No preview available
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