No preview available
HomeMy WebLinkAboutC04-184 Ideal Fencing Corporation AGREEMENT FOR GUARDRAIL PROJECT THIS AGREEMENT is dated as of the 12 day of Mav , 2004,by and between Eagle County, Colorado, a body corporate arid politic, acting by and through its Board of County Commissioners (hereinafter called "Owner"), and Ideal Fencing Corporation (hereinafter called "Contractor"). Owner and Contractor, in consideration of the mutual covenants set forth, agree as follows: ARTICLE 1 -WORK Contractor shall complete all work as specified or indicated in the Contract- Documents ("Work"). The Work is generally described as: GUARDRAIL PROJECT ON VARIOUS EAGLE COUNTY ROADS AS SPECIFIED IN EXHIBIT "A' which is attached hereto and incorporated by this reference. ARTICLE 2 -OWNER'S REPRESENTATIVE The Project is under the authority of the Eagle County Road & Bridge Department, the Director of which, or his designee, shall be Owner's liaison with Contractor with respect to the performance of the Work. ARTICLE 3 -CONTRACT TIME 3.1 The Work will be completed and ready for final payment in accordance with the Contract Documents on or before OCTOBER 15. 2004. 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 substantially complete within the time specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not substantially complete on time. Accordingly, instead of requiring such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Three Hundred dollars ( 300.00) for each day that expires after the time specified in paragraph 3.1 for completion until the Work is complete. Agreement Page 1 ARTICLE 4 -CONTRACT PRICE 4.1 The funds appropriated for this project are equal to or in excess of the contract amount. 4.2 Owner shall pay Contractor for performance of the Work in accordance with the Contract Documents in current funds as follows: PROGRESSIVE PAYMENTS UPON COMPLETION OF EACH AREA AS SPECIFIED IN EXHIBIT "A". 4.3 Pursuant to the provisions §24-91-103.6, C.R.S., and notwithstanding anything to the contrary contained elsewhere in the Contract Documents, no change order or other form of order or directive by Owner, and no amendment to this Agreement, requiring additional compensable work to be performed which work causes the aggregate amount payable under the Agreement to exceed the amount appropriated for the original Agreement, shall be of any force or effect unless accompanied by a written assurance by Owner that lawful appropriations to cover the costs of the additional work have been made or unless such work is covered under aremedy-granting provision in the Agreement. 4.4 The Board of County Commissioners for Eagle County is a governmental entity. All obligations beyond the current fiscal year are subject to funds being budgeted and appropriated. ARTICLE 5 -PAYMENT PROCEDURES Contractor shall submit Applications for Payment in accordance with the General Conditions. Applications for Payment will be processed as provided in the General Conditions. 5.1 PROGRESS PAYMENTS: Owner shall make monthly progress payments on account of the Contract Price on the basis of Contractor's Applications for Payments, as provided below. All progress payments will be on the basis of the progress of the Work. 5.1.1 Prior to Completion, progress payments will be in an amount equal to: ^ 90% of the Work completed until fifty percent (50%) of the Work is performed, after which no additional retaining shall be withheld, and ^ 90% of materials and equipment not incorporated in the Work but delivered and suitably stored, less in each case the aggregate of payments previously made. Agreement Page 2 5.1.2 Progress payments and retained funds shall occur in compliance with Paragraph 19 of the General Conditions attached hereto and C.R.S. §24-91- 103. The Owner shall authorize partial payments of properly requested amounts of at least ninety percent of the calculated value of the work completed until fifty percent of the work required under the Agreement has been performed. Thereafter, the Owner shall authorize partial payments of any other properly requested amounts without retaining additional funds if, in the opinion of the Owner, satisfactory progress is being made in the work. The withheld amounts of the contract price will be retained by the Owner until the contract is completed satisfactorily and accepted by the Owner. 5.2 FINAL PAYMENT: Upon final completion and acceptance in accordance with the General Conditions, Owner shall pay the remainder of the Contract Price. The final payment shall not be made until after final settlement of this contract has been duly advertised at least ten days prior to such final payment by publication of notice thereof at least twice in a public newspaper of general circulation published in Eagle County, and the Board of County Commissioners has held a public hearing, thereupon and complied with the C.R.S. §38-26-107. Final payment shall be made in accordance with the requirements of the aforesaid statute. ARTICLE 6 -Contractor's REPRESENTATIONS 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, locality, and with all local conditions, and federal, state, and local laws, ordinances, rules and regulations that in any manner may affect cost, progress, or performance of the Work. 6.2 Contractor has made, or caused to be made, examinations, investigations, and tests and studies of such reports and related data as he deems necessary for the performance of the Work at the Contract Price, within the Contract Time, and in accordance with other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports, or similar data are, or will be required by Contractor for such purposes. 6.3 Contractor has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of the Contract Documents. 6.4 Contractor has given Owner written notice of all conflicts, errors, or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by Owner is acceptable to Contractor. Agreement Page 3 6.5 to performing the work under this Agreement, the Contractor acts as an independent contractor and is solely responsible for necessary and adequate worker's compensation insurance, personal injury and property damage insurance, as well as errors and omissions insurance. The Contractor, as an independent contractor, is obligated to pay federal and state income tax on moneys earned. The personnel employed by the Contractor are not and shall not become employees, agents or servants of the Owner because of the performance of any work by this Agreement. ARTICLE 7 -CONTRACT DOCUMENTS The Contract Documents which comprise the entire Agreement are made a part hereof, and consist of the following: 7.1 This Agreement. 7.2 Contractor's Bid. 7.3 Performance and other Bonds. 7.4 Notice of Award and, if any, Notice to Proceed. 7.5 General Conditions (Pages 1 to 10, inclusive). 7.6 Specifications and Drawings. 7.7 Any modification, including Change Orders, duly delivered after execution of Agreement. 7.8 The parties acknowledge and agree that the terms and conditions of this Agreement (7.1) and the General Conditions (7.5) attached hereto, shall supersede and control over any inconsistent or contrary provision in any other attachment or agreement. There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered, amended, or repealed by an executed, written amendment to this Agreement. ARTICLE 8 -BONDS Not later than five business days following the execution of this Agreement, Contractor shall deliver to the Owner the bonds required by the Contract Documents, and, notwithstanding anything to the contrary contained in the Contract Documents, Owner shall have no liability or obligation hereunder unless and until the bonds have been so delivered. Agreement Page 4 ARTICLE 9 -MISCELLANEOUS 9.1 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 without limitation, 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 the assignor from any duty or responsibility under the Contract Documents. 9.2 Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.3 ATTORNEY'S FEES: In the event of litigation between the parties hereto regarding the interpretation of this Agreement, or the obligations, duties or rights of the parties hereunder, or if suit otherwise is brought to recover damages for breach of this Agreement, or an action be brought for injunction or specific performance, then and in such events, the prevailing party shall recover all reasonable costs incurred with regard to such litigation, including reasonable attorney's fees. 9.4 APPLICABLE LAW: This Agreement shall be governed by the laws of the State of Colorado. Jurisdiction and venue of any suit, right, or cause of action arising under, or in connection with this Agreement shall be exclusive in Eagle County, Colorado. 9.5 INTEGRATION: This Agreement supersedes all previous communications, negotiations and/or contracts between the respective parties hereto, either verbal or written, and the same not expressly contained herein are hereby withdrawn and annulled. This is an integrated agreement and there are no representations about any of the subject matter hereof except as expressly set forth in the Contract Documents. 9.6 NOTICE: Any notice and all written communications required under this Agreement shall be (i) personally delivered, (ii) mailed in the United States mails, first class postage prepaid, or (iii) transmitted by facsimile machine together with a hard copy conveyed by delivery or mail, to the appropriate party at the following addresses: To Contractor: Ideal Fencing Corporation. 8119 Indian Peaks Ave. Erie, CO 80516 Agreement Page 5 To Owner: Brad Higgins -Director Road & Bridge Department Eagle County P.O. Box 250 Eagle, CO 81631 telephone: 970-328-3540 telefax: 970-328-3546 Mailed notices will be deemed given three business days after the date of deposit in a regular depository of the United States Postal Service, and FAX notices will be deemed given upon transmission, if during business hours, or the next business day. Either party can change its address for notice by notice to the other in accordance with this paragraph. [signature page next page] Agreement Page 6 IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective on the date first above written. "Owner": COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its ATTEST ., .,: a.~,.4 BOARD OF COUNTY COMMISSIONERS ~ ~ ' ~~.`~ t,r°: ;~.., j ~: By: Clerk of the Boar of ~~ ~°`~Tom Ston County Commissioners Chairman "Contractor": -rG/C° Gs> is c O By: .~ STATE OF COLORADO ) ss: County of Eagle ) On this ~ 7~ ay of ~-~'1 ~-- , 2004, came bef re me, a notary publi -~ nown to me to be the ~:-,--~- of ,who acknowledged to me that he executed the foreg ing document, that he executed it in that capacity, and that the same was the act of the entity identified in the document as "Contractor". My commission expires: Notary Publ c Agreement Page 7 EXHIBIT A NEW CONSTRUCTION ITEM DESCRIPTION QTY 1 Guardrail, Type 3 Frying Pan River Rd. Mile marker 16.25 500 See Map #1 2 Guardrail, Type 3 Colorado River Rd. Mile marker 28.9 1600 See Map #2 3 Guardrail, Type 3 Colorado River Rd. Mile marker 8.6 1500 See Map #3 4 Guardrail, Type 3 Colorado River Rd. Mile marker 7.6 750 See Map #4 5 End anchorage,Type 3 8 RAISE EXISTING GUARDRAIL See Vicinity Map ITEM DESCRIPTION QTY 6 Raise existing guardrail Frying Pan River Rd. Mile marker 9 350 7 Raise existing guardrail Frying Pan River Rd. Mile marker 14.4 700 8 Raise existing guardrail Frying Pan River Rd. Mile marker 15.4 300 9 Raise existing guardrail Frying Pan River Rd. Mile marker 15.6 225 10 Raise existing guardrail Frying Pan River Rd. Mile marker 16.1 250 UNIT UNIT PRICE AMOUNT L.F. .14.00 7 , 000.00 L.F. 21,760.00 L.F. 14.20 21,300.00 L.F. 15 .85 11, 887 .50 Each 700.00 5;600.00 UNIT UNIT PRICE AMOUNT L.F. 1.80 630.00 L.F. 1.80 1,260.00 L.F. 1.80 540.00 L.F. 1.80 405.00 L.F. 1.83 450.00 11 Raise existing guardrail Frying Pan River Rd. Mile marker 16.9 200 L.F. 1. so 360.00 12 Raise existing guardrail Frying Pan River Rd. Mile marker 18 625 L.F. 1.80 1,125.00 REPAIRS TO EXISTING GUAR DRAIL See Vicinity Map ITEM DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 13 Repair & replace post and rail Mile marker 9 2 Each 215.00 430.00 14 Repair & replace post and rail Mile marker 12.4 2 Each 215 . o0 430.00 15 Repair & replace post and rail Mile marker 12.5 2 Each 215.00 430.00 16 Repair & replace post and rail Mile marker 12.9 2 Each 215.00 430.00 17 Repair & replace post and rail Mile marker 13 2 Each 215.00 430.00 18 Repair & replace post and rail Mile marker 14.38 2 Each 215.00 430.00 19 Repair & replace post and rail Mile marker 15.43 2 Each 215.00 430.00 20 Repair & replace post and rail Mile marker 15.6 2 Each 215.00 430.00 21 Repair & replace post and rail Mile marker 16.6 2 Each 215 . o0 430 . o0 TRAFFIC CONTROL ITEM DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 22 Construction zone traffic control Lump sum 1~ Q~~~ 15, 850.00 TOTAL OF ALL WORK S92,o3~.50 Note: Items from the above list may be om itted depending on final bid price. Note: Mile markers on Frying Pan River Rd. are measured from Sopris Dr. ACORD,~ CERTIFIC," ~E OF LIABILITY INSI-~" ~-NCE DATE (NM/DD/YYYY) 05/17/04 PRODUCER THIS CERTIFICATE ~, ISSUED AS A MATTER OF INFORMATION HRH of Colorado ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 720 S. Colorado Blvd, #600 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 469025 Denver, CO 80246-9025 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Zurich-American Ins. Co. 31194 Ideal Fencing Corporation INSURER B: American Guarantee Insurance 8119 Indian Peaks Ave. INSURER c: Pinnacol Assurance Erie, CO 80516 INSURER D: INSURER E: CAVFRAC:F.~; 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 CONTRACTOR 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE M/DD/YY POLICY EXPIRATION DATE MM/DD/YY LIMITS ,Q X GENERAL LIABILITY CP03757909 07/01/03 07/01/04 EACH OCCURRENCE $1 000 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $300 000 CLAIMS MADE ~ OCCUR MED EXP (Any one person) $10 000 X Ltd Pollution PERSONAL 8 ADV INJURY $1 000 000 X Blkt Addl Insrd GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $2 000 000 POLICY X PRO- J CT X LOC A AUTOMOBILE LIABILITY CP03757909 07/01/03 07/01/04 COMBINED SINGLE LIMIT E id t $1 000 000 X ANY AUTO a acc ( en ) , , ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ X Ltd Pollution PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO EA ACC OTHER THAN $ AUTO ONLY: AGG $ B EXCESS/UMBRELLA LIABILITY AUC3757910 07/01/03 07/01/04 EACH OCCURRENCE $5 000 OQO X OCCUR ~ CLAIMS MADE AGGREGATE $5 000 000 $ DEDUCTIBLE $ RETENTION $ $ C WORKERS COMPENSATION AND 4058096 10/01 /03 10/01 /04 )( WC STATU- OTH- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $500 000 OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $500,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $500,000 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Project Description: Eagle County Guardrail Project 2004 The following are Additional Insureds as respects General Liability only if required by written contract and coverage applies only as respects (See Attached Descriptions) Eagle County Road & Bridge Department P. O. Box 250 Eagle, CO 81631-0250 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL sn* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRE*S~ENTATIVE ~' L7.'f„1,~'r;~ ACORD 25 (2001/08) 1 of 3 #S209991/M177984 MAS O ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. A~urcu z5-s tzuuvus~ 2 of 3 #S209991/M177984 DE- ~RIPTIONS (Continued from ''age 1) work performed by the Insured for the Additional Insureds. All coverage terms, conditions and exclusions of the policy apply. Additional Insureds: Eagle County Road & Bridge Department * The following cancellation conditions always apply: - 10 days for non-payment of premium - If policy shown, 10 days for Workers' Compensation for fraud; material misrepresentation; non-payment of premium; other reasons approved by the Commissioner of Insurance AMS 25.3 (2001/08) 3 of 3 #S209991/M177984 POLICY NUNiBER: CPO 3757909-00 COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSE9V]ENT CHANGES THE POLICY. PLEASE READ !T CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: AS REQUIRED BY WRITTEN CONTRACT Location And Description of Completed Operations: Additional Premium: INCLUDED (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II -Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products-completed operations hazard". CG 20 37 10 of ©ISO Properties, Inc., 2000 Page 1 of 1 F.GcFIT COPT THE AmERICAN INSTITUTE OF ARCHITECTS A/A Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Ideal Fencing Corporation 8119 Indian Peaks Avenue, Erie, CO 80516 as Principal, hereinafter called the Principal, and Fidelity and Deposit Company of Maryland 5445 DTC Parkway #1200, Greenwood Village, CO 80111 a corporation duly organized under the laws of the State of MD as Surety, hereinafter called the Surety, are held and firmly bound unto Eagle County Road & Bridge 3289 Cooley Mesa Road, Gypsum, CO 81637 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($x.00% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 2004 Guardrail Project NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 10th day of May 2004 <~ ~~ Attest { 1.. (Witness) K. Cobb, Denver, Colorado Ideal Fencing Corporation (Principal) (Seal) :T~s ~. (Title) .E3oc,~~~.rr:~rysn Fid lity and Deposit Company of Maryland (Sur ty) (Seal) (Title) Pamela J. H sen ,Attorney-in-Fact CONFORMS WITH AIA DOCUMENT A310 • BID BOND .AIA' • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $_waived .This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1 % of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar yeaz. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to bean act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 -0050749.doc Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S~te~~tlaryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of u it~s~~t~ y Article VI, Section 2, of the By-Laws of said Companies, which are set forth on the reverse s' t°'~~ arierel~.y-e~~A~ied to be in full force and effect on the date hereof, does hereby nominate, constit c~uL'y~n, a~e'PXJ. HANSEN, Florietta ACOSTA, Donald E. APPLEBY, K ' ~~!~~~~~~ fl~I~t-ia? KBURN, J.R. RICHARDS, Douglas J• ROTHEY and Cynthia Mi_ F~~'f D~ ~~,~`ACH its true and lawful agent and Attorney-in-Fact, to make, ~c ,st~- ~`e~ive ,~r i b a~lf as surety, and as its act and deed: any and all bonds and undert ~s,~° the ~ecu ~ dl~ltN~irstor undertakings in pursuance of these presents, shall be as binding upon said Compani~~ ~ ~ `~ a`~}•tntents and purposes, as if they had been duly executed and acknowledged by the reaularl elected h man at its office in Baltimore, Md., in their own proper persons. c Y ~~ P Y The said Assistant S+ebre ry does hereby certify that the extract set forth on the reverse side hereof is a we copy of Article VI, Section 2, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this I nth day of April, A.D. 2004. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ~,~p DEPps~` ~ +i~bf4f Q M/M ° 8EAL v, t~90 t Nw11 ~~ W e ~/tiwr~.V ~/ _ By: T. E. Smith Assistant Secretary State of Maryland lss: City of Baltimore f Puul C. Rogers Vice President On this 13th day of April, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals aftixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and aftixed my Official Seal the day and year first above written. o~a~~s a. tGyo~y ...~.b ~ava~~' Derrnis R. Hoyden Notary Puhlic My Commission Expires: February 1, 2005 POA-F 020-0600A ROAD & BRIDGE DEPARTMENT GENERAL CONDITIONS Contractor shall provide and pay for labor, materials, equipment, tools, utilities, permits, licenses, transportation, and other facilities and services necessary for proper execution and completion of the Work. 2. If Contractor fails to obtain the tax exemption(s) applicable to public works projects from sales, consumer, use and similar taxes, Contractor shall pay the same. Owner will cooperate with Contractor to obtain tax exemption for this project. 3. Contractor shall be responsible for having taken steps reasonably necessary to ascertain the nature and location of the Work, and the general and local conditions which can affect the Work or the cost thereof. Any failure by Contractor to do so will not relieve him from responsibility for successfully performing the Work without additional expense to the Owner. Owner assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, employees or agents prior to the execution of this Agreement, unless such understanding or representations are expressly stated in the Agreement. 4. Before commencing activities, Contractor shall: (1) take field measurements and verify field conditions; (2) carefully compare this and other information known to Contractor with the Agreement; and (3) promptly report errors, inconsistencies or omissions discovered to Owner. 5. Contractor shall supervise and direct the Work, using Contractor's best skill and attention. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures, and for coordinating all portions of the Work. 6. Contractor, as soon as practicable, shall furnish in writing to the Owner the names of subcontractors and suppliers for each portion of the Work. 7. No charge shall be made by Contractor for hindrances or delays from any cause whatever during the progress of any portion of the Work, unless such hindrance or delay is caused in whole or in part by acts or omissions within the control of Owner. In any event, Owner may grant an extension of time for the completion of the Work, provided it is satisfied that delays or hindrances were due to causes outside Contractor's control, e.g., weather, or to acts of omission or commission by the Owner, provided that such extensions of time shall in no instance exceed the time actually lost to Contractor by reason of such causes, and provided further that Contractor shall have given Owner immediate (as determined by the circumstances, but not exceeding 48 hours) notice in writing of the cause of the detention or delay. 8. Contractor shall deliver, handle, store and install materials in accordance with manufacturers' instructions. 9. Contractor shall comply with and give notices required by all federal, state and local laws, statutes, ordinances, building codes, rules and regulations applicable to the Work. If the Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building codes, rules or regulations without notice to Owner, Contractor shall assume full responsibility for such Work and shall bear the attributable costs. Contractor shall promptly notify Owner in writing of any conflicts between the specifications for the Work and such governmental laws, rules and regulations. 10. The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs, including all those required by law in connection with performance of the Agreement. The Contractor shall promptly remedy damage and loss to property caused in whole or in part by the Contractor, or by anyone for whose acts the Contractor may be liable. 11. Contractor shall keep the premises/work site and surrounding area free from accumulation of debris and trash related to the Work. 12. Contractor shall furnish performance and payment bonds, each in an amount at least equal to the contract price as security for the faithful performance and payment of all Contractor's obligations under the contract documents. These bonds shall remain in effect at least until two years after the date of final payment, except as otherwise provided by law. Contractor shall also furnish other bonds as are required by the supplementary conditions. All bonds shall be in forms satisfactory to Owner, and be executed by such sureties as (a) are licensed to conduct business in the state where the project is located, and (b) are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of the authority to act. If the surety on any bond furnished by Contractor is declared bankrupt, or becomes insolvent, or ifs right to do business is terminated in any state where any part of the project is located, or it ceases to meet the requirements of clauses (a) and (b) of the preceding paragraph, Contractor shall within five days thereafter substitute another bond and surety, both of which shall be acceptable to Owner. 13. Contractor shall be solely responsible for the protection of the Work until its final acceptance by Owner. Contractor shall have no claim against Owner because of any damage or loss to the Work, and shall be responsible for the complete restoration of damaged Work to its original condition. In the event Contractor's Work is damaged by another party, not under his supervision or control, Contractor shall make his claim directly with the party involved. If a conflict or disagreement develops between Contractor and another party concerning the responsibility for damage or loss to Contractor's Work, such conflict shall not be cause for delay in Contractor's restoration of the damaged Work. 14. Contractor's Insurance: The Contractor shall purchase and maintain such insurance as will protect him from claims set forth below which may arise out of or result from the Contractor's operations under the contract, whether such operations be by himself, or by any subcontractor, or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. All such insurance shall remain in effect until final payment, and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work. In addition, Contractor shall maintain such completed operations insurance for at least two years after final payment, and furnish Owner with evidence of continuation of such insurance at final payment and one year thereafter. Insurance coverage shall be as follows: Claims under Workmen's Compensation, disability benefits, and other similar employee benefit acts, with coverage and in amounts as required by the laws of the State of Colorado; Claims for damage because of bodily injury, occupational sickness or disease, or death of his employees, and claims insured by usual personal injury liability coverage; Claims for damage because of bodily injury, sickness, disease, or death of any person other than his employees; and Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom; Contractor's Liability Insurance issued to and covering the liability for damage imposed by law upon the Contractor and each subcontractor with respect to all Work performed by them under the Agreement; Contractor's Protective Liability Insurance issued to and covering the liability for damages imposed by law upon the Contractor and each subcontractor with respect to all Work under the Agreement performed for the Contractor by subcontractors. Completed Operations Liability Insurance issued to and covering the liability for damage imposed by law upon the Contractor and each subcontractor arising between the date of final cessation of the Work, and the date of final acceptance thereof out of that part of the Work performed by each. Comprehensive Automobile Insurance: All liability and property damage insurance required hereunder shall be Comprehensive General and Automobile Bodily Injury and Property Damage forms of policies, as the case may be. The Contractor shall in addition, and in the amounts required under the above, obtain protective Liability Insurance issued to and covering the liability for damages imposed by law upon the Owner with respect to all operations under the construction contract by the Contractor or his subcontractors, including omissions and supervisory acts by the Owner. Builder's Risk Insurance: Insofar as the Work to be performed under this contract consists entirely of new construction removed and separated from any existing facility used by Owner, Contractor shall procure and maintain, for the duration of the Work of this project, Builder's Risk Insurance, including the perils of fire, extended coverage (loss due to vehicles, explosion, wind, flood, riot, etc.), vandalism and malicious mischief, and special extended coverage (loss due to falling objects, collapse, water damage from faulty or leaking systems, etc.) in the full amount of the contract price plus the cost of authorized extras. Said amount of insurance coverage shall be considered to cover the insurable value of the Work under this contract which is considered not to exceed one hundred percent ('! 00%) of the amount of this contract and authorized extras. Such policy shall not insure any tools or equipment, or temporary structures erected at the site and belonging to any person or persons, or their subcontractors who are obliged by contract with the Owner to do Work on the projects. Comprehensive Risk Policy Option: In lieu of the several policies specified for Contractor's Liability Insurance, a comprehensive liability and property damage insurance policy inclusive of all the insurance and requirements herein set forth, subject to the approval of the Owner, will be permissible. Insurance covering claims for damages to persons or property shall at a minimum provide coverage of the larger of (i) $500,000 each person/$1,000,000 each occurrence, for bodily injury and $600,000 each occurrence for property damage, (ii) the maximum liability of a local government provided in the Colorado Governmental Immunity Act, 24-10-101, et seq., CRS (1973) as that may be amended from time-to-time, or (iii) such greater amount(s) as may be required by law. Insurance shall be placed jointly in the names of the Owner, Contractor, and any and all subcontractors, and any and all others obliged by contract with the Owner to do Work on this project, and, at the Owner's option, any other person or persons whom the Owner deems to have an insurable interest in said property, or any part thereof, payable as their several interests may appear. Any proceeds obtained from insurance provided for by this paragraph shall be paid to and held by the Owner as trustee. The Owner shall have the right to withhold payment of such proceeds until such time as the Work destroyed or damaged and covered by such insurance shall be reconstructed and shall pay such proceeds on an installment basis similar to that provided for by progress payments covering the original Work. Certificates of Insurance: Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work. These Certificates shall contain provisions naming the Owner as an additional insured under Contractor's insurance, as more fully required by the General Conditions herein, and that coverage afforded under the policies will not be canceled until at least thirty days prior written notice has been given the Owner. Contractor and his subcontractors shall not permit any of his subcontractors to start Work until all required insurance have been obtained and certificates with the proper endorsements have been filed with the Owner. Failure of the Contractor to comply with the foregoing insurance requirements shall in no way waive the Owner's rights hereunder. 15. Owner, at its option, may purchase and maintain such liability insurance as will protect him against claims which may arise from operations under this contract. Purchasing and maintaining such insurance, however, will not relieve the Contractor from purchasing and maintaining the insurance hereinbefore specified. 16. Before permitting any of his subcontractors to perform any Work under this contract, Contractor shall either (a) require each of his subcontractors to procure and maintain during the life of his subcontracts, Subcontractor's Public Liability and Property Damage Insurance of the types and in the amounts as may be applicable to his Work, which type and amounts shall be subject to the approval of the Owner, or (b) insure the activities of his subcontractors in his own policy. 17. To the fullest extent permitted by law, Contractor shall indemnify and hold harmless Owner, its board, commissioners, employees and the agents of any of them, from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 18. After execution of the Agreement, changes in the Work may be accomplished by Change Order of by order for a minor change in the Work. Owner, without invalidating the Agreement, may order changes in the Work within the general scope of the Agreement consisting of additions, deletions or other revisions. a. No Change Orders or other form of order or directive which requires additional compensable work to be performed may be issued or be effective unless accompanied by a written assurance to the Contractor that lawful appropriations to cover the costs of the additional work have been made. b. A Change Order shall be a written order to the Contractor signed by Owner to change the Work. c. Owner will have authority to order minor changes in the Work not involving changes in the Contract Price or the Contract Time. Such changes shall be written orders and shall be binding on the Contractor and Owner. Contractor shall carry out such written orders promptly. 19. ~ Progress Payments: If the project is subject to progress payments, not more often than once a month, Contractor shall submit to Owner an application for payment filled out and signed by Contractor covering the work completed as of the date of the application, and accompanied by such supporting documentation as Owner may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the work, but delivered and suitably stored at the site or at another location agreed to in writing, the application for payment shall also be accompanied by such data, satisfactory to Owner, as will establish Owner's title to the material and equipment, and protect Owner's interest therein, including applicable insurance. Each subsequent application for payment shall include an affidavit of Contractor stating that all previous progress payments received on account of the work have been applied to discharge in full all of Contractor's obligations reflected in prior applications for payment. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. Owner will, with ten days after receipt of each application for payment, either indicate in writing a recommendation of payment, or return the application to Contractor indicating in writing its reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the application. Owner shall, within twenty days of recommendation of payment, pay Contractor the amount recommended. 20. Final Payment: Upon written notice from Contractor that the work is complete, Owner will make a final inspection with Contractor, and will notify Contractor in writing of all particulars in which this inspection reveals that the work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. After Contractor has completed all such corrections to the satisfaction of Owner, and delivered all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, marked-up record documents or as-built drawings covering all of the Work, Contractor may make application for final payment following the procedure for progress payments. The final application for payment shall be accompanied by all documentation called for in the contract documents, and such other data and schedules as Owner may reasonably require, together with complete and legally effective releases or waivers (satisfactory to Owner) of all liens arising out of, or filed in connection with the work. In lieu thereof, and as approved by Owner, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, material, and equipment for which lien could be filed, and that all payrolls, material, and equipment bills, and other indebtedness connected with the work, for which Owner or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. If any subcontractor, manufacturer, fabricator, supplier, or distributor fails to furnish a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify against any lien. 21. Final payment shall not become due until Contractor submits to Owner releases and waivers of liens, and data establishing payment or satisfaction of obligations, such as receipts, claims, security interests or encumbrances arising out of the Work. Final payment is subject to the Final Settlement requirements and time periods set forth in C.R.S. §38-26-107. 22. Contractor 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 Owner at the time of payment free and clear of all liens, claims, security interests, and encumbrances (in these General Conditions referred to as "Liens"). 23. Contractor's obligations to perform and complete the Work in accordance with the contract documents shall be absolute. Neither the recommendation of any progress or final payment nor the payment by Owner to Contractor under the contract documents, nor any use or occupancy of the Work or any part thereof by Owner, nor any act of acceptance by Owner, nor any failure to do so, nor any correction of defective Work by Owner shall constitute an acceptance of Work not in accordance with the contract documents or a release of Contractor's obligation to perform the Work in accordance with the contract documents. 24. If Contractor fails to correct Work which is not in accordance with the Agreement, the Owner may direct the Contractor to stop the Work until the correction is made. 25. Contractor shall promptly correct Work rejected by Owner as failing to conform to the requirements of the Agreement and Contractor shall bear the cost of correcting such rejected Work. 26. Contractor warrants to Owner that: (1) materials and equipment furnished under the Agreement will be new and of good quality; (2) the Work will be free from defects not inherent in the quality required or permitted; and (3) the Work will conform to the requirements of the Agreement. 27. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. If, within one year after the date of completion, or such longer period of time as may be set forth in the Agreement (including the Bid), prescribed by law, prescribed by the terms of any applicable warranty given by a materials supplier or required by or a part of the Agreement, any Work is found to be defective, Contractor shall promptly, without cost to Owner, and in accordance with Owner's written instructions, either correct such defective Work, or, if it has been rejected by Owner, remove it from the site, and replace it with nondefective work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by Contractor. 28. If Contractor defaults or neglects to carry out the Work in accordance with the Agreement and fails within a seven day period after receipt of written notice from the Owner to correct such default or neglect with diligence and promptness, the Owner may, without prejudice to other remedies, correct such deficiencies. In such case, the Agreement may be terminated by Owner or a Change Order shall be issued deducting the cost of correction from payments due the Contractor. 29. The performance of the Work may be terminated at any time in whole, or from time-to-time in part, by Owner for its convenience. Any such termination shall be effected by delivery to Contractor of a written notice ("Notice of Termination") specifying the extent to which performance of the Work is terminated and the date upon which termination becomes effective. After receipt of a Notice of Termination, and except as otherwise directed by Owner, Contractor shall, in good faith, and to the best of its ability, do all things necessary, in the light of such notice and of such requests in implementation thereof as Owner may make, to assure the efficient, proper closeout of the terminated Work (including the protection of Owner's property). Among other things, Contractor shall, except as otherwise directed or approved by Owner: a. stop the Work on the date and to the extent specified in the Notice of Termination; b. place no further order or subcontracts for services, equipment or materials except as may be necessary for completion of such portion of the Work as is not terminated; c. terminate all orders and subcontracts to the extent that they relate to the performance of Work terminated by the Notice of Termination; d. assign to Owner, in the manner and to the extent directed by it, all of the right, title and interest of Contractor under the orders or subcontracts so terminated, in which case Owner shall have the right to settle or pay any or all claims arising out of the termination of such orders and subcontracts; e. with the approval of Owner, settle all outstanding liabilities and all claims arising out of such termination or orders and subcontracts; and f. deliver to Owner, when and as directed by Owner, all documents and all property which, if the Work had been completed, Contractor would be required to account for or deliver to Owner, and transfer title to such property to Owner to the extent not already transferred. In the event of such termination, there shall be an equitable reduction of the Contract Price to reflect the reduction in the Work and no cost incurred after the effective date of the Notice of Termination shall be treated as a reimbursable cost unless it relates to carrying out the unterminated portion of the Work or taking closeout measures. 1PHITE~~' ~~ DERBV o y RIVER of~ 4 ~ NATIONAL v ~ ~ , ti W FOREST ~~ o ~~ ~. __ ~~ . 0 ~ ° ""`" f fr ~~. `w O v: ~~` COLORADO RIVER R . '~4 1500 LF. GUARDRAIL 2-3E END SECTIONS M.M. 8.6 ,,.ww cy, gogo °~ . 4 ~ N a R~,R , I.M. 7.6 ~ ~ =COLORADO RIVER RD. 0 750 LF l ~ I 2-3 ~~ ~{ fFp o f EATEK ~ 94 1 a 0 UNT~ 1 ~ `~ ~~ >~.~ DY: ~~ ~ auaa com~nr - tllU D BiGD7ffiiII(C D1~~BT1FgiY GUARDRAIL LOCATION MA 2004 LEGEND STATE, COUNTY, OR TOII'IV JfAINTAINED ROADS F 7o INTERSTATE HIGHWAY 24 UNffED STATES HIGHWAYS 131 STATE HIGHWAYS ~~ DOTSERO g 70 O ~ r EAGLE R/VER ~' f~ U m ~YPSUk ~` ~ -.a ~, . ~'~ ~J}~ ~gry~ ~ tl `I Tb PSS R ~ ( A ,Q f M : ~ v COTTONWOOD ~ G0. RD PA55 ~ 4 MI~G N Q;S ROAD ,~, ~ ~-o ~~~~~f f~ ~4 °°, ~, li H I~T E '~ °: ,. ~~ T ~,, ~ ,; °~ VAIL qe Q _- ~ SS ~ s (E. `~ RD ~q/N ~ ~TI_" ~ ~`. a°S ' l Jam- CAT ~ tR. R0. J U R ~ $ ~°~ ~ GRAPHIC SCALE ~ L awo z °~ ~~ n~ 4 C ~Po,b \/~ c }`pa'w.- ~ ( IN FEET ) E ro. i V Sp J n Fo~K .m - NOTE: SOPRIS IJI~tIV.'"RO' `F,p`• 1) 1FIIS MAP IS A COMPILAnON OF MULTIPLE MAPS OF y L JEBELCHRISfINE ST4 ~ ~^~^m+ ~E,P DIFFERENT DEGREES OF ACCURACY AND SHOULD NOT BE oor4".~ ~. WRDUPE AREA ~ ~- ~ USED FOR ANYTHING OTHER THAN GENERAL PURPOSES. °•P BASALT .- , 0.YINGP - FAN T 2) ROADS SHOWN ARE EIniER PRIVAn: OR PUBLIC ROADS - - ~^^~ EAGLE COUNTY DOES NOT GUARANTY ACCESS 1'O, ON OR ACROSS niESE ROADS. i~ RATS ON 1 AS 1 ~i'N GUA DRAIL ~- BRIDGE NOTES: 1) 750 L.F. TOTAL SEE C. D. 0. T. M FOR DETAILS. 2) INSTALL 7' P0~ STRUCTURAL S 3) INSTALL THE Gl 30 "ABOVE FIB 3' OFF OF TH E 4) USE CORE 10 ~ // "- MKG I DAB 4/14/2004 ~'~,r f . ~ ~~ ~_1 'r PTS DRAfN,vc No.: COR/V99 E38 5~/EE7 4 OF 4 GUAI~DRAlL C NOTES: 1) 1, 500 L.F. T~ SEE C. D. 0. T. FOR DETAILS 2) INSTALL 7' f 3) INSTALL THE FINISH GRAD 4) USE CORE 1 i OLD BRIDGE PILLARS ~` 1 "=200' MKG I DAB. 4 ~ 14 X2004 ,~,, PTS DRAWING ND.: COR/V99 E38 srrt~r 3 of 4 GUAF~301 NOTES: 1) 1,600 L.F. SEE C.D.O. FOR D ETAI 2) INSTALL 3) INSTALL T~" FINISH GR~' 4) USE CORE oA~: 4/~. c.~sccKEU er.• - ORA{f1NG NO.: ~„ ~,,, , E38 S~IEET 2 ~ F z i GUkJgD INSTALL 500 L.F. OF GUARDR, NOTES: 1) 500 L.F. TOT SEE C. D. 0. T. FOR DETAILS. 2) INSTALL 7' F 3) INSTALL THE FINISH GRADE 4) USE CORE 1 C MKG oArE. 4/14/04 P TS ORAWINC NO.: M/SC I GUA E38 SHEET 1 pf- 4 ~~cE NOTE 3) GENE, .,-,~ NOTES 1~ iLOPE DEPEND'i ON GUARDRAIL LOCATION: DRAIL FACE .": FT. OR LESS FROM THE NORMAL EDGE OF PAVED . ~?, CONTINUE THE RATE OF SLOPE OF THE NORMAL PAVED SHOULDER JRE4KPOINT. 2DRAll FACE !TORE THAN 2 FT. FROM THE NORMAL EDGE OF THE PAVED * 27" d, TI1E SLOPE;~HAIL BE 10:1 OR FLATTER. NORMAL EDGE OF 21" ;IFIED ON THE PLANS, EXTEND A 2 IN. MINIMUM THICKNESS PAVED SURFACE TO PAVED SHOULDER dD THE GUARrh2gIL POSTS OR TO THE EROSION CONTROL CURB AS SHOWN ON PLANS. 1NG & PATC~;lNG OR OTHER APPROVED METHOD SHALL BE USED TO MINIMIZE DAMAGE D 'D SURFA'~CES•UNDER GUARDRAIL INSTALLATIONS. COST FOR ALL REPAIRS TO THE WiL! NOT 8: MEASURED AND PAID FOR SEPARATELY BU7 SHALL BE INCLUDED IN - THE WORK: A MINIMUM 3 IN. THICK FIBER REINFORCED CONCRETE PAVEMENT MAY "D FOR PA1n.,yG BENEATH THE GUARDRAIL INSTALL POST IN A % IN. OVERSIZED EARTH SHOULDER c FOR RAIL"$UNS AND TERMINALS AS DIRECTED. PAYMENT FOR THIS PAVED SURFACE OR 2" MIN. HBP ~ UNDER A ;PAVEMENT OR CONCRETE PAY ITEM WITH QUANTITIES SHOWN ON THE PLANS. (SEE NOTE 2) 6~ POST GUARDFWIL:~FFSET FROM PAVED SHOULDER EDGE SHALL BE: ;HOULDET;S 8 FT. OR WIDER NORMAL ROADSIDE'HDULDERSa Fr. oR LESs Ff: GUARDi~;IL TO SHOULDER OFFSET IS DESIRABLE BUT N07 REQUIRED FOR: W~IEN FJI I RFOt IIF~IF dG4WAY W{l'1.1 DESIGN SPEED OF LESS THAN 50 MPH. MINIMUM OFFSET * FOR OVERLAY PROJECTS, RESET OF GUARDRAILS 0 ~• FRAM ~ WIDTH PAVED SHOULDER OR 4 FT. FROM TRAVELED WAY. ARE REQUIRED IF H < 24 IN. ' ONE-Lti~E RAMP AND: N-OFTSc? GUARDRAIL BEGINS AT LEAST 100 FT. BEYOND RAMP NOSE. DN-OFFS? GUARDRAIL IS NOt LOCATED ON THE RAMP EXIT OR ENTRANCE CONNECTION 70 THE MAJOR HIGHWAY. * MP SSiOtj,DERS ARE 4 FT. OR WIDER. ~ 27" TYPE 6 CURB ' THAN:ITINIMUM OFFSET DIMENSIONS IS ENCOURAGED TO MEET THE I NOTE 7) OF PU4~NG THE GUARDRAIL AS FAR AS POSSIBLE FROM THE TRAVELED (~ 1) 1 ~q SHORT ~1.STANCES, WHILE PROVIDING A SMOOTH CHANGE IN GUARDRAIL (SEE NOTE 2) (SEE NOTE 5) RAIL FACE TO 8E AT OR !N FRONT OF CURB FACE (SEE NOTE 7) . 27" 8E PROVIDED BETWEEN THE BACK OF THE GUARDRAN_ POST AND . USE i FT. GUARDRAIL POSTS. REFER TO THE "RESTRICTNE ATION' DETAIL •AV TIC PLANS, INSTALL 4 1N. HIGH TYPE 6 CURB WITH RS FACE AT OR BEHIND 4 AN A).TERNATNE WHEN SPECIFlED ON THE PLANS, INSTALL A ? IN. x 6 IN. M 1J'~ WOOD CURB FASTENED WITH A 4 IN. LAG BOLT AND WASHER -ST, C~ WffH A ~ IN. DIA. BOLT WffH WASHER AND NUT AT EACH STEEL POST. RY. ITl,30D CURB IS SPECIf1ED, IT WHl BE INCLUDED IN THE COST OF THE GUARDRAIL IiE E1•:t;1NEER, A 2 IN. x 4 IN. TREATED WOOD CURB MAY BE SUBSTRUTED CURT AND SET ON TOP OF PAVEMENT SURFACE AND ATTACHED AS DESCRIBED ABOVE. BE .;LLOWED IN WOOD CURBS. ADJACENT BOARDS SHALL BE BUTTED TOGETHER POST LOCATKlN. JOINTS SHALL BE LOCATED AT THE POSTS. OPTION A - OMT?~"D IN A GUARDRAIL RUN, SUCH AS AT A PIPE CULVERT R. IiiE. W-BEAM RAIL SPANNING THE OMITTED-POST GAP SHALL BE N4FED IN'THE OTHER) AND SHALL EXTEND~A MINIMUM OF 6 FT.-3 IN. T}T.GAJ'. USING 12 FT.-6 IN. RAIL SECTIONS. ONE OMITTED POST, 'E ,i3i^ATION, REQUIRES 25 FT. OR 37 FT. - 6 IN. OF NESTED RAIL URBAN ROADSIDE INSTALLATIOt~T'1'~I~ED Posr DETAIL oN THIS SHEET. OMITTED-POST GAP UR? TREATMENTS AT GUARDRAIL TERMINALS, _ , RS = RAIL S~PU~CE, RS d,r'R-TO-CENTER POST SPACING ~ - _- s ~ !~, ~A710N SPACING NESTED RAIL ~1r,'PT ~110!`!S 6 -3" NESTED RAIL AT OMITTE~= ~~-- - sEE sHEETs (SEE NOTE 6) ;r;,I,4E APPROACH 10 & 15 . ~_ Colorado Department of Transportation ~ () 7' 4201 East Arkansos Avenue ~~~ Denver, Colorado 80222 ^~~~ Phone: (303) 757-9083 FAX: (303) 757-982( Drr~ionF T1c„olnnmAnt Rrnnr^h SD ~~ Q STANDARD PLAN N 0 . M-606-1 Sheet No. 1 of 15 'S )OD BLOCKS SHAD BE CUT FROM THE SAME CROSS-SECTION, SPECIES, 3 t/4" 16" TWO 16d GALV.'D GRADE AND SHALL RECEIVE THE SAME PRESERVATIVE TREATMENT NAILS (TYPICAL) THE POSTS WHEN WOOD POSTS ARE USED. -~ -ER£NCES SUCH qS "PDBOI", "PDE01", AND "PWE01" _ _ _ _ 14" THIS STANDARD ;PECIFY HARDWARE DETAILS ARE FROM "A GUIDE TO BLOCK NDARDIZED HIGHWAY BARRIER HARDWARE" PREPARED BY THE HTO-AGC--ARfBA JOINT COOPERATNE COMMITTEE. 5/8 " DIA. x 18" BOLT 5/e " HEX NUi „HED RAIL BLOCKOUTS MANUFACTURED FROM SYNTHETIC MATERIAL IN 3/4" HOLE AND WASHER BE ACCEPTED AS ALTERNATNES TD WOOD N07CHED BLOCKS WOOD POST USE WITH STEEL POSTS PROVIDED THAT 7HE BLOCKOUTS HAVE NED fHWA APPROVAL AND ARE CERITFlED AS IDENTICAL TO THE iMENS USED FAR TESTING AND APPROVAL. REFiECTOR 7AB (SEE NOTE 8) 5/e" DIA x 18" BUTFON HEAD BOLT WOOD pQ$T AND THRIE~BEAM GUARDRAIL Posrs SHALL BE MANUFACTURED HTO M27Ef (,gS7M A709) GRADE 36 STEEL UNLESS CORROSION (DIMENSIONS SHOWN ARE FOR NOMINAL REQUIRW ;IN WHICH CASf THE POST SHALL BE MANUFACTURED ~fff0 M21C~ (ASTM A709) GRADE SOW STEEL THE DIMENSIONS ROSS-SECjION SHALL CONFORM TO A W6 x 9 SECTION AS DEFlNED M16O (ASTM A6). W6 x 8.5 WIDE FIANCE POSTS ARE AN * NOTE: AN ADDITIONAL HOLE SHALL BE PROVIDED E ~-TERN~TNE dHAT IS CONSIDERED EQUNALENT TO THE IN POSE TO FACILITATE FUTURE RAISING OF THE RAIL FOR OVERLAYS. 3 ~/a" 5/g" DIA. x 10" BOLT RJ 3/4" HOLE -~ 5/g" NEX NUT ANO WASHER 14" - NOTCHED BLOCK W6 x 9 POST 8" 14" NOTCHED BLOCKS 5/g" DIA. x 10" BOLT IN 3/4 ` HOLE POSTS SHALL, BE MADE OF TIMBER WfTH AN EXTREME FlBER STRESS NDING OF 12C0 psi. STRESS GRADING AND POST DIMENSIONS SHALL BE IN ;ORDANCE WITH THE RULES OF THE WEST COAST INSPECTION BUREAU OR DUTHERM PINT BUREAU OR THE WESTERN WOOD PRODUCTS ASSOCIATION. FOR POSTS SHALL BE ETTHER ROUGH SAWN (UNPUNED) OR lURFACED FOI1,R SIDES) WITH NOMINAL DIMENSIONS• INDICATED. 'ENE TYrE OF SURFACE FlNISH SHALL BE USED FOR POSTS AND I`UTS IN ANY ONE CONTINUOUS LENGTH OF GUARDRAIL 'RE TRFA1MEa(T OF POSTS AND BLOCKS SHALL BE IN ACCORDANCE ~SHTO M733 EXCEPT T1iAT BLOCKS NEED NOT BE INCISED. dATION ASSAY RETENTION REPORTS SHALL BE FgWARDFO rn :INFER: ZRE~ CONTRACTOR SHALL CERTIFY THE SPECIES AND GRAPE E REQUIREMENTS OF THE CONTRACT. SECTION IS CU7 AND ALL HOLES ARE DRILLED OR PUNCHED 'ANENT Sfu1LL BE ZINC-COATED ACCORDING TO AASHTO M111 t/1) UNLESS CORROSION RESISTANT STEEL Is USED. WHEN RESISTANT STEEL 15 USED 1HE PORTION OF THE POST TO BE ~N SOIL SHALL BE ZINC-COATED ACCORDING 10 AASfiTO M111 AND TIE PORTION ABOVE THE SOIL SHALL NOT BE J, PAINTED OR OTHERWISE TREATED. STEEL POST & NOTCHED I~t=-e (NOMINAL DIMENSIONS ARE SHOWN FOR 7HE POST ~~~ tIER Colorado Department of Transportation 07' 4201 East Arkansas Avenue ..~.~~~"" Denver, Colorado 80222 " =~ ~`~'~~ Phone: (303) 757-9083 FAX: (303) 757-9820 D(PMN.(TI• Df iRlNS"DRT~RDN Project Development Branch SD ( Path: www.di ,STANDARD P Drawing F ~ LAN N0. Acad Versic 11'1 _ 6 0 6 -1 Sheet No. 2 of 15 r/ V ~----- I i 27 1~2 " ~ -• - 2" 81/2 » ~ PART ~~ 10" ~ - --_ - W-BEAM RAiL & TERMINAL SECTIONS 3/4" x 2 1/2' POST 33/8» FOUR Zg/32" x 11/8 ._ 61 MUST MATCH 4 OUTEI BASE F'LATE ' RAIL SPLICE SLOTS. ~- ~*I' ~ NUTS, BOlr~~k ~~ SNDS FOR 121/4" i~---- ~ i/~ Its:- 14" Gt'NERAL U~ 6 ~, /B i~~ ~ HIGH STRENr;,*f1 MATERIAL GALVANIZING CORROSION- SPEC. SPEC. RESISTANT SPEC. AASHTO M 180, AASHTO M 180, AASHTO M 1130 CLASS A OR 8 TYPE 1 OR 2 , }YPE 4 ASTM A 36 ~ AASHTO M 111 ASTM A 307 AASHro M 232, BOLTS do NUFS ASTM A 325 CLASS C HIb'H S7R1715;}I ASTM A 449 OR (RWEOta) STUDS ~ Nl~i~ TERMINAL SECTION (FLAREDRODND WASHERS A~ F 436 '~M B 695 REEfNJ6HL4? CLASS 50 WASHERS ~ AASH70 M 180 30" )1HER FliTlt•.GS ASTM A 36 AASHTO M 111 .~ 3. 9 1/2 j . -'I 3" . T E TABULATION OF GUARDRAIL WILL sPECIFr THE TYPE OF ' ~ ION PROTECTION: GALVANIZED OR CORROSION -RESISTANT 3 3/e 3/4 "x 21/2" POST ~ SfEE1 POSTS SHALL HAVE THE SAME CORROSION ~~ x/32 x 3" ~ PFXITECTION AS SPECIFIED FOR THE MEiAt. BEAM RAIL PUNCHING, 71/4" MATCH RAIL SPLICE SU DF~I.UNG, OR CUTTING WILL NOT BE PERMITTED AFTER GALVANIZING. ~c~ 12 1/6 1 9 _ ~ // . ~ 11/ts " x 1" SLOTTED HOLE - 1 1 31 13/a - 2" f TERMINAL SECTION (CONNEC" - 3/16 " (0.164" MIN.) ,~ 2 5" 3/4 REFLECTNE ~ 11 ~/ SHEETING >~: /1s 1" IN-(ENDED USE • ~: 1» 2" ~ ALL RAIL SPLICES \2 3/4" 3" I dl~l-~ BLOCK & POST (TIMBER) REFLECTOR TAB )L1L~ BLDCK & POST (TIMBER) REFLECTOR TABS SHALL BE MANUFACTURED FROM 12 N ;;;ETCHED BLOCK TO STEEL POST 14 GAUGE STT_EL. REFLECTNE SHEETING SHALL CONE ~ _ TO ASTM D4956 TYPE III. SEE NOTES ON SHEET 2 ~~ --- ROUNDED CORNERS - ~/4 ti/e R 1~6 x 1" SLOTTED tfi (~R03) sa'f 5• ' ~ RECTANGULAR WASHER ~~ g~32 11/ • (70 BE USED ONLY WHERE SPECIFIED.) Colorado Department of Transportation Q 7' 4201 East Arkansas Avenue ~ ~~~~~ Denver, Colorado 80222 ~~~""~~ Phone: (303) 757-9083 FAX: (303) 757-9f o=awn=.* w m,ws.or.re•. Project Development Branch Sl N.A AASHTO-AGC-ARIBA I N0. BOLTS, NUTS STANDARD NUMBER 6c WASHERS F8B01 - ~ $ PER SPLICE ' FBB04 1 PEP. POST FBB05 1 PER POSE F8803 1 PER BLOCK E 3 STANDARD PLAN NO. M-606-1 ryer 1, 2000 Sheet No. 3 of 15 i~ 271/2"~ - . 2" 81/2 " ~T PART MATERIAL GALVANIZING CDRROSION- I SPEC. SPEC. RESISTANT ~~ 1 p• SPEC. =- ~ W-BEAM RAIL & AASHTO M 180, AASHTO M 180, AASHTO M 1$0, TERMINAL SECT70NS CLASS A OR B TYPE 1 OR 2 TYPE 4 3/q" x 2 1/y' POST 33/B~ FOUR 29/32" x 11/~ --- 61/d" MUST MATCH 4 OUTS BASE PLATE ASTM A 36 AASHTO M 111 ' RAIL SPLICE SLOTS. N.A ~ ~'~ ~ NUTS, BOLTS k 1 .. , ;~ 1: ~ SiUDS fOR ASTM A 307 - 12 /q T- _ ~ i~~ ~~~l~ 14 GENERAL U~ 61/8" L I,i~~ ~ HIGH sTRENr7}I AASH70 M 232. E10LTS ~C NLII'S ASTM A 325 CLASS C HIGH STRE?El;'1-I ' (RWE01a) ~~ ~ NI~iS ASTM A 449 OR TERMINAL SECTION ~F,L,gRECROUND STEE>c ASrM ~r~_,WASHERS ABM F 436 B 695 ~~ CLASS 50 WA5HERS ~ AASNTO M 180 30" --y i~ ~~GS A57M A 36 AASHiO M 111 3" 8 i/2 ff"-' ' ~I 3" P~ TAE3ULAnON OF GUARDRAIL wn.L SPECIFr THE TYPE OF ' ~~ROSION PROTECTION: GALVAWiZED OR CORROSION -RESISTANT 3 3/B 3/4 x 21/2 ?~ & STEEL POSiS SHALL NAVE THE SAME CORROSION EIGHT x/32 x 3" S ~PF~TEL'TION AS SPECIFIED FOR THE METAL BEAM RAIL PUNCHING, 7 t/q " MATCH RAIL SPLICE SL DF~.UNG OR CUTTING WILL NOT BE PERMITT o ~I 12 1/4 T_ //~ /~ ~X I . s 1/e o ~ ~ 1 3 4' 4. 2 r TERMINAL SECTION (CONNEC t 1/1 s ' x 1" SLOTTED HOLE -'/ts " (0.164" MIN.) Colorado Department of Transportation, Q 7' 4201 Eost Arkansas Avenue ~ ~~_~ Denver, Colorado 80222 ^~~~~~~ : Phone: (303) 757-9083 FAX: (303) 757-9f Project Development Branch SL v 5" ~REFLECIA SHEETiN ~2 3/q". ED AFTER GALVANIZING. (FWRO3) RECTANGULAR WASHER (70 BE USED ONLY WHERE SPECIFIED.) i INTENDED USE AASHTO-AGC-ARIBA N0. BOLTS, NUTS STANDARD NUMBER. do WASHERS I_ _ ALL RAIL SPLICES T BEN&LF BLOCK & POST (TIMBER) • REFLECTOR TAB 'n1~~ BLOCK & POST (TIMBER) REFLECTOR TABS SHALL BE MANUFACTURED FROM 12N!i3TCHED BLOCK TO STEEL POST 14 GAUGE STEEL. REFLECTIVE SHEEITNG SHALL CONF' TO ASTM D4956 TYPE Iil. SEE NOTES ON SHEET 2 ~' ROUNDED CORNERS t/4" ±t/g" R t~s x 1" SLOTTED N C90't 5' ' \ _..wFF~~ t/32 It/Z FBB01 - ~ 8 PER SPLICE ' FB804 1 PEP. POST FBBOS i PER POST F8803 1 PER BLOCK E 3 (STANDARD PLAN N0. ,per ~, 2000 M-606-1 Sheet No. 3 of 15 12 SPAN STRUCTION h TO NEAREST 12'-6" 3D _^ ^ ^ 3' VARI~ f 10:1 OR ~,i ~,%SHOULDER~~~% ~~~,~~%%i GENERAL NOTES 1. THE 2 :T. OFFSET FROM THE EDGE OF THE PAVED SFIOULCER TO THE FACE OF THE GUARDRAIL (FOR SHOULC~ERS 6 FT. OR LESS IN WIDTH) IS DESIRABLE BUT NCT MANDATORY WHEN 7HE ROADWAY DESIGN SPEED IS LES9..THAN 50 MPH. THE MINIMUM OFFSET OF GUARDRAIL FROM THE EDGE OF TRAVELED WAY IS 4 FT. "a" IS THE EDGE OF AN 8 F• OR 10 FT. SHOULDER. "b" IS THE EDGE OF AN 6 FT. OR LESS SHOULDER. SEE NOTES AND DETAILS ON SHEETS 1, 13, & 15. ONE-WAY 2. 7HE TYF?E 3G OR 3H TRANSITIONS (i.e. SHEET 10) Sf~ALL 3E USED TO CONNECT A TYPE 3 W-BEAM TO Spy A TYPE4 OR TYPE 7 CONCRETE BARRIER OR TO A TYPE 4, 7, 8, -37.5' N OBSTRUCTION N- OR 10 .BRIDGE RAIL. FOR A TRANSITION FROM A ROADWAY Fi OR TO NEAREST TYPE 3 °yV-BEAM TO A BRIDGE RAIL TYPE 3 WIT~i BACKING TUBES, NFT _ 12'-6" THE 7R.~NSITION TYPE 3L SHOWN ON SHEET 15 SHALL BE USED. - ^ ^ ^ 3' 3• "TR" lM1'ILL BE 18 Fr.-9 IN_ FOR 7HE TRANSITIONS TYPE 3G AND 3H, AND 25 Ff. FOR THE TRANSITION TYPE 3L. ~' -z VARIES i 10:1 OR Fl 4• "FT" IS THE END ANCHORAGE (FLARED) AND "NFT' 1S THE END ANCHORAGE (NONFLARED). HOULDER ~% ~j ~• ~~~ i ~ i5• THE GUARDRAIL LENGTH DIMENSION "N" IS 7HE LENGTH AS utirJ2MINED BY THE LENGTH OF NEED COMPUTATION AND IS -SHOWN ON THE PLANS. THE MINIMUM IS 12 Ff.-6 fN. - 1W0-WAY WHF_RE SFfE CONDITIONS ALLOW. THE OVERALL REQUIRED LENGTH OF NEF~ CAN INCLUDE THE LENGTH OF TRANSITION, THE LEhdGTH OF RAIL (N), AND ANY REDIRECTIVE LENGTH IN THE RAIL END TREATMENT. GUARDRAIL FOR ROADSIDE OBSTF 37.5' 37.5'• FT OR DRNEWAY Fl OR NFf NFf 2' CLR. 3D RADIUS 'TO FIT b ~ ~ g ~ FlELD GONDITIONS . SHOULDER (MIN. R = 8.5 Fi:) FT 0R NF7 _ ~ ~ ~~T- >EED 6._3. J LAYOUT FOR DRIVEWAY APF NARROW STRAIGHT FLARE FROM 6'-3"-- BR~ E~~-- - - - . -TWO-WAY ~~ . ~ , TR 50' * 37.5' TANGENT FT 87.5' 2-WAY NARROW APPf Colorado Department of Transportation Q 7' 4201 East Arkansas Avenue Potlt: ®®~ Denver, Colorado 80222 ®~ Phone: (303) 757-9083 FAX: (303) 757-9820 Drav OE~.PTb.7:1 F TP .Y~p11AlPY Project Development Branch SD Acad W SEE PLANS v FOR RAIL m LENGTH .5" ~ w t1 -1 6`-3" Ar~~~ ~ , ~ Ff y ~ ~ OR NF7 APPROACH ROAD THAT f5 IMPRACTICAL. TO RELOCATE 162.5' GUARDRAIL TYPE 3 WITH BLOCKED OU7 P05TS SPACED AT 37 FT.-1/2 IN. FROM STRUCTURE AROUND CURVE, 125'* INTERRUPTED STRUCTURE APPROACH (USE TYPE 3J ON SHEET 11 WHEN PRACTICAL) 1~1-606-1 o S~ieet 1Vo. 1~ of 15 POST N0. 2 I.~-- 6'-3" - 6" x 8" x 6' WOOD _~12„ ~ 16"----~ SECTIONG(COt BREAKAWAY POST. ~i • -,,, I 4„ 4,. 4„ ~ 2„ . I H_,}___~.i f _~ ~ _~ ~'_~_'1~ E SHEETS 1 - rTAfLS ~~ANCHOR PLATE ~' I I 1 I 27" I'EVISIONS M- 6C ANDARD IYGJD POSTS WITH BLOCKS SHALL BE USED FOR POSTS 3 THRC DIA. x 1%~~ HEX HEAD BOLT OF THE TYFE 3E END ANCHORAGE. POSTS 1 ANO 2 SHALL BE 6" x 8" 'EAKAWAY FASTS •(WITH 23/8' ~ HOLE) AND WITHOUT BLOCKS. ~~~ - ==emu eJ ~-_-~ "'---i--- i 6"--I~ ~ ~ -- - . _ .3~"~. 123/8 DIA_ -- HOLE T ! ~" rt ~trt 11~.1~11 3, ~ 8.. I l a I 1 1 1 I ''~ CPAONAL FOUNDATION TO 7HE CONCRETE FOOTING FOR POSTS I & 2 h -~ STEEL 'TUBE WITH 5 1/2" x 7 1/2" POSTS AS SHOWN ON SHEET 8. 7h ^'^JTRACTOR -,tigY CONSTRUCT EITHER 7HE CONCRETE, OR STEEL TUBE FOUND, . =JyEVER, THF~ S,gME TYPE OF FOUNDATION SHALL BE USED FOR BOTH POS __~ 2 IN AN INSTALLATION. TYPE 3E' NOSE MAY EITHER 8E A SfNCLE PIECE, OR 17 MAY CONSIST OF ~gE-E~MINAL SECTION (BUFFER), RE-7-79 AND A TERMINAL SECTION (CONNECT 7)-'3-7s. IN EITHER CgsE, TWO DIAPHRAGMS SHALL BE INCLUDED AS SHON -•-•71MBER WEDGE ~S MAY BE BOLTED OR WELDED INTO THE NOSE. /~v- (SEE NOTE 9) LENT FOR THE ADDED EMBANKMENT (APPROXIMATELY 60 CU. YDS) FOR T 2" I.D. x 6" STCE SHALL BE AS FOLL0IN~: PIPE SLEEVE 1NDER PAY ITEM 203 WHEN THE CONTRACT PLANS INCLUDE PAY ITEM 203_ 23/e~ ~ HOLE •L11Dt-() Ly THE COST OF END ANCHORAGE, TYPE 3E, ITEM 606 PAY ITEM F-34-76-BEN THE CONTRACT PLANS DO NOT INCLUDE PAY ITEM 203. ~ •N--r-I-~--~ PARABOLIC FLARE DIMENSIONS: j ~ ~ 1 ~ INSTALL POST IN %2 ~ OVERSIZ T NO.: 7 6 5 4 - 3 2 1 ~- ';"~"'~' "i"~ + FORMED HOLE (SEE NOTE 9)~li ONTAL: O.0' 6.25' 12.49' 18.72' 24.92• 31.09' 37.22' SIT: 0.0' 0.11' 0.45' 1.01' 1.79' • 3" CLEAR. TYP. f_ENGTIi: O.O' 625' 12.50' 18.75' 25.00' 31.25' 37.50' X24" DW. CONCRETE FOOTING ON POST NO. lv CABLE ASSEMBLY TO A 7AUT. CONDITION ON INIT ~ (SEE NOTE 3) ~I C1i~ECk REQUIRED, AND TAUT CONDITION RESTORED NFTNECE SARY,F 30 L ~____~6x6-W1.4 x W1.4 WELDED WIRE FABRIC CAGE ZER INSTALLATION OR BEFORE COMPLETKIN OF PROJECT. THE OUTSIDE ---itL HE TORQUED SECURELY AGAINST THE INSIDE NUT. 1 1 PE 3E ~ END ANCI,-~-FEET OF THE W-BEAM RAIL IN THE PARABOLIC FLARE MAY BE JNE 25 FOOT SECTION OR TWO 12'-6" SECTIONS. "'-- -- BAR 01:' PRESERVATIVE-TREATED TIMBER WEDGES ON THREE SIDES OF BREAKP4CED !N OVERSIZE HOLE, OR WRAP EMBEDDED PORTION "OF ORIGINAL LY ~lf3H POLYSTYRENE %y THICK, 70 FACILITATE POST REPLACEMENT. iTOPSO susease EMBM (SEE f• POINT OF SIOPEBSELECTION~NORM~ F/<< S ~ VIEW D-D ,NORMAL CATCHPOINT (DOES NOT CHANG ^, .. BREAKPOINT -. `, POST N0. 7-~ T~ - ~ 2~ 1. ~ 6 ~- FOR CURB LOCATION SEE NOTE 7 ON SHEET t.~ r'•o.oo' ''o.ll' r ----~ 0' IuI1N ~' NORMAL SHOULDER • 2' DESIRED / --6 SPACES (SEE SHEET 11) ' DO NOT USE RECTANGULAR WASHERS UNDER BOLT HEAD AT RAIL FACE ON TYPE 3E EN 1'~f kEX NUt FOR 5/e' BOLT 3/,e rHICK 15/.. STEEL PLATE ~ ~'~' '? ~ f .1 I x/32 \' %. eY NOTES FOR TYPE 3E 2 AND 3 FOR STANDARD TYPE 3 GUARDRAIL AND INSTALLA 5/e~ MACHINE BOLT•(8 REQUIRED) AND CUT WASHER ON FRONT FACE OF RAIL 5/a BOL T METAL W-BEAM GUARDRAIL ANCHOR PLATE D~ETAI~L (END PLATE NOT SHOWN) DEPARTMENT 0 O TRANSPORTATION GUARDRAIL TYPE 3 W - SEAM (TYPE 3E) ISSUED BY STANDARD PLAN N0. DATE STAFF DESIGN BRANCH ~-C06_ REVISED DATE: NOV. ~I, 1992 SHEET Jr OF T 2 RECOMMENDATION: