL CALCULATIONS SHALL BE SIGNED AND SEALED BY A AND PRECAST END SECTION. THE BOX CULVERT SHALL BE LOAD RATED IN ACCORDANCE WITH THE 1. CONTRACTOR SHALL BE REQUIRED TO DESIGN AND SUBMIT CALCULATIONS FOR THE BOX CULVERT APRON NOT REQUIRED. 24. TOE WALLS ARE REQUIRED AT UPSTREAM WINGWALLS AND BOX INVERT. CONCRETE PAVEMENT OR EMBANKMENT. 23. FILL HEIGHT IS THE DISTANCE MEASURED FROM THE TOP OF TOP SLAB TO THE TOP OF INCLUDED IN THE COST OF THE WORK. OR SEASONAL GROUNDWATER. THE COST OF DEWATERING WILL NOT BE PAID FOR SEPARATELY BUT 22. SITE DEWATERING MAY BE REQUIRED DURING CONSTRUCTION OF CBC TO CONTROL SURFACE FLOW CBC PRECAST CONCRETE BOX CULVERT CBC LAYOUT CBC GENERAL NOTES 92 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 15 Page 22 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B CONDITION AS REQUIRED BY THESE PLANS. 18. THE CONTRACTOR SHALL FURNISH, INSTALL, AND MAINTAIN TEMPORARY TRAFFIC CONTROL DEVICES NECESSARY THROUGHOUT THE DURATION OF CONSTRUCTION IN CONFORMANCE WITH TRAFFIC CONTROL PLANS. 19. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING ANY STORM WATER OR SURFACE RUNOFF FLOWING INTO THE WORK ZONE, THROUGH THE EXISTING ARTHUR DITCH OR ROADWAY. PREVENTATIVE MEASURES MAY INCLUDE, BUT NOT LIMITED TO, SANDBAGS, PUMPS, AND TEMPORARY PIPING. 20. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE STABILITY OF EXISTING TREES NEXT TO THE WORK ZONE. PROTECT ALL EXISTING TREES IN PLACE. THE CONTRACTOR SHALL CONTACT THE CITY FORESTER IF TREES ROOTS ARE ENCOUNTERED DURING EXCAVATION. 21. CONTRACTOR SHALL PROVIDE POTHOLING AS NEEDED AND IS CONSIDERED INCIDENTAL TO THE WORK. GENERAL NOTES PHASE 1 DRY CREEK CBC 01/15/2018 1. STRUCTURE EXCAVATION AND BACKFILL SHALL BE AS SHOWN IN THE PLANS. TEMPORARY EXCAVATION SUPPORT SHALL BE INCLUDED IN THE COST OF STRUCTURE EXCAVATION. DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 3 Page 10 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B M-609-1 M-611-1 M-613-1 M-615-1 M-615-2 M-616-1 M-620-1 M-620-2 M-620-11 M-620-12 WIRE FENCES AND GATES (3 SHEETS) CHAIN LINK FENCE (3 SHEETS) BARRIER FENCE PICKET SNOW FENCE CURB RAMPS (10 SHEETS) CATTLE GUARD (2 SHEETS) ROADWAY LIGHTING (4 SHEETS) EMBANKMENT PROTECTOR TYPE 3 EMBANKMENT PROTECTOR TYPE 5 INVERTED SIPHON FIELD LABORATORY CLASS 1 FIELD OFFICE CLASS 1 FIELD OFFICE CLASS 2 M-210-1 MAILBOX SUPPORTS (2 SHEETS) M-614-1 RUMBLE STRIPS (3 SHEETS) M-629-1 SURVEY MONUMENTS (2 SHEETS) 19-30 EXCAVATION AND BACKFILL FOR STRUCTURES 17-18 31-32 33 34-38 40-41 42-43 44-45 46 47 49 50-53 54 55 58-59 60 61 62-63 64 65-67 73 M-606-13 GUARDRAIL TYPE 7 F-SHAPE BARRIER (4 SHEETS) 93-96 120-125 126-129 130-131 132-135 136-138 141 142 143 144 147 148 149-150 M-604-25 VANE GRATE INLET (5 SHEETS) 68-72 M-606-14 PRECAST TYPE 7 CONCRETE BARRIER (3 SHEETS) M-607-15 ROAD CLOSURE GATE (9 SHEETS) 97-99 8 9 15-16 DIVIDED HIGHWAYS (3 SHEETS) 39 M-614-2 SAND BARREL ARRAYS (2 SHEETS) 139-140 (2 SHEETS) S-614-40 TYPICAL TRAFFIC SIGNAL INSTALLATION DETAILS 184-188 (5 SHEETS) (4 SHEETS) S-614-8 TUBULAR STEEL SIGN SUPPORT DETAILS (6 SHEETS) 169-173 260 259 239-258 234-238 S-614-50 208-219 189-192 183 182 181 178-180 177 175 167-168 165-166 162-164 161 158-159 160 DELINEATOR INSTALLATIONS (7 SHEETS) 151-157 S-630-3 FLASHING BEACON (PORTABLE) DETAILS PAVEMENT MARKINGS (8 SHEETS) AND VERTICAL PANELS BARRICADES, DRUMS, CONCRETE BARRIERS (TEMP) TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION ALTERNATIVE TRAFFIC SIGNAL INSTALLATION DETAILS TYPICAL MULTI-SIGN INSTALLATIONS CONCRETE BARRIER SIGN POST INSTALLATIONS TYPICAL POLE MOUNT SIGN INSTALLATIONS FLASHING BEACON AND SIGN INSTALLATIONS (3 SHEETS) STRUCTURE NUMBER INSTALLATION MARKER ASSEMBLY INSTALLATIONS FOR CLASS III SIGNS (2 SHEETS) CONCRETE FOOTINGS AND SIGN ISLANDS FOR GROUND SIGNS (2 SHEETS) BREAK-AWAY SIGN SUPPORT DETAILS CLASS III SIGNS (3 SHEETS) CLASS II SIGNS CLASS I SIGNS GROUND SIGN PLACEMENT (2 SHEETS) S-627-1 S-630-2 S-630-1 S-614-40A S-614-22 S-614-21 S-614-20 S-614-14 S-614-12 S-614-10 S-614-6 S-614-5 S-614-4 S-614-3 S-614-2 S-614-1 S-612-1 M-603-4 CORRUGATED POLYETHYLENE PIPE (AASHTO M294) S-614-11 MILEPOST SIGN DETAIL FOR HIGH SNOW AREAS METAL PIPE (4 SHEETS) M-603-5 POLYVINYL CHLORIDE (PVC) PIPE (AASHTO M304) M-100-2 TEMPORARY EROSION CONTROL (11 SHEETS) CURBS, GUTTERS, AND SIDEWALKS (4 SHEETS) 176 (24 SHEETS) S-630-4 S-630-5 S-630-6 EMERGENCY PULL-OFF AREA (TEMPORARY) S-630-7 PORTABLE RUMBLE STRIPS (TEMPORARY) (2 SHEETS) 13-14 56 57 103-105 106 107-109 110 111-119 265 263-264 ACRONYMS AND ABBREVIATIONS (4 SHEETS) 4-7 10-12 48 100-102 FIELD LABORATORY CLASS 2 (2 SHEETS) 145-146 S-614-9 PEDESTRIAN PUSH BUTTON POST ASSEMBLY 174 S-614-41 193 S-614-42 CABINET FOUNDATION DETAIL (4 SHEETS) 194-197 S-614-43 198-207 S-614-60 DYNAMIC SIGN MONOTUBE STRUCTURES (14 SHEETS) 220-233 261-262 DETAILS (2 SHEETS) STEEL SIGN SUPPORT (TEMPORARY) INSTALLATION 266-268 (3 SHEETS) ROLLING ROADBLOCKS FOR TRAFFIC CONTROL (10 SHEETS) TRAFFIC LOOP AND MISCELLANEOUS SIGNAL DETAILS STATIC SIGN MONOTUBE STRUCTURES (12 SHEETS) COLORADO DEPARTMENT OF TRANSPORTATION July 04, 2012 M&S STANDARDS PLANS LIST REVISED NEW OR TITLE M STANDARD NUMBER PAGE NUMBER PLAN REVISED NEW OR TITLE M STANDARD NUMBER PAGE NUMBER PLAN REVISED NEW OR TITLE S STANDARD NUMBER PAGE JULY 24, 2012) (REVISED ON JULY 24, 2012) (REVISED ON BY DESIGNATED PAY ITEM OR SUBSIDIARY ITEM. AND REVISED, APPLY TO THIS PROJECT WHEN USED ALL OF THE M&S STANDARD PLANS, AS SUPPLEMENTED WILL BE ATTACHED TO THE PLANS. TO THIS PROJECT, INDICATED BY A MARKED BOX , NEW OR REVISED STANDARD PLAN SHEETS APPLICABLE (REVISED ON JULY 08, 2013) (REVISED ON AUGUST 30, 2013) (REVISED ON SEPTEMBER 16, 2013) (REVISED ON OCTOBER 02, 2014) (REVISED ON OCTOBER 02, 2014) OCT. 02, 2014) (REVISED ON OCT. 02, 2014) (REVISED ON (REVISED ON DECEMBER 1, 2016) S-614-44 PEDESTAL POLE SIGNALS (2 SHEETS) TEMPORARY SPAN WIRE SIGNALS (REVISED ON DECEMBER 12, 2014) (REVISED ON DECEMBER 17, 2014) (REVISED ON JUNE 17, 2016) (REVISED ON JUNE 17, 2016) (REVISED ON APRIL 2, 2015) M-603-6 (AASHTO MP 20) STEEL REINFORCED POLYETHYLENE RIBBED PIPE M-611-2 DEER GUARD (2 SHEETS) (NEW ON APRIL 30, 2015) (NEW ON APRIL 30, 2015) DEER FENCE, GATES, AND GAME RAMPS (5 SHEETS) (REVISED ON APRIL 30, 2015) M-216-1 SOIL RETENTION COVERING (2 SHEETS) (NEW ON JULY 16, 2015) (REVISED ON AUGUST 13, 2015) NOVEMBER 25, 2015) (REVISED ON NOVEMBER 25, 2015) (REVISED ON NOVEMBER 25, 2015) (REVISED ON DECEMBER 29, 2015) (REVISED ON M-606-1 GUARDRAIL TYPE 3 W-BEAM (20 SHEETS) OCTOBER 27, 2014) 74-92 (REVISED ON TYPE 3 W-BEAM 31 INCHES (20 SHEETS) MIDWEST GUARDRAIL SYSTEM (MGS) MARCH 29, 2016) (REVISED ON (REVISED ON MAY 24, 2016) (REVISED ON MAY 24, 2016) (REVISED ON JUNE 23, 2016) (REVISED ON JUNE 23, 2016) (REVISED ON JUNE 24, 2016) (REVISED ON JUNE 17, 2016) (REVISED ON JUNE 17, 2016) (REVISED ON JUNE 17, 2016) (REVISED ON DEC. 1, 2016) Revised on February 23, 2017 (REVISED ON FEBRUARY 8, 2017) (REVISED ON FEBRUARY 8, 2017) (REVISED ON FEBRUARY 23, 2017) STANDARD PLANS LIST PHASE 1 DRY CREEK CBC 01/15/2018 DESIGNED BY: SCALE: REVISIONS: DATE: ENGINEERING DEPT. DATE: DRAWN BY: OF CITY OF FORT COLLINS, CO. City of SHEET Engineering fcgov.com/engineering FOR CONSTRUCTION AS-BUILT FOR REVIEW CAPITAL PROJECTS TRANSPORTATION www.aecom.com 01/08/18 N. LEMAY AVENUE REALIGNMENT T 303.228.3000 F 303.228.3001 6200 South Quebec St, Greenwood Village, CO 80111 AECOM 17 FINAL-FOR CONSTRUCTION-01/15/2018 2 Page 9 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B PROJECT AREA AS SHOWN TITLE SHEET - CPF 1/2 1/4 1/2 01/15/2018 REALIGNMENT AND OVERPASS CONSTRUCTION PHASE 1 DRY CREEK CBC PHASE (I) DRY CREEK CBC BNSF RR L I N C O L N AV E NU E N . C O LLE G E AV E NU E ( U S 287 ) C ON I F E R S T R EET BUCKINGHAM STREET FUTURE SUNIGA STREET E. VINE DRIVE N . LE M AY AV E NU E / 9 T H S T R EET E. MULBERRY STREET (SH 14) TO I-25 T O L OV EL AND T O L A P O R TE 17 FINAL-FOR CONSTRUCTION-01/15/2018 1 Page 8 of 51 DocuSign Envelope ID: 51C615AB-FF27-4C6D-91E0-5955FE4BA95B