Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC20-443 Colorado Department of TransportationPage 1 of 7
Eagle County
Maintenance and Operations Routing #: 21-HA3-XC-03166
US 6 Multimodal Trail SAP #: 331002284
Region 3 (vjm) Project No: NHPP 0063-056 (22498)
CONTRACT
THIS CONTRACT executed, this ___ day of ________________ 2020, by and between the State of
Colorado for the use and benefit of the COLORADO DEPARTMENT OF TRANSPORTATION,
hereinafter referred to as the “State” or “CDOT”, and EAGLE COUNTY GOVERNMENT (“County”
or “Local Agency”), PO Box 850, 500 Broadway, Eagle, Colorado 81631-0850, CDOT Vendor #
2000124, hereinafter referred to as the “County” or the “Local Agency”; CDOT and the Local Agency
individually shall be referred to as “Part y”, and collectively shall be referred to as the “Parties.”
RECITALS
The Parties have collaborated for the construction of recreational multimodal path adjacent to US 6
from MM172.3 to MM173, 0.7 miles of a Colorado Department of Transportation highway (hereinafter
referred to as the “Project”); and
The Parties reco gnize the importance and benefit to their respective s ystems by each
Party’s operation and maintenance of portions of the Project; and
The Parties desire to agree upon the division of responsibilit y for their respective
maintenance and operation obligations for the multimodal path items constructed on the Project
(the “Work”) as described in Exhibit A; and
Each Part y is adequately staffed and suitably equipped to undertake and satisfactorily carry
out its operations and maintenance responsibilities under this contract; and
Required approval, clearance and coordination have been accomplished from and with
appropriate agencies; and
This contract is executed by the State under authorit y of Sections 43-1-106, 43-1-110,
43-1-201, et seq., 43-2-102, 43-2-135 and 43-2-144 C.R.S., as amended, and, if applicable, an
ordinance or resolution duly passed and adopted by the Local Agency, to enter into this contract with
CDOT for the Work; and
The Local Agency agrees by its execution hereof that it is duly authorized to enter into
this contract.
NOW, THEREFORE, it is hereby agreed that:
I.PROJECT DESCRIPTION
The “Work” under this contract shall consist of the maintenance and operations for the recreational
multimodal path adjacent to US 6 from MM172.3 to MM173.
DocuSign Envelope ID: CC840EBB-072B-4877-A460-59B29F70063D
16 December
C20-443
Page 2 of 7
II. CDOT COMMITMENTS
A. The State will provide liaison with the County through the State's Region Transportation Director,
CDOT Region 3, 222 S. 6th Street, Ste. 317, Grand Junction, Colorado 81501-2769. Said Director
will also be responsible for coordinating the State's activities under this contract. State liaison will
also be provided through:
Drew Stewart, P.E., Design Engineer
CDOT Region 3 Eagle Residency
P.O. Box 298
Eagle, Colorado 81631
Phone: 970-328-9939
Email: drew.stewart@state.co.us
B. Upon the execution of this contract, CDOT shall accept maintenance responsibilit y for the
portions of the Work identified as CDOT’s area of responsibilit y as described in Exhibit A.
III. COUNTY COMMITMENTS
A. The County will provide liaison with the State through:
Kevin Sharkey
ECO Trails Program Manager
P.O. Box 850
500 Broadway
Eagle, Colorado 81631
Phone: 970-328-8600
Email: kevin.sharkey@eaglecounty.us
B. Upon the execution of this contract, the County shall accept maintenance
responsibilit y for the portions of the Work identified as the County’s area of
responsibilit y as described in Exhibit A.
C. The County shall, at its own cost and expense, maintain, operate, and make ample
provision each year for the maintenance of those portions of the Work identified as the
County’s area of responsibilit y as described in Exhibit A. Such maintenance and
operations shall be in accordance with all applicable federal and state statutes and
ordinances, and regulations promulgated thereunder, which define the Local Agenc y’s
obligations to maintain such improvements.
D. Maintenance services to be performed by the County at its sole expense under this contract
shall include the services described in Exhibit A. By approving and executing said
contract the County grants CDOT access to enter County ROW to perform maintenance
duties.
E. The County shall perform the maintenance services in a satisfactor y manner, and in
accordance with the terms of this contract, and in accord with CRS §43 -2-135,
incorporated herein by reference.
DocuSign Envelope ID: CC840EBB-072B-4877-A460-59B29F70063D
Page 3 of 7
IV. GENERAL PROVISIONS
A. This contract is subject to such modifications as ma y be required by changes in federal or
State law, or their implementing regulations. Any such required modification shall
automatically be incorporated into and be part of this contract on the effective date of such
change as if fully set forth herein. Except as provided above, no modification of this
contract shall be effective unless agreed to in writing by both parties in an amendment to
this contract that is properly executed and approved in accordance with applic able law.
B. To the extent that this contract may be executed and performance of the obligations of the
parties may be accomplished within the intent of the contract, the terms of this contract are
severable, and should an y term or provision hereof be declared invalid or become
inoperative for any reason, such invalidit y or failure shall not affect the validit y of any other
term or provision hereof. The waiver of an y breach of a term hereof shall not be construed
as a waiver of any other term, or the same term upon subsequent breach.
C. This contract is intended as the complete integration of all understandings between the
parties. No prior or contemporaneous addition, deletion, or other amendment hereto shall
have any force or affect whatsoever, unless embodied herein by writing. No subsequent
novation, renewal, addition, deletion, or other amendment hereto shall have an y force or
effect unless embodied in a written contract executed and approved pursuant to the State
Fiscal Rules.
D. Except as herein otherwise provided, this contract shall inure to the benefit of and be
binding upon the Parties hereto and their respective successors and assigns.
E. The term of this contract shall begin the date first above written and shall extend for the
useful life of the improvements, unless earlier modified or terminated b y written agreement
of the Parties hereto.
F. It is expressly understood and agreed that the enforcement of the terms and conditions of
this contract, and all rights of action relating to such enforcement, shall be strictly reserved
to the Parties hereto, and nothing contained in this contract shall give or allow any such
claim or right of action by any other or third person on such contract. It is the express
intention of the Parties that any person or entit y other than the parties receiving services or
benefits under this contract be deemed to be an incidental beneficiar y only.
G. The County assures and guarantees that it possesses the legal authorit y to enter into this
contract. The County warrants that it has taken all actions required by its procedures, by-
laws, and/or applicable law to exercise that authorit y, and to lawfully authorize its
undersigned signator y to execute this contract and to bind the County to its terms. The
person(s) executing this contract on behalf of the County warrants that they have full
authorization to execute this contract .
V. COLORADO SPECIAL PROVISIONS (COLORADO FISCAL RULE 3-3)
These Special Provisions apply to all contracts except where noted in italics.
A. STATUTORY APPROVAL. §24-30-202(1), C.R.S.
DocuSign Envelope ID: CC840EBB-072B-4877-A460-59B29F70063D
Page 4 of 7
This Contract shall not be valid until it has been approved by the Colorado State Controller or designee. If
this Contract is for a Ma jor Information Technology Project, as defined in §24-37.5-102(2.6), then this
Contract shall not be valid until it has been approved by the State’s Chief Information Officer or designee.
B. FUND AVAILABILITY. §24-30-202(5.5), C.R.S.
Financial obligations of the State payable after the current State Fiscal Year are contingent upon funds for
that purpose being appropriated, budgeted, and otherwise made available.
C. GOVERNMENTAL IMMUNITY.
Liability for claims for injuries to persons or property arising from the ne gligence of the State, its
departments, boards, commissions, committees, bureaus, offices, employees and officials shall be
controlled and limited by the provisions of the Colorado Governmental Immunity Act, §24-10-101, et seq.,
C.R.S.; the Federal Tort Claims Act, 28 U.S.C. Pt. VI, Ch. 171 and 28 U.S.C. 1346(b), and the State’s risk
management statutes, §§24-30-1501, et seq. C.R.S. No term or condition of this Contract shall be construed
or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or
other provisions, contained in these statutes.
D. INDEPENDENT CONTRACTOR
Local Agency shall perform its duties hereunder as an independent contractor and not as an employee.
Neither Local Agency nor any agent or employee of Local Agency shall be deemed to be an agent or
employee of the State. Local Agency shall not have authorization, express or implied, to bind the State to
any agreement, liability or understanding, except as expressly set forth herein. Local Agency and its
employees and agents are not entitled to unemployment insurance or workers compensation benefits
through the State and the State shall not pay for or otherwise provide such coverage for Local Agency
or any of its agents or employees. Local Agency shall pay when due all applicable employment taxes
and income taxes and local head taxes incurred pursuant to this Contract. Local Agency shall (i)
provide and keep in force workers' compensation and unemployment compensation insurance in the
amounts required by law, (ii) provide proof thereof when requested by the State, and (iii) be solely
responsible for its acts and those of its employees and agents.
E. COMPLIANCE WITH LAW.
Local Agency shall comply with all applicable federal and State laws, rules, and regu lations in effect or
hereafter established, including, without limitation, laws applicable to discrimination and unfair
employment practices.
F. CHOICE OF LAW, JURISDICTION, AND VENUE.
Colorado law, and rules and regulations issued pursuant thereto, shall be applied in the interpretation,
execution, and enforcement of this Contract. Any provision included or incorporated herein by reference
which conflicts with said laws, rules, and regulations shall be null and void. All suits or actions related to
this Contract shall be filed and proceedings held in the State of Colorado and exclusive venue shall be in
the City and County of Denver.
G. PROHIBITED TERMS.
Any term included in this Contract that requires the State to indemnify or hold Local Agency harmless;
requires the State to agree to binding arbitration; limits Local Agency’s liability for damages resulting from
death, bodily injury, or damage to tangible property; or that conflicts with this pro vision in any way shall
be void ab initio. Nothing in this Contract shall be construed as a waiver of any provision of §24 -106-109
C.R.S.
H. SOFTWARE PIRACY PROHIBITION.
State or other public funds payable under this Contract shall not be used for the acq uisition, operation, or
maintenance of computer software in violation of federal copyright laws or applicable licensing restrictions.
DocuSign Envelope ID: CC840EBB-072B-4877-A460-59B29F70063D
Page 5 of 7
Local Agency hereby certifies and warrants that, during the term of this Contract and any extensions, Local
Agency has and shall maintain in place appropriate systems and controls to prevent such improper use of
public funds. If the State determines that Local Agency is in violation of this provision, the State may
exercise any remedy available at law or in equity or under th is Contract, including, without limitation,
immediate termination of this Contract and any remedy consistent with federal copyright laws or applicable
licensing restrictions.
I. EMPLOYEE FINANCIAL INTEREST/CONFLICT OF INTEREST. §§24-18-201 and 24-50-
507, C.R.S.
The signatories aver that to their knowledge, no employee of the State has any personal or beneficial interest
whatsoever in the service or property described in this Contract. Local Agency has no interest and shall not
acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance
of Local Agency’s services and Local Agency shall not employ any person having such known interests.
J. VENDOR OFFSET AND ERRONEOUS PAYMENTS. §§24-30-202(1) and 24-30-202.4, C.R.S.
[Not applicable to intergovernmental agreements] Subject to §24-30-202.4(3.5), C.R.S., the State
Controller may withhold payment under the State’s vendor offset intercept system for debts owed to State
agencies for: (i) unpaid child support debts or child support arrearages; (ii) unpaid balances of tax, accrued
interest, or other charges specified in §§39-21-101, et seq., C.R.S.; (iii) unpaid loans due to the Student
Loan Division of the Department of Higher Education; (iv) amounts required to be paid to the
Unemployment Compensation Fund; and (v) other unpaid debts owing to the State as a result of final
agency determination or judicial action. The State may also recover, at the State’s discretion, payments
made to Local Agency in error for any reason, including, but not limited to, overpayments or improper
payments, and unexpended or excess funds received by Local Agency by deduction from subsequent
payments under this Contract, deduction from any payment due under any other contracts, grants or
agreements between the State and Local Agency, or by any other appropriate method for collecting debts
owed to the State.
K. PUBLIC CONTRACTS FOR SERVICES. §§8-17.5-101, et seq., C.R.S.
[Not applicable to agreements relating to the offer, issuance, or sale of securities, investment advisory
services or fund management services, sponsored projects, intergovernmental agreements, or
information technology services or products and services] Local Agency certifies, warrants, and agrees
that it does not knowingly employ or contract with an illegal alien who will perform work under this
Contract and will confirm the employment eligibility of all employees who are newly hired for employment
in the United States to perform work under this Cont ract, through participation in the E-Verify Program or
the State verification program established pursuant to §8-17.5-102(5)(c), C.R.S., Local Agency shall not
knowingly employ or contract with an illegal alien to perform work under this Contract or enter into a
contract with a Subcontractor that fails to certify to Local Agency that the Subcontractor shall not
knowingly employ or contract with an illegal alien to perform work under this Contract. Local Agency (i)
shall not use E-Verify Program or the program procedures of the Colorado Department of Labor and
Employment (“Department Program”) to undertake pre-employment screening of job applicants while this
Contract is being performed, (ii) shall notify the Subcontractor and the contracting State agency or
institution of higher education within 3 days if Local Agency has actual knowledge that a Subcontractor is
employing or contracting with an illegal alien for work under this Contract, (iii) shall terminate the
subcontract if a Subcontractor does not stop employing or contracting with the illegal alien within 3 days
of receiving the notice, and (iv) shall comply with reasonable requests made in the course of an
investigation, undertaken pursuant to §8-17.5-102(5), C.R.S., by the Colorado Department of Labor and
Employment. If Local Agency participates in the Department program, Local Agency shall deliver to the
contracting State agency, Institution of Higher Education or political subdivision, a written, notarized
affirmation, affirming that Local Agency has examined the legal work status of such employee, and shall
comply with all of the other requirements of the Department program. If Local Agency fails to comply with
DocuSign Envelope ID: CC840EBB-072B-4877-A460-59B29F70063D
Page 6 of 7
any requirement of this provision or §§8-17.5-101, et seq., C.R.S., the contracting State agency, institution
of higher education or political subdivision may terminate this Contract for breach and, if so terminated,
Local Agency shall be liable for damages.
L. PUBLIC CONTRACTS WITH NATURAL PERSONS. §§24-76.5-101, et seq., C.R.S.
Local Agency, if a natural person eighteen (18) years of age or older, hereby swears and
affirms under penalty of perjury that Local Agency (i) is a citizen or otherwise lawfully
present in the United States pursuant to federal law, (ii) shall comply with the provisions of
§§24-76.5-101, et seq., C.R.S., and (iii) has produced one form of identification required by
§24-76.5-103, C.R.S. prior to the Effective Date of this Contract.
[THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK]
DocuSign Envelope ID: CC840EBB-072B-4877-A460-59B29F70063D
Page 7 of 7
SIGNATURE PAGE
Agreement Routing Number: 21-HA3-XC-03166
THE PARTIES HERETO HAVE EXECUTED THIS AGREEMENT
* Persons signing for the Local Agency hereby swear and affir m that they are authorized to act on the
Local Agency’s behalf and acknowledge that the State is relying on their representations to that effect.
THE LOCAL AGENCY
EAGLE COUNTY
Print: ________________________________________
Title: ________________________________________
____________________________________________
*Signature
Date: __________________________
STATE OF COLORADO
Jared S. Polis, GOVERNOR
Colorado Department of Transportation
Shoshana M. Lew, Executive Director
_____________________________________________
By: Stephen Harelson, P.E., Chief Engineer
Date: __________________________
2nd Local Agency Sign ature if needed
Print: ________________________________________
Title: ________________________________________
____________________________________________
*Signature
Date: __________________________
LEGAL REVIEW
Phil Weiser, Attorney General
By:__________________________________________
Signature - Assistant Attorney General
Date: _________________________
DocuSign Envelope ID: CC840EBB-072B-4877-A460-59B29F70063D
Kathy Chandler-Henry
County Commissioner
12/16/2020
N/A
12/16/2020
Exhibit A
EXHIBIT A - Scope of Work
NHPP 0063-056
US 6 Avon to Down Junction
Subaccount 22498
US Highway 6 (US 6) through Eagle-Vail, CO is a major collector that runs parallel to I -70 from
Dotsero to Dowd Canyon. The US 6 Eagle-Vail commercial corridor is approximately 0.7 miles
long and runs east and west allowing for commercial access in the unincorporated town of Eagle-
Vail, CO.
With this Intergovernmental Agreement (IGA), it is agreed that the Local Agency shall manage
and maintain the recreational multimodal path adjacent to US 6 from MM172.3 to MM173 (0.7
miles of a Colorado Department of Transportation highway). The path was built as a part of the
US 6 Avon to Dowd Junction Project , which included the conversion of US 6 from a 5 lane road
to a 3 lane road with the adjacent multimodal path. The entire project also included the
resurfacing of US 6 MM171.1 to MM174.5 from Avon Rd to the I-70 Interchange Exit 171 (US
6/US 24 Minturn), signal, and wildlife fence improvements. The work will include maintenance
of the pavement, maintenance of the pavement markings and maintenance of the roadside
signs/markers that relat e to the recreational path. The work shall also include maintaining the
landscape buffer between the road and the recreational path, as well as snow removal and
sweeping of the recreational path.
A one page aerial view depiction of the recreational multimodal path and three sheets (three
pages) of the Plan Set depicting the recreational multimodal path are attached hereto and
incorporated into this Exhibit A by reference.
DocuSign Envelope ID: CC840EBB-072B-4877-A460-59B29F70063D
Planned recreational
path area
DocuSign Envelope ID: CC840EBB-072B-4877-A460-59B29F70063D
12
17
16
14
15
13
18
EXISTING R.O.W.
EXISTING R.O.W.
ASPHALT
FOR LOCATION OF PATCHING
SEE CURB RAMP DETAIL
SX) (75) (2")
HOT MIX ASPHALT (GRADING
INSTALL OF GUARDRAIL TYPE 3 (31 IN. MGS)
REMOVAL OF GUARDRAIL TYPE 3
INSTALL OF GUARDRAIL TYPE 3 (31 IN. MGS)
REMOVAL OF GUARDRAIL TYPE 3
INSTALL OF GUARDRAIL TYPE 3 (31 IN. MGS)
REMOVAL OF GUARDRAIL TYPE 3
TOPSOIL (4") (TYP)
EMBANKMENT MATERIAL (8") AND
REMOVAL OF ASPHALT MAT (12")
INSTALL OF GUARDRAIL TYPE 3 (31 IN. MGS)
REMOVAL OF GUARDRAIL TYPE 3
INSTALL OF GUARDRAIL TYPE 3 (31 IN. MGS)
REMOVAL OF GUARDRAIL TYPE 3
677
'
INSTALL OF END ANCHORAGE TYPE 3K
INSTALL OF TRANSITION TYPE 3J
INSTALL OF TRANSITION TYPE 3G
REMOVAL OF GUARDRAIL TYPE 3
60'80
0'
HCL
US 6
ASPHALT
FOR LOCATION OF PATCHING
SEE CURB RAMP DETAIL
NOTES:
REMOVAL OF ASPHALT MAT (PLANING)
REMOVAL OF ASPHALT MAT (PLANING)
1. ALIGNMENT AND STATIONING FOR INFORMATION ONLY.
CONTRACTOR SHALL FIELD VERIFY ALL LOCATIONS PRIOR TO
CONSTRUCTION.
2. CONTRACTOR SHALL FIELD VERIFY ALL QUANTITIES AND
LENGTHS PROIR TO REMOVAL OR INSTALLATION.
3. SEE TABULATION FOR STATION LOCATION OF GUARD RAIL
BEGIN AND END.
4. ALL STATIONING SHOWN ON THE PLANS IS BASED ON THE
LATEST AERIAL IMAGERY PROVIDED BY CDOT AND IS
APPROXIMATE ONLY. CONTRACTOR SHALL FIELD VERIFY
LOCATIONS AND COORDINATE WITH ENGINEER PRIOR TO
INSTALLATION AND CONSTRUCTION.
5. PAVEMENT MILLING AND OVERLAY QUANTITIES ARE BASED ON
THE SHAPES SHOWN IN THE PLANS AND ARE APPROXIMATE.
6. MILE POST DESIGNATIONS ON PLANS ARE APPROXIMATE AND
FOR INFORMATION ONLY.
7. THE CONTRACTOR SHALL MILL ASPHALT UP TO AND
ADJACENT TO ALL EXISTING CONCRETE BARRIER, BUS
PLATFORMS, AND CONCRETE CURB AND GUTTER. ALL EXISTING
CONCRETE BARRIER WITHIN THE PROJECT LIMITS IS TO REMAIN
IN PLACE UNLESS OTHERWISE NOTED IN THE PLANS.
Numbers
Structure
No Revisions:
Revised:
Void:Sheet Subset:
Detailer:
Designer:
Sheet NumberSubset Sheets:
Init.CommentsDate:
Sheet Revisions As Constructed10/9/2020Print Date:
Horiz. Scale:1:100
22498-DES_Roadway_SHEETS.dgn
Vert. Scale: As Noted
File Name:
of
NHPP 0063-056
22498
BrighamE10/9/202012:55:15 PMCDOT Default-9DGN MODEL:X:\P\1248164003 - US 6 Avon to Dowd Junction\22498\Design\Drawings\22498-DES_Roadway_SHEETS.dgnProject No./Code
US 6 AVON TO DOWD JUNCTION
Phone:970-328-6385
FAX:970-328-2368
Colorado Department of Transportation
Region 3
714 Grand Avenue, P.O. Box 298
KMB
Eagle, CO 81631
KEYMAPAVON RDSTONEBRIDGE RDPOST BLVDI-70KAYAK CT
I-70 RAMPSEAG
LE
R
D
135+00 140+00
145+00
LEGEND:
REMOVAL OF ASPHALT MAT (PLANING)
(2") AND OVERLAY (2")
REMOVAL OF ASPHALT MAT (12") AND
8" EMBANKMENT MATERIAL AND
4" TOPSOIL
REMOVAL OF ASPHALT MAT (PLANING)
(2.25") AND OVERLAY (2.25")
##GUARDRAIL NUMBER SEE TABULATIONS
100'0'50'200'
US 6
E
AG
LE
R
OA
D
I-
70 EBI-
70 WBMATCH LINE STA 135+00MATCH LINE STA 150+00EAGLE RIVER
I-
70
E
B ON-RAMP
RDWY 9 17
DLL
ETB
US 6 MAINLINE
ROADWAY AND PAVING PLAN
I-70 WB OFF-RAMPF-11-AC
STRUCTURE
F-11-AB
STRUCTURE
68
DocuSign Envelope ID: CC840EBB-072B-4877-A460-59B29F70063D
18
EXISTING R.O.W.
INSTALL OF GUARDRAIL TYPE 3 (31 IN. MGS)
REMOVAL OF GUARDRAIL TYPE 3
TOPSOIL (4") (TYP)
EMBANKMENT MATERIAL (8") AND
REMOVAL OF ASPHALT MAT (12")
EXISTING R.O.W.
OVERHEAD UTILITY
FOR INFORMATION ONLY:
OVERHEAD UTILITY
FOR INFORMATION ONLY:
62'256'75'207'36'198'73'149'677'8'8'15'R1'R12'12' DRIVEWAY OPENING
MATCH STATION OF
TIP OF MEDIAN TO
9.75'
DRIVEWAY OPENING
TIE IN TO CONCRETE
TIE IN TO CONCRETE12'12'13'12'16'12'10'10'10'72'
30'110'48'9'4'4'4'THROAT VARIES11'11'12'HCL
US 6
HOT MIX ASPHALT (GRADING SX) (75) (2")
LIMITS OF NEW BUS APRON.
BE COMPLETED BY OTHERS. PAVE TO
DETAIL A. AGGREGATE BASE COURSE TO
FULL DEPTH HMA WIDENING, SEE BUS
NOTES:
REMOVAL OF ASPHALT MAT (PLANING)
REMOVAL OF ASPHALT MAT (PLANING)
1. ALIGNMENT AND STATIONING FOR INFORMATION ONLY.
CONTRACTOR SHALL FIELD VERIFY ALL LOCATIONS PRIOR TO
CONSTRUCTION.
2. CONTRACTOR SHALL FIELD VERIFY ALL QUANTITIES AND
LENGTHS PROIR TO REMOVAL OR INSTALLATION.
3. SEE TABULATION FOR STATION LOCATION OF GUARD RAIL
BEGIN AND END.
4. ALL STATIONING SHOWN ON THE PLANS IS BASED ON THE
LATEST AERIAL IMAGERY PROVIDED BY CDOT AND IS
APPROXIMATE ONLY. CONTRACTOR SHALL FIELD VERIFY
LOCATIONS AND COORDINATE WITH ENGINEER PRIOR TO
INSTALLATION AND CONSTRUCTION.
5. PAVEMENT MILLING AND OVERLAY QUANTITIES ARE BASED ON
THE SHAPES SHOWN IN THE PLANS AND ARE APPROXIMATE.
6. MILE POST DESIGNATIONS ON PLANS ARE APPROXIMATE AND
FOR INFORMATION ONLY.
7. THE CONTRACTOR SHALL MILL ASPHALT UP TO AND
ADJACENT TO ALL EXISTING CONCRETE BARRIER, BUS
PLATFORMS, AND CONCRETE CURB AND GUTTER. ALL EXISTING
CONCRETE BARRIER WITHIN THE PROJECT LIMITS IS TO REMAIN
IN PLACE UNLESS OTHERWISE NOTED IN THE PLANS.
Numbers
Structure
No Revisions:
Revised:
Void:Sheet Subset:
Detailer:
Designer:
Sheet NumberSubset Sheets:
Init.CommentsDate:
Sheet Revisions As Constructed10/9/2020Print Date:
Horiz. Scale:1:100
22498-DES_Roadway_SHEETS.dgn
Vert. Scale: As Noted
File Name:
of
NHPP 0063-056
22498
BrighamE10/9/202012:55:45 PMCDOT Default-10DGN MODEL:X:\P\1248164003 - US 6 Avon to Dowd Junction\22498\Design\Drawings\22498-DES_Roadway_SHEETS.dgnProject No./Code
US 6 AVON TO DOWD JUNCTION
Phone:970-328-6385
FAX:970-328-2368
Colorado Department of Transportation
Region 3
714 Grand Avenue, P.O. Box 298
KMB
Eagle, CO 81631
KEYMAPAVON RDSTONEBRIDGE RDPOST BLVDI-70KAYAK CT
I-70 RAMPSEAG
LE
R
D
150+00 155+00 160+00 165+00
LEGEND:
(2") AND OVERLAY (2")
REMOVAL OF ASPHALT MAT (PLANING)
4" TOPSOIL
8" EMBANKMENT MATERIAL AND
REMOVAL OF ASPHALT MAT (12") AND
(2.25") AND OVERLAY (2.25")
REMOVAL OF ASPHALT MAT (PLANING)
##GUARDRAIL NUMBER SEE TABULATIONS
STOP. REFER TO DETAIL A
FULL DEPTH HMA WIDENING AT BUS
100'0'50'200'MATCH LINE STA 150+00MATCH LINE STA 165+00I-70 WB
I-70 WB OFF-RAMP
US 6
I-70 EB
RDWY 10 17
DLL
ETB
US 6 MAINLINE
ROADWAY AND PAVING PLAN
MEDIAN OPENING DETAIL (TYP.)
OPENING DETAIL
SEE MEDIAN
VARIES
THIS SECTION
FROM TYPICAL SECTIONS IN
PAVING/REMOVALS VARY
69
DocuSign Envelope ID: CC840EBB-072B-4877-A460-59B29F70063D
EXISTING R.O.W.
EXISTING R.O.W.
TOPSOIL (4") (TYP)
EMBANKMENT MATERIAL (8") AND
REMOVAL OF ASPHALT MAT (12")
OVERHEAD UTILITY
FOR INFORMATION ONLY:
OVERHEAD UTILITY
FOR INFORMATION ONLY:
48'193'45'122'66'395'
38'
98'149'
DRIVEWAY OPENING
MATCH STATION OF
TIP OF MEDIAN TO
15'R1'R 9.75'
DRIVEWAY OPENING 12'10'12'20'20'14'74'
66'
78'12'4'9'11'11' OVERHEAD UTILITY
FOR INFORMATION ONLY:
30'50'
(GRADING SX) (75) (2")
HOT MIX ASPHALT
20'
HCL
US 6
BUS DETAIL B
WIDENENING, SEE
FULL DEPTH HMA
NOTES:
REMOVAL OF ASPHALT MAT (PLANING)
REMOVAL OF ASPHALT MAT (PLANING)
1. ALIGNMENT AND STATIONING FOR INFORMATION ONLY.
CONTRACTOR SHALL FIELD VERIFY ALL LOCATIONS PRIOR TO
CONSTRUCTION.
2. CONTRACTOR SHALL FIELD VERIFY ALL QUANTITIES AND
LENGTHS PROIR TO REMOVAL OR INSTALLATION.
3. SEE TABULATION FOR STATION LOCATION OF GUARD RAIL
BEGIN AND END.
4. ALL STATIONING SHOWN ON THE PLANS IS BASED ON THE
LATEST AERIAL IMAGERY PROVIDED BY CDOT AND IS
APPROXIMATE ONLY. CONTRACTOR SHALL FIELD VERIFY
LOCATIONS AND COORDINATE WITH ENGINEER PRIOR TO
INSTALLATION AND CONSTRUCTION.
5. PAVEMENT MILLING AND OVERLAY QUANTITIES ARE BASED ON
THE SHAPES SHOWN IN THE PLANS AND ARE APPROXIMATE.
6. MILE POST DESIGNATIONS ON PLANS ARE APPROXIMATE AND
FOR INFORMATION ONLY.
7. THE CONTRACTOR SHALL MILL ASPHALT UP TO AND
ADJACENT TO ALL EXISTING CONCRETE BARRIER, BUS
PLATFORMS, AND CONCRETE CURB AND GUTTER. ALL EXISTING
CONCRETE BARRIER WITHIN THE PROJECT LIMITS IS TO REMAIN
IN PLACE UNLESS OTHERWISE NOTED IN THE PLANS.
Numbers
Structure
No Revisions:
Revised:
Void:Sheet Subset:
Detailer:
Designer:
Sheet NumberSubset Sheets:
Init.CommentsDate:
Sheet Revisions As Constructed10/9/2020Print Date:
Horiz. Scale:1:100
22498-DES_Roadway_SHEETS.dgn
Vert. Scale: As Noted
File Name:
of
NHPP 0063-056
22498
BrighamE10/9/202012:56:18 PMCDOT Default-11DGN MODEL:X:\P\1248164003 - US 6 Avon to Dowd Junction\22498\Design\Drawings\22498-DES_Roadway_SHEETS.dgnProject No./Code
US 6 AVON TO DOWD JUNCTION
Phone:970-328-6385
FAX:970-328-2368
Colorado Department of Transportation
Region 3
714 Grand Avenue, P.O. Box 298
KMB
Eagle, CO 81631
KEYMAPAVON RDSTONEBRIDGE RDPOST BLVDI-70KAYAK CT
I-70 RAMPSEAG
LE
R
D
165+00 170+00 175+00 180+00
LEGEND:
(2") AND OVERLAY (2")
REMOVAL OF ASPHALT MAT (PLANING)
4" TOPSOIL
8" EMBANKMENT MATERIAL AND
REMOVAL OF ASPHALT MAT (12") AND
(2.25") AND OVERLAY (2.25")
REMOVAL OF ASPHALT MAT (PLANING)
##GUARDRAIL NUMBER SEE TABULATIONS
STOP. REFER TO DETAIL B
FULL DEPTH HMA WIDENING AT BUS
100'0'50'200'
I-70 WB
I-70 EB
US 6
MATCH LINE STA 165+00MATCH LINE STA 180+00RDWY 11 17
DLL
ETB
US 6 MAINLINE
ROADWAY AND PAVING PLAN
MEDIAN OPENING DETAIL (TYP.)12'8'8'12'VARIES THROAT VARIESOPENING DETAIL
SEE MEDIAN TYPICAL SECTIONS IN THIS SECTION
PAVING/REMOVALS VARY FROM
70
DocuSign Envelope ID: CC840EBB-072B-4877-A460-59B29F70063D